Loading...
R91-057RESOLUTION NO. R91-~-~ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD OF CONTRACT TO MISNER ELECTRIC, INC., OF FLORIDA; AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE CONTRACT FOR THE 600 KW GENERATOR FOR THE EAST WATER TREATMENT PLAN~, BETWEEN THE CITY OF BOYNTON BEACH AND MISNER ELECTRIC, INC., OF FLORIDA WHICH IS ATTACHED HERETO AS EXHIBIT "A"; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City had advertised for bids for the purchase and installation of a 600 KW Generator for the East Water Treatment Plant and same were opened on March 13, 1991; and WHEREAS, Misner Electric, Inc., of Florida submitted a low bid of $85,308.00; and WHEREAS, it has been determined by the City Commission to be in the best interest of the citizens and residents of the City of Boynton Beach to select the bid of Misner Electric, Inc., of Florida. 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 contract for purchase and installation of a 600 KW Generator for the East Water Treatment Plant to Misner Electric, Inc., of Florida. Section 2. authorized to Exhibit "A". That the Mayor and City Clerk are hereby execute said Contract, attached hereto as Section 3. This Resolution immediately upon passage. shall take effect PASSED AND ADOPTED this ~ day of April, 1991. CITY OF BOYNTON BEACH, FLORIDA Vice Mayor Co~r ' ATTES ~. - ~ (CorpOrate Seal Commissioner THIS AGREEHENT, made A.D. 19 BEACH, a municipal an~ Pro3ect #_ CONTRACT and entered into this . day of by and between the CITY OF BOYNTON corporation of Florida, hereinafter call the "CITY MISNER ELECTRIC, INC. a Florida Corporation ( a Florida general partnership (.. a Florida limited partnership (. a sole proprietor ( hereinafter called "CONTRACTOR,.. Check one That under the due procedure of law, bids were heretofor? received by the City Commission of said CITY for the performance of work and supplying materials, hereinafter described, and said theCommission total having canvassed said bids, has determined that the bid in am0unE of Eighty-Five Thousand, Three Hundred and E~ght Dollars and 00,/100 submitted by the aforementioned CONTRACTOR was the best and most desirable bid submitted, contract. and has authorized the execution of this NOW, THEREFORE, in consideration of these premises and the mutual follows:conditions and covenants contained herein, the parties agree as 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, predicabed upon the bid of the CONTRACTOR, dated March 13, 1991 _, 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 ali the work provided in the bid, contract documents, bond documents, plans and specifications for 600 KW EMERGENCY GENERATOR SYSTEM - EAST WATER TREATMENT PLANT, City of Boynton Beach, Florida, al/ of which are incorporated herein by reference at such unit prices/or lump sum prices CONTRACTOR,S bid totalling $85,30B.00 as specified in cc-/ 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 the contract conditions, supplemental general conditions and special conditions of the contract, plans which include al/ 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 exD~esslyi~grees to comply with ever re ui and stipulation therein ~ont=~ ~ ~ .... = ...... Y q rement · ~ .... ~ ~ ~= ~=~zuzme~ Dy ~e party contracting %o do said work. 2.3 THE equipment, mentioned in a conformity r agrees to furnish all tools, [ supplies and to do all the work above substantial and workmanlike manner, and in for said work on file in the office of the Engineer of strictly in accordance with the specifi- cations, gene~r~ and plans which are hereby referred to and m~'de a Part ~f t~is contract, as well as to the satisfac ' the Clty Commissio~ andthe E~gineer of the s=~ ........ tlo~ of. ~ ~z~x, uno in s~rict obedience with th~ di=ections which may be given by the said Engineer set°r his forth, authorized representative, at and for the prices herein plainly 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 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 about this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Forms to be specified 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 cC-2 same in a neat and presentable condition. Payment of monthly or partial estimates may be withheld until this has been done to the satisfaction of the 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 Engineer shall satisfy him- self, by examination and test, that the work has been fully completed Commission for review and vote to formally a~cept 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 ~r employee or-the CITY, but the CONTRACTOR shall at all times, and in all respects have th~ 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 Engineer, and any workmanship or materials found not meeting the requirements of the specifications shall be removed by or at the expense of the contractor and good and s~tisfactor¥ 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 180 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 CC-3 as a penalty, in the amount stipulated therefore in the special conditions or in other contract 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 contract pro~ ~ a ~ shall, as soon as practicable, after signature of in' writing of names of subcontractors work, and for such others as the and shall not employ any that engineer may~ time, object to as incompetent or as unfit. 4.0 LIQUIDATED DAMAGES 4.1 The CONTRACTOR further agrees to pay, as liquidated damages, the sums as specified in the Supplementary Conditions for failure to begin within ten (10) days and failure to complete the work within 180 calendar days from the date of "Notice to Proceed". 5.0 PROTECTION OF EXISTING FACILITIES 5.1 The CONTRACTOR warrants that prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walk~, bridges, 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 filling, backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also all pumping, bai~ing, 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 necessary 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 performed 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 will be affected by the work to be performed under the contract, and shall make all necessary arrangements with such department, departments, owner or owners for the removal and replacement or protection of such property or utilities. CC-4 6.0 INDEMNIFICATION 6.1 The CONTRACTOR shall indemnify and save harmless and defend · the CIT~, 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. its 6.2 Contractor shall indemnify and save harmless and defend City, , servants, and against anyand all limitation rea~ whatsoever kind or nature fo whole or in agents, performance. The that the Contractor has co~stitut specific additional obligation the city, s and be Statute 725.05. settlements, and fees (including without ~ellate-attorney, s fees) of persons or property caused in on, or d~fault of the City, its ~ing from this contract or its City hereby agree and covenant in its Original bid, which the City to the Contractor, to support this for in this paragraph. It is tention that this provision shall 11 be in compliance with Florida 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 10 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 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 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. CC-5 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 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 o.rder. 8.3.2 Should the Contractor or any of his subcontractors commence with his 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 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 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: 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 CC-6 subject to review to determlne if a new unit price should be negotiated; or 8.4.2 8.4.3 8.4.3.1 8.4.3.2 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, s%lpplies, equipment and other services necessary to complete the work plus fifteen (I5) percent to cover the cos~ of general overhead and profit. For all labor and foreman ~ direct Charge of-the authorized operations, ~ne Contract'or shall receive the current local rate of wages to be agreed upon in writing before starting such work, for each hour sa~d labor a~d foreman are actually engaged thereon. An upper limit of total cost and of pro~it shall be agreed upon and sh.all not be exceeded unless approved by the CITY. The Contractor shall submit sufficient cost 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, accumulation and segregation of allowable and unallowable Change Order costs. 8.4.3.3 8.4.3.4 8.4.3.5 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, fring~ benefits, direct overhead, materials, supplies, equipment and directly related cc-7 services supplied by him. Among the items con- sidered as general overhead are bonds, insurance,incidental job burdens, supervision and general office expenses. 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 ~f the authorized Work, the Contractor shall receive payment based on the agreed rental price for each item of equipment ahd the actual time of its use on the Work provided that the rental price shall ~ot exceed the current rates published by the quiPment Gui~e Book Company ~n'the Blue Book, "Rental Rate~ 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 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 shall 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 allowed unless the 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 assigned by the Utility Department. 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 act, and in suck instances he shall, upon request, show ~-~-~i.?~CONTRACTOR written authority. He has authority to stop the work ./ CC-8 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. 10.0 INSURANCE 10.1 The CONTRACTOR shall maintain during the term of this contract commercial liability, motor vehicle, and property damage insurance, accaptable to the CITY, covering the work contracted and all operations in connection herew whenever any of the work covered in the contra s contingent or protective urance. Such insurance shall provide limits n~ ~t~ on the insurance requirement schedule attached 10.2 Required insu insurance which notified at least fif' nonrenewal or a~verse Certificate of In documented in a certificate of f Boynton Beach shall be in advance of cancellation, COntractor agrees to furnish policies is not acceptable. if 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 prevel~tion of no!se. No pile ~riverJ excavating or other construction equipment, pneumatic hammer, derrick, the use of which is attended by loud or unusual noise, shall be operated batween the hours of 6:00p.m. and 7:00 a.m., except by writte~ permission of th~ City Manager, and then only in case of emergency. 11.0 GUARANTEE AND WARRANTIES ll.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 being unnecessarily delayed or that the CONTRACTOR is willfully violating any of the conditions, provisions, or CC-9 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 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, 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 set of l the if may declare the contract t±ve dar . or any date In the event of suck . the City Manager aRd Surety and the CONTRACTOR shall ~nd stop work and cease to have any possession gr0and an~ s~all fo~rfe~t his contract. 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 I~ss the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid bY CITY to CONTRACTOR. 13.0 C~mnn~ .... r,,~ 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 docRments 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 CC-10 improvement in accordance with a predetermined program, limits are of the essenc~ of the contract. 15.0 REMEDY FOR DELAY all such time 15.1 In the event of any delay in the project caused by any act or omission of the Cityj 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 All 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. Ill WITNESS WHEREOF, the CITY has caused these presents to be signed by its Mayor and City Manager, 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: City Manager Attest: City Clerk Mayor Approved as to Form: City Attorney Signed, sealed and witnessed CONTRACTOR CC-Il