Loading...
R02-136RESOLUTION NO. R 02- I A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THE AWARD OF A BID (NO. 048-2413-02/CJD) MCTEAGUE CONSTRUCTION COMPANY, OF STUART, FLORIDA, IN THE AMOUNT OF $1 FOR THE CONSTRUCTION OF PARK; AUTHORIZING THE MAYOR UTE SAD CONTRACT; AND PROVIDING ~TIVE DATE. Construction of Company, Inc. was the NOW, THERE CITY OF BOYNTON Section 1. The Procurement Services Park, and it was responsive bi, rec and opened Bids for the that McTeague Construction who met and exceeded all specifications. BY THE CITY COMMISSION FLORIDA, THAT: on of the City of Boynton Beach, Florida, X approves the of a bid to Mc~gue Construction Company, Inc. in the . \ of $1,943; ~~ for the Constructio.n o~tracoastal Park, and authorizes the to em ~i a Contract between the parties, a co, of which is attached hereto and 2. That this Resolution iately upon PASSED AND ADOPTED THIS Vi, TTEST: Award\Construction Intracoastal Park-McTeague Commi~ t7 day of September, ner FLORIDA BID TITLE: CONSTRUCTION OF INTRACOASTAI, PARK BID NUMBER: #048-2413-02/CJD PROJECT NUMBER: CPO249 CITY OF BOYNTON BEACH, FLORIDA CONTRACT FOR CONSTRUCTION SERVICES ~THIS CONTRACT, made and entered into this 21st day of .b, et~,,e~e.n~,~,e CITY OF BOYNTON BEACH, a municipal corporation of a F!ofi. da C_orporaff~ (_X_) Check One a F!on.'da Genera! Par~rship ( ) a Florida Limited Partne~s~p ( ) a Sole Proprietor \ ) hereinafter called WITNESSETH 2002, by and hereinafter called mo The City has heretofore invited the bid title, bid number and project construction project ("Project") identified by )er listed above and commonly referred to as: B° Contractor, in compliance a bid on the 22nd day bidding 92202, for the total bid announced by the City, submitted of $1 ;943~440.00. Co On the 2_0th day of_ submitted the bid this Agreement. ~ the City Commission most advantageous to the City contractor as having the execution of The Parties the issuance penalties that thc Project is scheduled to be completed withir e to Proceed, subject to CITY approved time CONTRACTOR for the failure to meet such deadlines. days of sions. There are NOW ..... , in consideration of these premises and the mutual covenants cgfitained herein, the parties agree as follows: t~ons and c-1 1. AGREEMENT 1.1. The Parties agree that: ~ 1.1.1. The foregoing recitations contained in Paragraphs A-C are ~m~ correct and incorporated herein by this reference. , 1.1.2. The CITY does hire and employ the CI to provide construction services for completion of the Pro 1.1.3. The CONTRACTOR does accept this the necessary labor, tools, equipment, complete the Project by performing Contract and the Contract Docum. in Contractor's bid. and does agree to furnish and supplies, etc., and to work as set forth in the this for the price and amounts set forth 1.1.4. Contractor is an General Conditions for C contractor as that term is set forth in the >n (GC-2) 1.1.5. Unless otherwise p: Documents shall b all time frames referenced in all Contract days. 2. SCOPE OF SERVICES 2.1. The Project consi Documents. of those improvements described and set forth in the Contract 2.2. The do~ Documents are the compilation of the following individual 2.2.1 2.2 ,2.4. 2.2.5. 2.2.6. 2.2.7. 2.2.8. 2.2.9. 2.2.10. 2.2.11. 2.2.12. 2.2.13. 2.2.14. Advertisement for Bids Instructions for Bidders Bid Proposal Bid Bond General Conditions for Construction (GC) - all references to "GC" shall be to section numbers Construction Contract Certificate of Insurance Public Construction Bond Letters of Credit Technical Specifications Contract Drawings and Plans Addenda Written directives or interpretations Manufacturers warranties c-2 3. OBLIGATIONS OF CONTRACTOR 3.1. Contractor shall: 3.1.1. Furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the Contract Documents. 3.1.2. Perform all the work and labor pursuant to this contract and of the materials furnished shall be in strict conformity with Contract Documents. CONTRACTOR further accepts and to the conditions contained in said Contract Documents agrees to comply with every requirement and stipulation contained. 3.1.3. Furnish all tools, equipment, materials and and to do all the work above mentioned in a first-class, workmanlike manner, and in conformity with the detail for said on file in the office of the Project Manager and strictly in accord with the Contract Documents. 3.1.4. Guarantee all work and materials a period of one (1) year. Upon receipt of written notification from CONTRACTOR shall correct any defective or faulty work o which may appear within one (1) year after completion Contract and receipt of final payment. CONTRACTOR shall the necessary corrections within ten (10) days of receipt of the 255.05, Florida settlement, suppliers, ' from all to be notice. Comply with the provisions of Section if applicable. Pay promptly, before final all claims or liens by subcontractors or material in and about this work. Furnish release of liens forms and suppliers of materials. Release of lien forms shall be supplied by CITY. 3.1.6. 3.1.7. 3.1.8. 3.1.9. and clean up all rubbish, debris, excess material, temporary tools and equipment from streets, alleys, parkways and adjacent roperty that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. Obtain written approval from the CITY of all subcontractors not disclosed in the Contractor's bid document. Perform such other tasks as set forth in the Contract Documents. C-3 3.1.10. Shall provide all required bonds, insurance certificates and any other required security for performance of the Project within ten (10) days of the Award of the Project. 3.2. The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from cause resulting from their acts or omissions or the acts or omissions of subcontracts or suppliers. 4. CITY'S OBLIGATIONS 4.1. City shall provide a written notice to proceed not later than execution of this Contract. 0) days from the 4.2. Make timely payments for the work in accordance frames set forth in the Contract Documents. procedures and time 4.3. On satisfactory completion of the Project, pro' payment for the entire project. a written final acceptance and 5. COMMENCEMENT OF WORK 5.1. CONTRACTOR hereby agrees before a date to be specified in fully complete the project date as specified in same. work under this contract on or "Notice to Proceed" of the CITY and to __ calendar days following the commencement 5.2. Time is the essence of~ timely commence of the work in the in accordanc~ to the CITY Section contract. In the event the CONTRACTOR shall fail to following Notice to Proceed or fail in the performance required to be performed within the time limit set forth due allowance for any extension or extensions of time made the Contract Documents, the CONTRACTOR shall be liable liquidated damages and not as penalty, the amount stipulated in herein below for each and every calendar day that the shall be in default of completion. 5.3. shall notify the Project Engineer in writing of any change in the ..s and addresses of each subcontractor proposed for principal parts of work, any changes in subcontractors from those proposed in CONTRACTOR's bid ~osal, and for such others as the Project Engineer may direct, and shall not employ any that CITY may, within a reasonable time, object to as incompetent or as unfit. c-4 6. LIQUIDATED DAMAGES G.I. The CONTRACTOR further agrees to pay $250.00 per day uidated damages, for failure to begin within ten (10) days of CITY's of the "Notice to Proceed" or failure to complete the work within days from the commencement date as indicated in the written to Proceed". The CITY shall have the right to deduct said liquidated from any amount due, or that may become due the CONTRACTOR, collect such liquidated damages from the CONTRACTOR or his Surety. 7. PROTECTION OF EXISTING FACILITIES AND IN PROGRESS 7.1. The CONTRACTOR warrants that continuous use of all existing work in as more particularly set forth in the GC-45, and GC-46). prices include the protection and property or operations of the CITY Conditions for Construction (GC-44, 8. INDEMNIFICATION 8.1. The CONTRACTOR shali and save harmless and defend the CITY, its agents, servants, and from and against any claim, demand, or cause of action of whatsoever or nature arising out of error, omission or negligent act of C¢ agents, servants, or employees in the performance of services under thi~ 8.2. CONTRACT¢ shall indemnify and save harmless and defend CITY, its agents, servants from against any kind and all causes, claims, demands, actions, 1~ es, liabilities, settlements, judgments, damages, costs, expenses, and fees without limitation reasonable attorney's and paralegal expenses at both trial and appellate levels) of whatsoever kind or nature for damages to or property caused in whole or in part by any act, omission, or default of its agents, servants or employees arising from this contract or its The CONTRACTOR and the CITY hereby agree and covenant that CONTRACTOR has incorporated in this original bid, which constitutes the Contract sum payable by the CITY to the CONTRACTOR, specific additional consideration in the amount of ten dollars ($10.00) sufficient to support this obligation of indemnification provided for in this paragraph. The indemnification required pursuant to the Contract shall in no event be less than $1 million per occurrence or no more than the limits of insurance required of the CONTRACTOR by the Contract, whichever is greater. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Section 725.06, Florida Statute. 8.3. The execution of this Agreement by the CONTRACTOR shall obligate c-5 CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth in the General Conditions for Construction. However, the indemnification provision, and the insurance provision contained in the General Conditions for Construction are interdependent of each other, but rather each one is separate and distinct the other. 8.4. The obligation of the CONTRACTOR to indemnify the CITY any offset, limitation or defense as a result of any insurance either the CITY or the CONTRACTOR. not subject to available to 9. PAYMENT BY CITY 9.1. The CITY agrees to pay the CONTRACTOR in of the contract, subject to additions and Documents. funds for the performance as provided in the Contract 10. CHANGES IN THE WORK 10.1. The CITY, without invalidating changes by altering, adding to being adjusted accordingly. Ali of the original Contract. made in writing at the processed as set forth may order extra work or make g from the work, the Contract sum work shall be executed under the conditions for extension of time caused thereby shall be change is ordered. Changes in the work must be Conditions for Construction (GC-57). 10.2. All change orders Manager, otherwi,. iustments shall be in writing and approved by the Project claim for extras will be allowed. 10.3. Claim of paym for extra work shall be submitted by the CONTRACTOR upon certified stat, ent supported by receipted bills. Such statements shall be submitted current contract payment for the month in which the work was done. N{ for extra work shall be allowed unless same was ordered, in writing, aforesaid and the claim presented at the time of the first estimate after the w~ is completed. 11. PROJECT 11.1. Project Engineer ("Engineer") is Bill Delleek. 11. The Project Engineer shall have general supervision and direction of the work. The Project Engineer is the agent of the CITY only to the extent provided in the Contract Documents and when in special instances he has the authority by CITY to act, and in such instances he shall, upon request, show CONTRACTOR such authority in writing. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. 11.3. As the Project Engineer is, in the first instance, the interpreter of the conditions of C-6 the contract and the judge of its performance, he shall side neither with CITY nor with CONTRACTOR, but shall use his authority pursuant to the Contrac~ enforce its faithful performance by both parties. 11.4. In the event of a dispute, the role of the Project Engineer recommendations to the Project Manager who shall make the final make 12. INSURANCE 12.1. The Contractor shall obtain and maintain insurance as Conditions for Construction (GC-28). forth in the General 13. CONTRACT CONTROLS 13.1. This Contract must be construed with all of which shall be maintained by the dispute, only the master set of docum, Clerk, shall be used as evidence. Contract Documents, a master set of the CITY. In the event of a or copies thereof certified by the City 13.2. In the event of a conflict requirements or specifications set forth in the Contract Documents, the co: shall be resolved by written interpretation by the CITY, or its as set forth in the General Conditions for Construction (GC-18). In conflicting provisions of the Contract Documents, the Contract have the greatest weight, followed by the General Conditions for and finally by the balance of the Contract Document 14. TIME OF ESSENCE 14.1. Inasmuch as performance to · ' of the Contract Documents relating to the times of completion of the work are for the purpose of enabling the CITY construction of a public improvement in accordance with a gram, all such time limits are of the essence of the Contract. 15. REMEDY FOR 15.1. In event of any delay in the project caused by any act or omission of the its agents or employees, by the act or omission of any other party other the CONTRACTOR, his agents, employees or subcontractors, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. NO MONETARY DAMAGES SHALL BE CLAIMED OR AWARDED TO CONTRACTOR IN ASSOCIATION WITH ANY DELAY IN THE PROJECT CAUSED BY AN ACT OR OMISSION OF THE CITY, ITS AGENTS OR EMPLOYEES. CONTRACTOR ACKNOWLEDGES THIS LIMITATION ON RECOVERY AND ASSUMES ALL MONETARY RISK ASSOCIATED WITH THIS LIMITATION. C-7 CONTRACTOR hereby acknowledges that he has read and understands the~ above provision. INTIALS -- ~' 15.3. Failure on the part of CONTRACTOR to timely process a re.q~st for an extension of time to complete the work shall constitute/~ waiver by CONTRACTOR and CONTRACTOR shall be held responsi~ for completing the work within the time allocated by this contract. 15.4. All requests for extension of time to complete the/"work shall be made in accordance with the General Conditions for Construc/ff'on (GC 24) / 15.5. For the purpose of this section, the phrase "the,~ITY, its agents and employees" shall include but shall not be limited to the Pr~ect Engineer and Project Manager. / 16. DISPUTES 16.1. Disputes shall be resolved as set fo,,~ in the General Conditions for Construction (GC-19). 16.2 Upon. resolution of .a dispfi~fe by the Owner, either party may request the C-8 IN WITNESS WHEREOF, the CITY has caused these presents to be signed by Mayor, attested to by the City Clerk with the Corporate Seal of the said CITY and CONTRACTOR has executed these presence the day and year herein before written. Signed, sealed and witnessed in the presence off CITY OF BOYNTON BEACH, FL( Attest: Mayor Approved as to City Clerk Attorney Signed, sealed and witnessed in the presence of: MCTEA¢ CONSTRUCTION COMPANY, INC. or Vice President State of Florida County of Palm Beach ) ) SS.' ) Attest as to CONTRACTOR On this __ day ,20 , personally appeared before me, duly authorized to administer oaths, known to be the persons described or who has produced as identification and. executed the foregoing instrument and has acknowledged before me that they have ex~d same. Notary Public My Co?ssion Expires: C-9