Loading...
R94-030RESOLUTION NO. R94-~W A RESOLUTION. OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, AWARDING THE BID FOR MODIFICATIONS TO EXTERIOR PLANTERS AND WINDOW SILL FLASHINGS AT CITY HALL COMPLEX TO FIRST CHOICE ROOFING SYSTEMS IN THE AMOUNT OF $112,150.00; AUTHORIZING A~D DIRECTING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT BETWEEN THE CITY OF BOYNTON BEACH AND FIRST CHOICE ROOFING SYSTEMS, AND PROVIDING AN EFFECTIVE DATE. WHEREAS, bids were opened for the modifications to exterior planters and windowsill flashings at City Hall Complex on February 3, 1994; and WHEREAS, the City Commission of the City of Boynton Beach, upon recommendation of staff, has deemed it to be in the best interests of the citizens and residents of the City to award the bid tO FIRST cHOICE ROOFING S~STEMS 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 awards the bid to FIRST CHOICE ROOFING SYSTEMS, .as t~e most responSiwe and responsible bidder meeting specs, and au{horizes an6 directs the Mayor and City Clerk to execute ~ Contract between the City of Boynton Beach and FIRST CHOICE ROOFIN~ SYSTEMS, which Contract is attached hereto as Exhibit "A". SectiOn 2. upon passage. This Resolution shall take effect immediately PASSED AND ADOPTED this /~ day of February, 1994. OF BE~CH, FLORIDA Cit~; Clerk (~orporate Seal) CityHall.Rep 2/11/94 CONTRACT THIS AGREEMENT, made and entered ~HA Projec5 #293-960 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 FIRST CHOICE ROOFING SYSTEMS, INC. Florida Corporation (_X_) 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 Commission 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 One Hundred Twelve Thousand One Hundred Fifty Dollars and 00/100 ($112,150.00), submitted by the aforementioned CONTRACTOR was the bes5 and mos~ desirable bid submitted, and has authorized the execution of this contract. NOW, THEREFORE, in consideration of these mutual conditions and covenants contained herein, as follows: premises and the the parties agree 1.0 AGREEMENT 1.1 The CITY does award the conuract to and does hire and employ the CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the bid of the CONTRACTOR, dated FEBRUARY 3, 1994, which is hereby incorporated by reference into this agreemenu, and the CONTRACTOR does agree to furnish the necessary labor, tools, equipmenu, materials and supplies, etc., and ~o perform all the work provided in the bid, contract documents, bond documents, plans and specifications for MODIFICATIONS TO EXTERIOR PLANTERS AND WINDOW SILL FLASHINGS AT CITT HALL COMPLRX, City of Boynton Beach, Florida, all of which are incorporated herein by reference a= such unit prices/or lump sum prices as specified in CONTRACTOR'S bid totalling $112,150.00. 2 2.0 SCOPE OF SERVICES 2.1 Contractor further agrees 5o furnish all materials, supplies, machines, equipmens, tools, superintendents, labor, insurance, and osher accessories and services necessary 5o complete said project in accordance with the conditions and prices as stated in the contract conditions, supplemental general conditions and special conditions of the contract, plans which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof as contained in the bid, contract documents and specifications for the project. 2.2 Ail the work and labor performed under this contract shall be performed, and all of the material furnished shall be, in strict conformity with said plans and specifications, and contractor accepts and consents to the conditions contained in said plans and specifications and expressly agrees to comply with every requirement and stipulation therein contained to be performed by the party contracting to do said work. 2.3 THE CONTRACTOR further agrees to furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the details for said work on file in the office of the City Engineer of the CITY and strictly in accordance witk the specifications, general s~ipulatigns and plans which are hereby referred to and made a part of this contract, as well as to the satisfaction of the City Commission and the City Engineer of the said CITY, and in strict obedience with the directions which may be given by the said City Engineer or his authorized represensative, at and for the prices herein plainly set forth. 2.4 Upon receipt of written notification from the CITY, ~o correct any defective or faulty work or materials which may appear within one (1) year after completion of the contract and receipt of final payment. Contractor shall make the necessary corrections within ten (10) days of receipt of the written notice. 2.5 To comply with the provisions of Section 215.19, Florida Statutes, if applicable. 2.6 To pay promptly, before final settlement, any and all claims or liens incurred in and abou5 this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Forms to be specified by CIT¥~ 3 2.7 The CONTRACTOR shall remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipmen5 from streets, alleys, parkways and adjacent proper~y 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. Payment of monthly or partial estimates may be withheld until this has bean done ~o 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 regulations of the City of Boynton Beach, Florida. 2.9 Upon completion of the work, the City Engineer shall satisfy him-self, by examination and Lest, that the work has been fully completed in accordance with the plans, specifications and consract documenss. When the City Engineer is so satisfied, he shall recommend acceptance thereof to the City Manager, who shall, if he agrees with such recommendation, presen~ the final payment application ~o City Commission for review and vote to formally accept the project. The right o~ general supervision of the CITY as hereinafter provided under "authority of the engineer" shall not make the CONTRACTOR an agen~ 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 maserial substituted therefor. All settlement, defects or damage upon any par~ 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 5o make good at his own cost any damage or injury occurring from any cause. 3.0 COMMENCEMENT OF WORK 3.1 Contractor hereby agrees uo commence work under this con=rac= on or before a date to be specified in the written "Notice to Proceed" of the CITY and to fully complete the project within 120 calendar days following the commencement date as specified in same. 4 3.2 Time is the essence of the contract. In the even~ the CONTP~ACTOR 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 seL forth, the CONTRACTOR shall be liable ~o the CITY, as liquidated damages and no5 as a penalty, in the amount stipulated therefore in the special conditions or in other contract documenss for each and every calendar day that the CONTKACTOR shall be in default of completion. The CITY shall have the right to deduct said liquidated damages from a//y amount due, or that may become due the C6NTP~ACTOR, Or to collect such liquidated damages from the CONTRACTOR or his Surety. 3.3 CONTRACTOR shall, as soon as practicable, after signature of con~rac~, notify City Engineer in writing of names of subcontractors proposed for principal parts of work, and for such others as City Engineer may direct, and shall not employ any that architect may, within a reasonable time, obje¢~ to as incompetent or as unfit. 4.0 LIQUIDATED DAMAGES 4.1 The CONTRACTOR further agrees to pay $50.00 per day as liquidated damages, for failure to begin within ten (10) days and failure to complete the work within 120 calendar days from the date of "Notice to Proceed". 5.0 PROTECTION OF EXISTINO FACILITIES 5.1 The CONTRACTOR warrants that prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges, and other construction encountered, and the promp~ repairing of any damage done to them during the progress of the work, or from insufficient support thereafter; also, all filling, backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also all pumping, bailing, draining, or unwatering of all excavations, incidental to the execution of the work; also the furnishing of all necessary labor, tools, equipmens, materials and supplies, esc. and the performance of the whole work mentioned in the detailed plans and specifications necessary ~o give a finished result, and including all expense incurred in or in consequence of the suspension or discontinuance of the said work specified and a faithful compliance with each and every one of the requirements of the consract and for the maintenance of the entire work and construction in good condition and repair until final acceptance. 5.2 The CONTRACTOR shall assume full responsibility and expense for the protection of all public and private property, structures, water mains, sewers, utilities, esc., both above and below ground, at or near the site or sites of the work being performed under the contract, or which are in any manner affected by the prosecution of the work or the 5ransportation of men and materials in connection therewith. The CONTRACTOR shall give reasonable written notice in advance to the department of the CITY having charge of any property or utilities owned by the CITY and to other owner or owners of public or private property or utilities when they will be affected by the work to be performed under the contracu, and shall make all necessary arrangements with such department, deparsmen~s, owner or owners for the removal and replacement or protection of such property or utitlies. 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 na=ure arising out of error, omission or negligent act of Contractor, its agents, servan=s, 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 ac=, omission, or default of the City, its agents, servan=s, or employees arising from this contract or its performacne. The contractor and the City hereby agree and covenant that teh Contractor has incorporated in its original bid, which constitutes 5he 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 is 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 execu=lon of this Agreemen= by the Contractor shall obligate Contractor to comply with the .foregoing indemnification provision, as well as teh insurance provisions which are se5 forth in Article 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 Contrctor 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. 7.0 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. 8.0 CHANGES IN THE WORK 8.1 The CITY, without invalidating the Contrac=, 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 ex=ension of time caused thereby shall be made, in writing, at the time such change is ordered. 8.2 Ail change orders and adjustments shall be in writing and approved by the City Manager or City Commission if required, otherwise, no claim for extras will be allowed. 8.3 The General Contractor and all of his subcontractors shall be apprised of, and familiar with, the following conditions and procedures governing ex=ra work unaer the Contract: 8.3.1 Any change order has to be recommended by the City Manager and officially approved by the City Commission before any s~eps are taken go implement the change order. 8.3.2 Should the Contractor or any of his subcontractors commence with his work without making a claim in writing for unforseen extra work he encounters, it will be construed as an accep=ance and agreement by him that any such work is required under the contract and no future claim for such extras will be considered or allowed by the CITY. 8.3.3 No claim for extra work will be allowed unless and until authority for same by written Change Order has been obtained from the City Manager or the City Commission of Boyn=on Beach, if necessary, which authorization will be signed by the Mayor. 8.4 8.3.4 8.3.5 Changes in the work directed in writing by the CITY's Representasive under the following procedures shall become a part of the Contract by a written Change Order. Information regarding changes in the work involving claims ~o the CITY for additional work, credits, and/or adjustments under the Contract shall be promptly transmitted in writing by the General Contractor to the CITY's Representative with full explanations and justifications for his consideration in preparing a Change Order to the Contract. The value of any change ordered under the Consrac~ for extra work and/or any reductions in work required, shall be determined under one or more of the following procedures before a written Change Order is issued: 8.4.1 By such applicable unit prices, if any, as are set forth in the ConsracE excep5 in those cases where increases in quantities exceed fifteen (15) percent of the original bid quantity and the total dollar change of that bid item is significant in the opinion of the Engineer the unit price shall be subjec~ to review 5o determine if a -new uni5 price should be negotiated; or 8.4.2 8.4.3 If no such unit prices are set forth, then by a lump sum or other uni~ prices mutually agreed upon by the CITY and the Contractor; or, By cost reimbursemen~ 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 cos~ 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 ~o 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 cosu and of profit shall be agreed upon and shall not be exceeded unless approved by the CITY. 8.4.3.1 8.4.3.2 8.4.3.3 8.4.3.4 8.4.3.5 8.4.3.6 8 The Contractor shall submit sufficient cost and pricing data =o enable the Engineer 5o 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 accoun=s for such costs in accordance with generally accepted accounting principles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable Change Order costs. Where it is indicated that the Contrac= is federally or State assisted, the Con=ractor's attention is directed ~o the applicable rules and regulations relative to cost principles which musu 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) percen~ of the total cost of direct labor, fringe benefits, direct overhead, maserials, supplies, equipment and directly related services supplied by him. Aong the items considered as general overhead are bonds, insurance,incidental job burdens, supervision and general office expenses. In no case shall the Contractor's cos= for administeringsubcontracts exceed five (5) percent of the subcontractors'cost not including subcontractors' profit. 8.4.3.7 8.4.3.8 For special equipment and machinery such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment, required for the economical performance of the authorized work, the Contractor shall receive paymen~ based on the agreed rental price for each item of equipment and the actual time of its use on the work provided that the rental price shall not exceed the current rates published by the Equipment Guide Book Company in the Blue Book, "Rental Rates for Construction Equipment". Ra~e shall be daily, weekly or monthly as appropriate. Records of extra work done shall be reviewed at the end of each day by the Contractor and the Engineer. Such daily records shall clearly distinguish besween the work done under the contract and that done under the Change Order. Duplicate copies of accepted daily records shall be made, signed by the Contractor and the Engineer and one copy retained by each. 8.5 Claim of paymen~ for exsra work shall be submitted by the Contractor upon certified statement supported by receipted bills. Such statements shall be submitted for the curren5 Contract paymen5 for the month in which the work was done. No claim for extra work shall be allowed unless the same was ordered, in writing, as aforesaid and the claim presented a5 the time of the first estimate after the work is completed. 9.0 PROJECT ENGINEER 9.1 The projec~ engineer shall be the PROJECT M~AGER 9.2 The Engineer shall have general supervision and direction of the work. He is the agent of CItY only to the extent provided in the contract documents and when in special instances he has the authority by CITY to ac=, and in such instances he shall, upon request, show CONTRACTOR written authority. He has authority ~o s=op the work whenever such stoppage may be necessary ~o insure the p r o p e r 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 power under the contract to enforce its faithful performance by both. 10 10.0 INSURANCE 10.1 The CONTRACTOR shall maintain during the term of this connract 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 properny damage Insurance. Such insurance shall, provide limits not less than those sen forth on the insurance requirement schedule attached as Exhibit "A 10.2 Required insurance shall be documented in a certificane of insurance which provides that the 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 work 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 6:00p.m. and 7:00 a.m., except by written permission of the City Manager, and then only in case of emergency. 11.0 GUARANTEE AND WARRANTIES 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 s general assignment of his assets be made for the benefit of his creditors; if a receiver should be appointed for the CONTRACTOR or ~ny of his property, if at any time the Engineer shall certify in writing to the Ciny Manager that the performance Of the work under the contract is being unnecessarily delayed or than the CONTRACTOR is willfully violating any of the conditions, provisions, or covenants of the contract, plans or specifications, or that he is executing the same in bad faith or otherwise not in accordance with the terms of the contracn; if the work be not fully completed within the time named for its completion or within the time no which such completion date may be extended; or if other just causes exlsn, then the City Manager may serve ten (10) days' written notice upon the CONTRACTOR of the intent to terminate the contract for the CITY and if the 11 contractor shall not, prior to the effective date of termination seL forth in such notice, take such measures as will, in the judgement of the City Manager, insure the sasisfactory performance of the work, the City Commission and the City Manager may declare the contract terminated on the effective date specified in such notice, or any date subsequent thereto. In the event of such termisation, the City Manager shall notify the CONTRACTOR and Surety and the CONTRACTOR shall immediately respect such notice and stop work and cease to have any right 5o the possession of the ground and shall forfeit his contract. Upon such ~ermination, the City Manager shall provide the Surety with written notice of the CITY'S action and the Surety shall within ten {10)days of receipt of said notice remedy the default or the suresy shall as expeditiously as possible: 12.1.1 Compte~e the contract in accordance with its terms and conditions, or 12.1.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety and the CITY of the lowest responsible bidder, make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts or completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contrac5 price; but not exceeding, including other cosss and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The ~erm "balance of the contrac~ price", as used in this paragraph, shall mean the total amoun5 payable by CITY to CONTRACTOR under ~he Contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. 13.0 CONT~ACT CONTROLS 13.1 The subject contract between the CITY and the CONTRACTOR shall supersede any and all documents executed between the parties relative to the project. In the even~ of any inconsistencies the terms, provisions and conditions set forth in the subject contract shall supersede all other documents and shall be controlling. 14.0 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 limprovemen~ in accordance with a predetermined program, all such time limits are of the essence of the contract. 12 15.0 R~MEDY FOR DELAY 15.1 In the even~ 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 ~o 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 ~ontractor 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 no~ be limited to the architect, project manager, and consulting engineers. In WITNESS WHEREOF, signed by its Mayor and with the Corporate Seal executed these presents 13 the CITY has caused these presents to be City Manager, attested by the City Clerk of the said CITY and the CONTRACTOR has the day and year herein before written. .Signed, sealed and witnessed in the presence of: Attest: ~ City Clerk CITY OF BOYNTON BEACH, FLORIDA C~ty Man~ager City to Form: / / .Zorney Signed, sealed and witnessed CONTRACTOR in the presence of: President or Vice President Attest as uo Contractor 14 State of Florida ) )ss: County of Palm Beach ) Personally appeared before me duly authorized to administer oaths no me known to be the persons foregoing instrument and have executed same. described herein and who executed the acknowledged before me and they have Notary Public My Commission Expires: