HomeMy WebLinkAboutExhibit 1CONTRACT
By and Between
CITY OF MIAMI
And
BCLS Landscaping Group, Inc.
This AGREEMENT (hereinafter "Agreement") , is made and entered into this
_ day of A.D., 2009, but effective beginning ten (10) days after Notice to
Proceed is issued by the Department's Director, in accordance with the Contract Term
set forth below in Article 7 (the "Effective Date"), by and between the City of Miami,
Florida, a municipal corporation of the State of Florida, whose principal address is 444
S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 (the "City"), and BCLS
Landscaping Group, Inc., a Florida corporation, whose principal address is 1528 N.W.
43rd Street, Miami, Florida, 33142, (the "Contractor").
WITNESSETH:
WHEREAS, pursuant to Resolution No. , adopted by the Miami City
Commission on January 15, 2009, the City Commission accepted the competitive bid of
BCLS Landscaping Group, Inc., to provide .landscaping maintenance to the City (the
"Work"), and authorized the City Manager to enter into an agreement for the Work with
the Contractor for a period of two (2) years, with up to three (3) additional one (1) year
options to renew the term. The City Commission further authorized the City Manager or
his Designee to execute said options to renew subject to the availability of funding and
Contractor's performance.
NOW, THEREFORE, in consideration of the foregoing recitals (all of which are
adopted as an integral part of this Agreement), and the promises and covenants
contained herein, and other good and valuable consideration, the receipt of which are
hereby acknowledged, the parties hereto mutually agree as follows:
ARTICLE 1. SCOPE OF WORK: The Contractor shall furnish all labor, materials and
equipment and perform all the work in the manner and form provided by this Agreement
and the Contract Documents, for the project entitled: "Dr. M.L.K. Jr. Boulevard
Landscaping Project, M-0008," attached hereto and made part hereof, for the Contract
Term set forth in Article 6 below.
ARTICLE 2. THE CONTRACT SUM: The City shall pay to the Contractor, for the
faithful performance of the Contract, in lawful money of the United States, and subject to
additions and deductions and based on unit prices (where applicable), all as provided in
the Proposal attached hereto and other Contract Documents attached hereto as Exhibit
"B", the annual sum of Eighty Nine Thousand Six Hundred Thirty Five Dollars and Forty
Two Cents ($89,635.42) for a total 2 year contract total of One Hundred Seventy Nine
Thousand Two Hundred Seventy Dollars and Eighty Four Cents ($179,270.84).
The City Manager or his Designee, at their discretion, may exercise the three (3)
additional one (1) year options to renew and the funding shall be as follows:
The first option to renew in the annual amount of Eighty Nine Thousand Six Hundred
Thirty Five Dollars and Forty Two Cents ($89,635.42) during Fiscal Year 2011.
The second option to renew in the annual amount of Eighty Nine Thousand Six Hundred
Thirty Five Dollars and Forty Two Cents ($89,635.42) during Fiscal Year 2012.
The third and final option to renew in the annual amount of Eighty Nine Thousand Six
Hundred Thirty Five Dollars and Forty Two Cents ($89,635.42) during Fiscal Year 2013.
ARTICLE 3. PARTIAL AND FINAL PAYMENTS: In accordance with the provisions
fully set forth in the "General Conditions" of the "Specifications" in the Proposal
attached hereto, and subject to additions and deductions as provided, the City shall pay
the Contractor as follows:
(a) On or before the 10th day of each calendar month, the City shall make partial
payments to the Contractor on the basis of the estimate of work performed by the
Contractor during the preceding calendar month, duly certified and approved by the
City's Project Manager.
(b) Upon submission by the Contractor of evidence satisfactory to the City
that all payrolls, material bills and other costs incurred by the Contractor in connection
with the construction of the work have been paid in full, and also, after all guarantees
that may be required in the Specifications or by the Contractor have been furnished and
are found acceptable by the City, final payment on account of this Agreement shall be
made within sixty (60) days after completion by the Contractor of all work covered by
this Agreement and acceptance of such work by the City.
ARTICLE 4. TIME OF COMPLETION: The Contractor shall commence the
work to be performed under this Agreement and the Contract Documents within the
number of consecutive days after the date of written notice from the Director of the
Department of Public Works to begin work as noted in the Proposal, and shall fully
complete the Contract Scope of Work in accordance with this Agreement and the
Contract Documents within the number of calendar days as set forth in the Proposal.
It is mutually agreed between the parties hereto, that time is of the essence of this
Agreement, and, in the event that construction of the work is not completed within the
time herein specified, it is agreed that from the compensation otherwise to be paid to
the Contractor, the City may retain for each day thereafter, Sundays and holidays
included, that the work remains uncompleted, the sum set forth in the General
Conditions of the Specifications, as modified by Division 2 - Special Provisions, which
sum represents the actual damage(s) which the City of Miami, Florida, will have
sustained per day by failure of the Contractor to complete the work within the time
stipulated, and this sum is not a penalty, but will be the liquidated damage(s) that City
will have sustained in event of such default by the Contractor.
ARTICLE 5. CONTRACT DOCUMENTS: All of the documents hereinafter
listed form the Contract and they are as fully as part of the Contract as if attached to this
Agreement, or repeated in this Agreement:
ADVERTISEMENT FOR BIDS
PROPOSAL
BID BOND
CONTRACT
PERFORMANCE BOND — Not applicable for projects under $200,000.
MAINTENANCE PERFORMANCE BOND
INSTRUCTIONS TO BIDDERS
SPECIFICATIONS
ADDENDA
PLANS: N/A
As prepared by Estevez
Entitled: M-0008
ARTICLE 6. THE CONTRACT TERM: The original Contract Term is two (2) years
effective ten days after Notice to Proceed is issued by the Department's Director. The
City has up to three (3) options to renew the term of the contract, each for a period of
one (1) year, subject to availability of funds and Contractor's performance.
The City Manager or his Designee, at their discretion., may exercise the four additional
options to renew and the terms shall be as follows:
The term for the first option to renew shall be one (1) year during fiscal year 2011.
The term for the second option to renew shall be one (1) year during fiscal year 2012.
The term for the third and final option to renew shall be for one (1) year during fiscal
year 2013.
The terms for all four (4) options to renew shall begin ten (10) days after Notice to
Proceed is issued by the Department Director.
ARTICLE 7. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on
the availability of funds and continued authorization for project activities and is subject
to amendment or termination due to lack of funds, reduction of funds, and/or change in
regulations, upon thirty (30) days written notice.
IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day
and year first above written in five (5) counterparts, each of which shall, without proof or
accounting for the other counterparts, be deemed an original contract*.
WITNESS: (If Corporation,
attach Seal and Attest by Secretary)
BY:
Print Name:
Corporate Secretary
(SEAL)
CONTRACTOR:
Florida Lawn Services, Inc.
A Florida Corporation
Party of the second part
-in
Print Name
Print Title:
(Employer Tax I.D. Number)
THE CITY OF MIAMI, FLORIDA,
a municipal corporation,
Party of the first part
ATTEST: BY:
Priscilla A. Thompson Pedro G. Hernandez, P.E.
City Clerk City Manager
RESOLUTION NO.
BECAUSE CONTRACTOR IS A CORPORATION, THERE SHALL BE ATTACHED TO EACH
COUNTERPART AS ATTACHMENT "A" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD
OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE
CONTRACT TO DO SO ON ITS BEHALF.
APPROVED AS TO
ENGINEERING:
Stephanie N. Grindell, P.E.
Director, Public Works
APPROVED AS TO FORM AND
CORRECTNESS
Julie O. Bru
City Attorney
APPROVED AS TO INSURANCE
REQUIREMENTS:
LeeAnn Brehm, Director
Risk Management