R00-080
......,~
RESOLUTION NO. ROO-&::>
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF BOYNTON BEACH, FLORIDA, APPROVING
THE AWARD OF A BID (NO. 068-2910-00/0D) FOR
IMPROVEMENTS TO THE BOYNTON BEACH
MUNICIPAL GOLF COURSE JOE DELONG BLVD.; TO
WEST CONSTRUCnON, INC., IN THE AMOUNT OF
$131,410.00; AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE SAID CONTRACT; AND
PROVIDING AN EFFECTIVE DATE.
WHEREAS, on May 15, 2000, Procurement Services received and opened
one (1) Bid for the above mentioned project, and it was determined that West
Construction, Inc,. was the sole, responsive bidder who met and exceeded all
specifications;
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION
OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT:
Section 1. The City Commission of the City of Boynton Beach, Florida,
hereby approves the award of a bid for the improvements to the Boynton Beach
Municipal Golf Course to West Construction, Inc, and authorizes and directs the
Mayor and City Clerk to execute a Contract between the parties, a copy of which
is attached hereto as Exhibit "A".
Section 2. That this Resolution shall become effective immediately.
PASSED AND ADOPTED THIS dfCJ day of June, 2000.
M yo~,,/) .~.
Lf(~/ ?~
Vice Mayor
~
Mayor Pro Tem
~
Co
ATTEST:
~~Ck~<J0
CitY Clerk
( Corp~~~~I~a}}11
f;"~o'! NTOI\t 1'%
~ "C e~~!i\5>aG$l> <!) ~
..!f. "b~f'OF{.q~... ~ ~
~ (l~0 ~17. -p -:;.
_:: ~ !~ 9,. 0 -=
=~: i:I:=
~~o\ i:$
s:R~\Bid A~rd\~I~~rovem~ 061200
~ "'l!l<ll"1ll Y' ,.~... r;:
<'l 41i!ll801l01l!'} 'i' *'
-?/''l/J J::'toP,\\) ~~~
',I; fIn III il \\\\\\\\
, A
The City of
Boynton Beach
9-
i...~.. J _._~_ , ..
\ fl '
\,.
100 E. Boynton Beach Boulevard
P.O. Box 310
Boynton Beach, Florida 33425-0310
City Hall: (561) 742-6000
FAX: (561) 742-6090
NOTICE TO CONTRACTORS
Sealed Bids for MASTER LIFT STATION REHABILITATION - LIFT STATIONS: 316.
317. 319. AND 356 BID#094-2821-00/CJD will be received by the City of Boynton Beach,
Boynton Beach, Florida in PROCUREMENT SERVICES on or before SEPTEMBER 27.2000.
no later than 2:30 P.M. (local time).
ifby hand, including messenger or delivery service:
City of Boynton Beach
100 E. Boynton Beach Boulevard
Boynton Beach, Florida
Procurement Services
ifby mail: P.O. Box 310, Boynton Beach, Florida 33425-0310
All bids received will be publicly opened and read aloud. Bids received after this time will NOT
be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of
filing. The City of Boynton Beach is not responsible for the U.S. Mail or the private couriers in
regards to mail being delivered by the specified time so that a proposal can be considered. All
bids will be submitted in a sealed envelope plainly marked on the outside of the envelope with
the bid title, number, date and time. The City reserves the right to consider bids that have been
determined by the City to be received late due to mishandling by the City after receipt of the bid
and no award has been made. A Pre-Bid Conference is scheduled for SEPTEMBER 6. 2000 at
2:00 P.M. (local time), to be held in the Conference Room at the Operations/Technical Building
at 124 East Woolbright Road, Boynton Beach, Florida. Attendance is highly recommended and
proof of attendance will be indicated by the bidder's signature or their appointee on the
attendance sheet provided at the pre-bid meeting.
The work to be performed. consists of, but is not necessarily limited to:
Rehabilitation and reconfiguration of Master Lift Stations, #316, #317, #319 and #356. The major
improvements for stations #316 and #319 includes replacement of 3 dry-pit submersible pumps,
replacement of the emergency diesel generator, replacement of the electrical main service
disconnect, transfer switch, main control panel and variable speed drives with a new electrical
system, soft starts and control system, replacement of the pump suction and discharge piping, and
replacement of the odor control system. The major improvements for section #317 includes
removal of the existing jockey pump and installation of new large pump and jockey dry-pit
submersible pumps and electrical and control system improvements. All of the lift stations will
have a bridge crane installed.
Nel
Bidders may obtain plans, specifications, and Contract documents at the office of the Engineer,
CH2M Hill, Inc., 800 FaiIway Drive, Suite 350, Deerfield Beach, Florida 33441. Any technical
questions related to this project are to be directed to David Schuman. CH2M Hill. Inc.. 800 FaiIwav
Drive. Suite 350. Deerfield Beach. Florida 33441. Telephone (954) 426-4008. Plans and
specifications are available for a non-refundable charge of $ 120.00 per set. Additional sets of full
size drawings may be purchased for a non-refundable charge of $50.00 per set.
Bidder documents may be examined at the office of the Engineer or Procurement Services, City of
Boynton Beach, between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday. Bid
specifications will be made available at the following: F.W. Dodge Reports, Ft. Lauderdale and
Palm Beach Builders Exchange, Construction Market Data, Dodge Reports - Port St. Lucie.
Bids shall be submitted, in triplicate, on the Proposal Form provided. No bids may be withdrawn
for a period of ninety (90) days after the bid opening. Bids shall be accompanied by an acceptable
5% Bid Bond or Certified Check, if the bid amount exceeds $25,000, drawn upon any State or
National Bank in Florida, made payable to the City of Boynton Beach, Florida, in the amount of
5% of the bid price, as a guarantee that the Contractor, if awarded the Contract, will enter into a
written Contract with the City to perform this work. The bond will also contain provisions
complying with and adopting Florida Statute 255.05, and shall be signed by the local Florida
authorized agent of the Bonding Company. The City of Boynton Beach reserves the right to reject
any or all bids, or to accept any bid as made by the most satisfactory responsible bidder.
The low monetary bid will NOT in all cases be awarded the Contract or Purchase Order.
Contracts or Purchase Orders will be awarded by the City to be the best responsible bidder
whose bid represents the most advantageous bid to the City, price and other factors
considered. Evaluation of bids will be made based upon the evaluation factors and standards
heretofore set forth. The City reserves the right to reject any and all bids and to waive
technical errors as heretofore set forth. In the event of a Court challenge to an award by any
bidder, damages, if any, resulting from an improper award shall be limited to actual bid
preparation costs incurred by the challenging bidder. In no case will the award be made until
all necessary investigations have been made into the responsibility of the bidder and the City
is satisfied that the best responsible bidder is qualified to do the work and has the necessary
organization, capital and equipment to carry out the required work within the time specified.
CITY OF BOYNTON BEACH
B~~~ ~.
BILL ATKINS
DEPUTY DIRECTOR OF FINANCIAL SERVICES
NC2
MEMORANDUM
TO:
SUE KRUSE
CITY CLERK
BILL ATKINsJJ~1 SUBJECT: ADVERTISE FOR BID
DEPUTY DIRECTOR OF FINANCIAL SERVICES
DATE:
August 25, 2000
FROM:
Please advertise the following:
"MASTER LIFT STATION REHABILITATION-
LIFT STATIONS: #316, 317, #319, AND #356
BID #094-2821-00/CJD
Sealed Bids will be received by PROCUREMENT SERVICES, City of Boynton Beach, 100 E.
Boynton Beach Boulevard, or mail to P.O. Box 310, Boynton Beach, Florida 33425-0310.
A Pre-bid Conference is scheduled for: SEPTEMBER 6. 2000 at 2:00 P.M. at the
Operations/Technical Building at 124 East Woolbright Road. Boynton Beach. Florida
All bids are due on: SEPTEMBER 27. 2000. NO LATER THAN 2:30 P.M. (LOCAL
TIME).
SCOPE OF WORK: Rehabilitation and reconfiguration of Master Lift Stations #316, #317,
#319, and #356. The major improvements for stations #316 and #319 includes replacement of 3
dry-pit submersible pumps, replacement of the emergency diesel generator, replacement of the
electrical main service disconnect, transfer switch, main control panel and variable speed drives
with a new electrical system, soft starts and control system, replacement of the pump suction and
discharge piping, and replacement ofthe odor control system. The major improvements for
section #317 includes removal of the existing jockey pump and installation of a new large pump
and jockey dry-pit submersible pumps and electrical and control system improvements. All of
the lift stations will have a bridge crane installed.
Bidders may obtain bid documents at the office of the Engineer CH2M Hill, Inc. 800 Fairway
Drive, Suite 350, Deerfield Beach, Florida 33441. Telephone number is (954) 426-4008. Plans
and Specifications are available for a non-refundable charge of $120.00 per set. Additional sets
may be purchased for a non-refundable charge of $50.00 per set.
Bid documents maybe examined in Procurement Services, City of Boynton Beach, between 8:00
A.M. and 5:00 P.M., Monday through Friday. Bid specifications will be made available at the
following: F.W. Dodge Reports, Ft. Lauderdale and Palm Beach Builders Exchange,
Construction Market Data, Dodge Reports - Port St. Lucie.
NOTE FOR CITY CLERK: Please advertise in the Palm Beach Post, and the Florida Photo
News.
cjd
c: John Guidry - Utilities Director
Barb Conboy - Procurement Specialist
Mark Law - Deputy Director of Utilities
Janet Prainito - Deputy City Clerk (Invitation and Memo only)
File
f., 0 0 ,,-?iJ
CONTRACT
THIS AGREEMENT, made and entered into this day of , A.D.
20_, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida,
hereinafter called the "City" and WEST CONSTRUCTION. INC.
a Florida Corporation ~
a Florida General Partnership L--->
a Florida Limited Partnership L--J
a Sole Proprietor L--J
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, had determined that the bid in the total amount of One
hundred and thirty-one thousand. four hundred and ten dollars and no cents 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 May 25. 2000. 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:
Bid Title:
BOYNTON BEACH MUNICIPAL GOLF COURSE
JOE DELONG IMPROVEMENTS
Bid Number: #068-2910-00/CJD
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
totaling $131.410.00.
C-l
2.0 SCOPE OF SERVICES
2.1 CONTRACTOR further agrees to 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. 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 All 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, aJ;1d in conformity with the detail for said work on file in
the office of the City Engineer of the City and strictly in accordance with th~
specifications, general stipulations 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 City Engineer of the said City, and in strict obedience with the directions
which may be given by the City Manager or his authorized representative, at and
for the prices herein plainly set forth.
2.4 Upon receipt of written notification from the CITY, to correct any defective or
faulty work or materials which may appear within one (1) year after completion of
the contract and receipt of fmal 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 255.05, Florida Statutes, if applicable.
2.6 To pay promptly, before final settlement, any and all claims or liens incurred in
and about this work. Furnish release of liens forms from all subcontractors and
suppliers of materials. Forms to be supplied by CITY.
2.7 The CONTRACTOR shall remove and. clean up all rubbish, debris, excess
material, temporary structures, tools and equipment from streets, alleys, parkways
and adjacent property 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.
C-2
~.niii
Payment of monthly or partial estimates may be withheld until this 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 regulations of the City of Boynton Beach,
Florida.
2.9 Upon completion of the work, the City Engineer shall satisfy himself, 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 structure 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 material found not meeting the requirements of the specifications
shall 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 fmal 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 75 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 herein before 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 conditions or in other
C-3
documents for each and every calendar day that the CONTRACtOR shall be in
default of completion.
The CITY shall have the right to deduct said liquidated damages from any amount due, or that
may become due the CONTRACTOR, or to collect such liquidated damages from the
CONTRACTOR or his Surety.
3.3 CONTRACTOR shall, as soon as practicable, after signature 'of contract, 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 an
that architect may, within a reasonable time, object to as incompetent or as unfit.
4.0 LIQUIDATED DAMAGES
4.1 The CONTRACTOR further agrees to pay $250.00 per day as liquidated
damages, for failure to begin within ten (10) days of "Notice to Proceed" or
failure to complete the work within 7S calendar days from the commencement
date to be indicated in the written "Notice to Proceed".
5.0 PROTECTION OF EXISTING FACILITIES
5.1 The CONTRACTOR warrants that prices include the ?rotection and continuous
use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges, guard
rails and other construction encountered, and the prompt repairing of any damage
done to them during the progress of the work, or from insufficient support
thereafter; also all the 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, equipment,
materials and supplies, etc. and the performance of the whole work mentioned in
the detailed plans and specifications n.ecessary to 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 contract 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, etc., both above and below ground, at or near the site or sites of the work
being perfonned under the contract, or which are in any manner affected by the
prosecution of the work or the transportation 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 shall be affected by the work to be performed under the contract, and
shall make all necessary arrangements with such. department, departments, owner
--
C-4
;""
or-owners for the removal and replacement or protection of such property or
utilities.
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 against any kind 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
fe~s) of whatsoever kind 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 froin this contract or its performance. The CONTRACTOR
and the CITY hereby agree and covenant that the CONTRACTOR has
incorporated in this 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 is the
CITY'S and CONTRACTOR'S full intention that this provision 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 Attachment "A" herein.
However, the indemnification provision, and the insurance provision 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.
7.0 PAYMENTBYCITY
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.
C-5
8.0 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.
8.2 All change orders and adjustments shall be in writing and approved by the City
Manager or City Commission if required, otherwise, no claim for ex~as 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 extra work
under 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 steps are taken to
implement the change order.
8.3.2 Should the CONTRACTOR or any of his subcontractors commence with
the work without making a claim in writing for unforeseen extra work he
encounters, it will be construed as an acceptance and agreement by him
that any such work is required under the contract and no future claim for
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 Boynton Beach, if necessary, which
authorization will be signed by the Mayor.
8.3.4 Changes in the work directed in writing by the CITY'S Representative
under the following procedures shall become a part of the Contract by a
written Change Order.
8.3.5 Information regarding changes in the work involving claims to 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.
8.4 The value of any change ordered under the Contract 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:
k
C-6
1fI~
8.4.1 By such applicable unit prices, if any, as are set forth in the Contract
except 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
subject to review to determine if a new unit price should be negotiated; or
8.4.2 Ifno 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
8.4.3 By cost reimbursement, which is the actual cost for labor, dire~t 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.
8.4.3.1 The CONTRACTOR shall submit sufficient cost and pricing data
to enable the Ep.gineer to determine the necessity. and
reasonableness of costs and amounts proposed and the allowability
and eligibility of costs proposed.
8.4.3.2 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, accumulation and segregation of allowable and
unallowable Change Order costs.
8.4.3.3 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.
8.4.3.4 In no case shall fringe benefit costs on direct labor costs exceed
forty (40) percent of direct labor costs.
8.4.3.5 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, equipment and directly related services
supplied by him. Among the items considered as general overhead
are bonds, insurance, incidental job burdens, supervision and
general office expenses.
C-7
8.4.3.6 In no case shall the CONTRACTOR'S cost for administering
subcontracts exceed five (5) percent of the subcontractors' cost not
including subcontractors' profit.
8.4.3.7 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 payment based on the agreed rental
price for each item of equipment and the aqtual 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". Rate shall
be daily, weekly or monthly as. appropriate;
8.4.3.8 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 between the work done under the contract
and that done under the Change. Order. Duplicate copies of the
accepted daily records shall be made, signed by the
CONTRACTOR and the Engineer and one copy retained by each.
8.5 Claim of payment for extra work sh;:dl be submitted by the CONTRACTOR upon
certified statement supported by receipted bills. Such statements shall be
submitted for the current contract payment. for the month in which the work was
done. No claim for extra work shall be alJowed unless that same was ordered, in
writing, as aforesaid and the claim presented at the time of the first estimate after
the work is completed.
9.0 PROJECT ENGINEER
9.1 The project engineer shall be BILL DEBECK. FACILITIES MANAGER.
9.2 The Engineer shall have general supervision and direction of the work. The
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 shallt upon request, show CONTRACTOR written authority.
He has authority to stop the work whenever such 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 power under the contract to enforce its
faithful performance by both.
C-8
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 connected herewith, and
whenever any of the work in the contract is to be sl.lblet, 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 Attachment "A" .
10.2. Required insurance shall be documented in a certificate 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 with 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 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 attend 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 GUARANTEEANDWARRANTIES
11.1 All 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 being unnecessarily delayed
or that 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 tenus of
the contract; if the work be not fully completed within the time named for its
completion or within the time to which such completion date may be extended; or
if other just causes exist, the City Manager may serve ten (10) days' written notice
upon the CONTRACTOR of the intent to terminate the contract for the CITY and
C-9
if the CONTRACTOR shall not, prior to the effective date of termination set forth
in such notice, take such measures as will, in the judgment of the CitY Manager,
ensure the satisfactory 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 termination,
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 to the possession of the ground and shall forfeit his contract.
Upon such termination, the City Manager shall provide the Surety with written
notice oftheCITY'S action and the Surety shall within ten (10) days of receipt of
said notice remedy the default or the Surety shall as expeditiously as possible:
12.1.1 Complete 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 qalance of the
contract price; but not exceeding, including other costs and damages for
which the Surety may. liable hereunder, the amount set forth in the first
paragraph hereof The term "balance of ~e contract price",. as used in this
paragraph, shall mean the total amount payable l>Y CITY to
CONTRACTOR under the contract and any amendment$ thereto, less the
amount properly paid by CITY to CONTRACTOR.
13.0 CONTRACT 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
event 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 improvement 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, by the act or omission of any other party, or delay
C-IO
~ ........
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.
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 All requests for extension of time to complete the work shall be made m
accordance with the General and Special Conditions.
15.4 For the purpose of this section the phrase "the CITY, its agents and employees"
shall inclllde but shall not be limited to the architect, project manager and
consulting engineers.
C-ll
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 presence the day and year herein before written.
Signed, sealed and witnessed
in the presence of:
CITY OF BOYNTON BEACH, FLORIDA
Mayor
Attest:
Approved as to Form:
City Clerk
City Attorney
Signed, sealed and witnessed
in the presence of:
Contractor
President or the Vice President
Attest as to Contractor
C-12
-
rJ.,n 0 - ?D
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 presence the day and year herein before written.
Signed, sealed and witnessed
in the presence of:
CITY OF BOYNTON BEACH, FLORIDA
'--JJ1~{)~
\\\\\\ \\ II II Ii //111
~,,\()"'. NTO,V IIII-'/.
~ ~~,.~""-' -.'J",t..109..",f';lo .,9 ~ ~
....... .... ,,~~ ,'" .-, o~... " ~
Attest: ij':"'< /,:}:,\ .,;n-'?~~\"70'~ Approved as to Form:
~ --J t ~ ~ "!: ~
::; >. ::;: ::: ?" .
~ ~i '~~~ \, '... '."'/')\'1":. f-Jvl? " / [' ;1 . (/ ~ ~.' \;1
",."'-' $ .t.. \l,..j~ <~..,.,I " V'V '~..,.J:,~'y-'-'! ' \
~ ~i;~"" ~';;' ,./, '" / .:.-J ./4
City Clerk %;, ;~;;~\<) \,,,~?f City Attorney /I
1/11//1111111n\\\\\\'....
\.
,
Signed, sealed and witnessed
in the presence of:
Contractor
President or the Vice President
Attest as to Contractor
-
,
C-12
,--
7
...,
State of Florida
)
) ss:
County of Palm Beach
)
Personally appeared before me duly authorized to administer oaths
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.
Notary Public
My Commission Expires:
11/15/96 nc
C-13