Loading...
R96-054RESOLUTION NO. R96-,.d-/-~ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, ;APPROVING THE AWARD OF A BID FOR THE REMOVAL OF ASBESTOS AT MANGROVE ELEMENTARY SCHOOL; AUTHORIZING AND DIRECTING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT BETWEEN THE CITY OF BOYNTON BEACH AND DECON ENVIRONMENTAL & ENGINEERING, INC., AND PROVIDING AN EFFECTIVE DATE. WHEREAS, bids were received for the removal of asbestos containing materials, at Mangrove Elementary School, (Bid No. 032-192-96/CJD) on the 3rd day of April, 1996; and WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon recommendation of staff, has deemed it to be in the best interests of the citizens and residents of the City of Boynton Beach, Florida to award the bid to Decon Environmental & Engineering, Inc., as the most responsive and responsible bidder meeting specs. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The City Commission of the City of Boynton Beach, Florida, hereby approves the award of a bid for the removal of asbestos containing materials at Mangrove Elementary School to Decon Environmental & Engineering, Inc., and authorizes and directs the Mayor and City Clerk to execute a Contract between the City of Boynton Beach and Decon Environmental & Engineering, Inc., a copy of which is attached hereto as Exhibit "A". Section 2. passage. That this Resolution shall become effective immediately upon ATTEST: PASSED AND ADOPTED this /~ day of ~ ,1996. CITY OF BOYNTON BEACH, FLORIDA Vic/e/~Vl~y~ Commissioner Proiect ~:ATEC PROJ~CT~ 70-07-96-80014 CONTRACT THIS AGREEMENT, made and entered into this day of , A.D. 19 , by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter call the "CITY and DECON ENVIRONMENTAL & ENGINEERING. INC. Florida Corporation ( ' ) a Florida general partnership (. ) a 'Florida limited partnership ( ) a sole proprietor ( ) Check one hereinafter called "CONTRACTOR". WITNESSETH That under the_due procedure of law, bids were heretofore received by the City Conm~ission of said CITY for the performance of work and supplying materials, hereinafter described, and said Commission having canvassed said bids, has determined that the bid in the total amount of, EIGHT THOUSAND. ONE HUNDRED AND EIGHTY FOUR DOLLARS AND FIFTY CENTS (~8,184.50). submitted by the aforementioned CONTRACTOR was the best and most desirable bid submitted, and has authorized the execution of this contract. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: 1.0 AGREEMENT 1.1 The CITY does award the contract to and does hire and employ the CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the bid of the CONTRACTOR, dated APRIL 3, 1996, which is hereby incorporated by reference into this agreement, and the CONTRACTOR does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to perform all the work provided in the bid, contract documents, bond documents, plans and specifications for REMOVAL OF A~TOS AT THE MANGROVE ELEMENTARY SCHOOL - 129 E. OCEAN AV~, BOYNTON B~ACH. FL City of Boynton Beach, Florida, all of which are incorporated herein by reference at such unit prices/or lump sum prices as specified in CONTRACTOR'S bid totalling TIGHT THOUSAND. ONE HUNDRED AND EIGHTY FOUR DOLLARS AND 50/100, (~8.~4.50'). has been done to the satisfaction of the City Engineer. Final acceptance and payment for the entire project will not be made until the site is satisfactory to the CITY. 2.8 The CONTRACTOR shall at all times observe and comply with the provisions of the charter, ordinances, codes and requlations of the City of BoyntOn Beach, Florida. 2.9 Upon completion of the work, the City Engineer shall satisfy him-self, by examination and test, that the work has been fully completed in accordance with the plans, specifications and contract documents. When the City Engineer is so satisfied, he shall recommend acceptance thereof to the City Manager, who shall, if he agrees with such recommendation, present the final payment application to City Commission for review and vote to formally accept the project. The right of general supervision of the CITY as hereinafter provided under "authority of the engineer" shall not make the CONTRACTOR an agent or employee of the CITY, but the CONTRACTOR shall at all times, and in all respects have the rights and liabilities of an independent contractor. 2.10 After the cleaning up of the work, premises, streets, alleys, manholes, catch basinS, or other areas of structures in anyway connected with the performance of the contract, the work as a whole shall be inspected by the City Engineer, and any workmanship or materials found not meeting the requirements of the specifiCations hall be removed by or at the expense of the contractor and good and satisfactory workmanship or material substituted therefor. All settlement, defects or damage upon any part of the work shall be remedied and made good by the contractor. 2.11 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 any cause. 3.0 COMMENCEMENT OF WORK 3.1 Contractor hereby agrees to commence work under this contract on or before a date to be specified in the written "Notice to Proceed" of the CITY'and to fully complete the project within 70 days following the commencement date as specified in same. 3.2 Time is the essence of the contract. In the event the CONTRACTOR shall fail in the performance of the work specified and required to be performed within the time limit .set forth in the contract, after due' allowance for any extension or extensions of time made in accordance with provisions hereinbefore set forth, the CONTRACTOR shall be liable to the CITY, as liquidated damages and not as ~ penalty, in the amount stipulated therefore in the special conditi0~s or in other contract documents for each and every calendar' day that the CONTRACTOR shall be in default of completion. 6 · 0 INDEMNIFICATION 6.1 The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of Contractor, its agents, servants, or employees in the performance of services under this Agreement. 6.2 Contractor shall indemnify and save harmless and defend City, its agents, servants, and employees from and against any and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney,s and appellate attorney,s fees) of whatsoever kine or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the City, its agents, servants, or employees arising from this contract o.r its performacne. The contractor and the City hereby agree and covenant that teh Contractor has incorporated in its original bid, which constitutes the contract sum payable by the City to the Contractor, specific additional consideration sufficient to support this obligation of indemnification provided for in this paragraph. It i~ the City's and Contractor's full intention that this provison shall be enforceable and said provision shall be in compliance with Florida Statute 725.06. 6.3 The execution of this Agreement by the Contractor shall obligate Contractor to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth in Article "A" herein. However, the indemnifiCation provision, and the insurance provison contained in this Contract are not interdependent of each other, each one is separate and distinct from the other. 6.4 The obligation of the Contractor to indemnify the City is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the City or the Contractor. PAYMENT BY CITY 7.1 The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the specifications. CHANGES IN THE WORK 8.1 The CITY, without invalidating the contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made, in writing, at the time such change is ordered. 8.4.2 8.4.3 8.4.3.1 8.4.3.2 8.4.3.3 8.4.3.4 8.4.3.5 the total dollar change of that bid item is significant in the opinion of the Engineer the unit price shall be subject to review to determine if a new unit price should be 'negotiated; or If no such unit prices are set forth, then by a lump sum or other unit prices mutually agreed upon by the CITY and the Contractor; or, By cost reimbursement which is the actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work plus fifteen (15) percent to cover the cost of general overhead and profit. For all labor and foreman in direct charge of the authorized operations, the Contractor shall receive the current local rate of wages to be agreed upon in writing before starting such 'work, for each hour said labor and foreman are aCtually engaged thereon. An upper limit of total cost and of profit shall be agreed upon and shall not be exceeded unless apprOved by the CITY. The Contractor shall submit sufficient c o s t and pricing data to enable the Engineer to determine the necessity and reasonableness of costs and amounts proposed and the allow ability and eligibility of costs proposes. The Contractor shall have an accounting system which accounts for such costs in accordance with generally accepted accounting principles. This system shall provide for the identification, accumulationand segregation of allowable and unallowable Change Order costs. · Where it is indicated that the Contract is federally or State assisted, the Contractor's attention is directed to the applicable rules and regulations relative to cost principles which must be used for the determination and allowability of costs under grant. In no case 'shall fringe benefit costs on direct labor costs exceed forty (40) percent of direct labor costs. In no case shall the Contractor and Subcontractors' general overhead and profit in the aggregate exceed fifteen (15) percent of the total cost of direct labor, fringe benefits, direct overhead, materials, supplies, stoppage may be necessary to insure the proper execution of the contract. 9.3 As the Engineer is, in the first instance, the interpreter of the conditions of the contract and the judge of its performance, he shall side neither with CITY nor with CONTRACTOR, but shall use his Dower under thecontract to enforce its faithful performance by both. 10.0 INSURANCE 10.1 The CONTRACTOR shall maintain during the term of this contract commercial liability, motor vehicle, and property damage insurance, acceptable to the CITY, covering the work contracted and all operations in connection herewith, and whenever any of the work covered in the contract is to be Sublet, CONTRACTOR'S contingent or protective liability and property damage insurance. Such insurance shall provide limits not less than those set forth on the insurance requirement schedule attached as Exhibit "A". 10.2 Required insurance shall be dOcumented in a certificate of insurance which provides that ithe CITY of Boynton Beach shall be notified at least fifteen (15!) days in advance of cancellation, nonrenewal or adverse change. Contractor agrees to furnish policies if Certificate of Insurance is not acceptable. 10.3 The CONTRACTOR shall take all necessary precautions to prevent the generation of loud, unnecessary noise in conjunction with his operations at the worki site Internal combustion engines used on construction equipment' Shall'be equipped with mufflers, as required by the Code of the City of Boynton Beach, and the CONTRACTOR shall comply with all other requirements of this Code as they pertain to prevention of noise. No pile driver, excavating or other construction equipment, pneumatic hammer, derrick, the use of which is attended by loud or unusual noise, shall be operated between the hours of 6:00 p.m.. and 7:00 a.m., except by written permission of the City Manager, and then only in case of emergency. 11.0 GUARANTEE ANDWARRANTiES 11.1 Ail the work shall be guaranteed to remain in good condition for one year from date of acceptance. 12.0 TERMINATION OF CONTRACT 12.1 If the work to be performed under the contract is assigned by the CONTRACTOR other than provided for herein; if the CONTRACTOR should be adjudged as bankrupt; if a general assignment of his assets be made for the benefit of his creditors; if a receiver should be appointed for the CONTRACTOR or any of his property, if at any time the Engineer shall certify in writing to the City Manager that the performance of the Work under the contract is TIME OF ESSENCE 14.1 Inasmuch as the provisions hereof, and of the plans and specifications herein, and of all the other contract documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public limprovement in accordance with a predetermined program, all Such time limits are of the essence of the contract. 15.0 REMEDY FOR DELAY 15.1 In the event of any delay in the project caused by any act or omission of the City, its agents or employees, 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. 15.2 Failure on the part of Contractor to timely process a request for an extension of time to complete the work shall constitute a waiver by Contractor and Contractor shall be held responsible for completing the work within the time allocated by this Contract. 15.3 Ail requests for extension of time to complete the work shall be made in accordance with the General and Special Conditions. 15.4 For the purpose of this section the phrase "the City, its agents and employees" shall include but shall not be limited to the architect, project manager, and consulting engineers. . IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its Mayor, attested by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presents the day and year herein before written. Signed, sealed and witnessed CITY OF BOYNTON BEACH, FLORIDA in the presence of: .. %! ~ J.L'~"lc<CZ;f C~/L./ )' :/ May; Attest: Form: .~.~..~--'.,~~ City Clerk torney Signed, sealed and witnessed CONTRACTOR DECOR ENVIROHMERTAL & KNGDIEERDlG, INC. in the presence of: ~ ~~_ ~:sident :rfv~ Attest n to Contractor \\\lllIl1Jlflllll/t" \"", ""'Al /f/".., ", ~~ I ~'" ':'t.~' ~".............. ,!:::-A _' ~'" ~ ~......1I 000 -.,:'v. ..:;.. ~ 0\'- o?~r "'-'~ '.' ,,?,. '~ s ~.' v <!:' '.-:'1"~ '~ ~. ~.: .~r~ ~ =2: St::!'L :1_"''= ~t:.:: ..._n :2~ ~ "k.~ t 987 }i.: I ~ O~.. ...:"-"'.) i "'-::;. ~~'..,('{o:::n'D~.,.:..~ ~ -:::..........,... 0 ................,J ",~ ,....."~,/.I~/JI '\\-..\\\\\< 'I, "j r 1111 \\ ~ \ \ \ , State of Florida ) ) ss: County of Palm Beach ) Personally appeared before me duly authorized to administer oaths ROBERT W. LANE, VICE-PRESIDENT OF DECON ERVIRONMF.NTAT. & F.Wt::TWRRRHlt::. TVr. to me known to be the persons described herein and who executed the foregoing instrument and have acknowledged before me and they have executed same. c;5k Notary Public My Commission Expires: UCC2 I~b-~ Q<-q(19&J --~_...~_........ '.'- ;tl~~ STACEY HOlLAND --- i ~.f :.~ MY COMMISSION' cc 429679 . ~~... ,ll EXPIRES: December~.1998 '..p'::,fi(..' Bonded TlIIu NolIry PlM: lJndiIIwrbrs \ lJ