HomeMy WebLinkAboutContractCity of Miami
Project Manual
00600 CONTRACT
CONTRACT
THIS IS A CONTRACT, by and between the City of Miami, a political
subdivision of the State of Florida, hereinafter referred to as CITY, and
hereinafter referred
to as CONTRACTOR.
WITNESS ET H, that CONTRACTOR and CITY, for the
considerations hereinafter named, agree as follows:
ARTICLE 1
SCOPE OF WORK
1.1. The Scope of work under this Contract shall be determined by individual Job
Orders issued hereunder. Upon receipt of a Purchase Order, the
CONTRACTOR shall furnishes all services to support individual Job Orders,
shop drawings, samples, management, documentation, materials, supplies,
parts (to included system components), transportation, plant, supervision,
labor and equipment needed to perform the work at designated CITY
properties.
ARTICLE 2
CONTRACT TIME
2.1. CONTRACTOR shall be instructed to commence the Work by written
instructions in the form of a Purchase Order. The initial term of the twenty (24)
months of the contract shall commence on the date of the Contract, The
maximum contract time if all three (1) year options are exercised is no more
than five (5) years or when the maximum value of the contract is reached.
2.1.1. Once the Contract is in place, Purchase Orders will be issued for the
individual Job Orders. The time for completion of individual Job
Orders will be contained in the Purchase Order.
2.2. Time is of the essence throughout this Contract. Job Orders shall be
substantially completed within the specified calendar days listed on each
Page 62 City of Miami March 2005
City of Miami
Project Manual
individual Purchase Orders, and completed and ready for final payment in
accordance with Article 5 within the time specified on each Purchase Order.
ARTICLE 3
THE CONTRACT SUM AND ADJUSTMENT FACTORS
3.1. CITY shall pay to CONTRACTOR for the performance of the Work described
in the Contract Documents. The contract is an indefinite -quantity contract
with no minimum values. The maximum amount that may be ordered under
the Horizontal A contract is ten million ($10,000,000) for the initial term and
five million ($5,000,000) for the option terms. The overall maximum value for
the Horizontal A contract is twenty five million ($25,000,000).
The maximum amount that may be ordered under the Vertical A contract is
ten ($10,000,000) for the initial term and five million ($5,000,000) for the
option terms. The overall maximum value for the Vertical A contact is twenty
five million ($25,000,000).
The maximum amount that may be ordered under the Vertical B contract is 4
million ($4,000,000) for the initial term and two million ($2,000,000) for the
option terms. The overall maximum value for Vertical B contract is ten million
($10,000,000).
The maximum amount that may be ordered under the Vertical C contract is 2
million ($2,000,000) for the initial term and one million ($1,000,000) for the
option terms. The overall maximum value for Vertical C contract is five million
($5,000,000).
3.2. Payment shall be at the lump sum price stated in the Purchase Order for each
Job Order. This price shall be full compensation for all costs, including
overhead and profit, associated with completion of all the work in full
conformity with the requirements as stated or shown, or both, in the Contract
Documents using the following adjustment factors:
3.2.1. Normal Working Hours Construction: Contractor shall perform any or
all functions called for in the Contract Documents and the individual
project Detailed Scope of Work, scheduled during normal working
hours in the quantities specified in individual Job Orders against this
contract for the unit price sum specified in the Construction Task
Catalog -no (CTC) multiplied times the adjustment factor of:
March 2005 City of Miami Page 63
Oty of Miami
Project Manual
3.2.2. Other Than Normal Working Hours Construction: Contractor shall
perform any or all functions called for in the Contract Documents and
the individual project Detailed Scope of Work, scheduled during other
than normal working hours in the quantities specified in individual Job
Orders against this contract for the unit price sum specified in the
Construction Task Catalog (CTC) multiplied times the adjustment
factor of:
3.2.3. Normal Working Hours Construction using Davis Bacon Wages:
Contractor shall perform any or all functions called for in the Contract
Documents and the individual project Detailed Scope of Work,
scheduled during normal working hours in the quantities specified in.
individual Job Orders against this contract for the unit price sum
specified in the Construction Task CatalogTM (CTC) multiplied times
the adjustment factor of:
3.2.4. Other Than Normal Working Hours Construction using Davis Bacon
Wages: Contractor shall perform any or all functions called for in the
Contract Documents and the individual project Detailed Scope of
Work, scheduled during other than normal working hours in the
quantities specified in individual Job Orders against this contract for
the unit price sum specified in the Construction Task CatalogTM (CTC)
multiplied times the adjustment factor of:
ARTICLE 4
PROGRESS PAYMENTS
4.1. For Job Orders of duration of 45 days or less, the City will make only one final
payment. For Job Orders of duration of more than 45 days the contractor
may make Application for Payment for work completed during the Project at
intervals of not more than once a month. Contractor's application shall show
a complete breakdown of the Project components, the quantities completed
and the amount due, together with such supporting evidence as may be
required by CITY. Contractor shall include, but same shall be limited to, at
City's discretion, with each Application for Payment, an updated progress
schedule acceptable to CITY as required by the Contract Documents and a
release of liens and consent of surety relative to the work which is the subject
Page 64 City of Miami March 2005
City of Miami
Project Manual
of the Application. Each Application for Payment shall be submitted in
triplicate to CITY for approval. CITY shall make payment to contractor within
thirty (30) days after approval by CITY of contractor's Application for Payment
and submission of an acceptable updated progress schedule.
4.2. Ten percent (10%) of all monies earned by contractor shall be retained by
CITY until Final Completion and acceptance by CITY in accordance with
Article 5 hereof, except that after ninety percent (90%) of the Work has been
completed, the Contract Administrator may reduce the retainage to five
percent (5%) of all monies previously earned and all monies earned
thereafter. Any reduction in retainage shall be in the sole discretion of the
Contract Administrator, shall be recommended by CITY and CONTRACTOR
shall have no entitlement to a reduction. Any interest earned on retainage
shall accrue to the benefit of CITY. All requests for retainage reduction shall
be in writing in a separate stand alone document.
4.3. CITY may withhold, in whole or in part, payment to such extent as may be
necessary to protect itself from loss on account of:
4.3.1. Defective work not remedied.
4.3.2. Claims filed or reasonable evidence indicating probable filing of
claims by other parties against CONTRACTOR or CITY because of
Contractor's performance.
4.3.3. Failure of CONTRACTOR to make payments properly to
Subcontractors or for material or labor.
4.3.4. Damage to another contractor not remedied.
4.3.5. Liquidated damages and costs incurred by CITY for extended
construction administration.
4.3.6 Failure of CONTRACTOR to provide any and all documents required
by the Contract Documents.
March 2005 City of Miami Page 65
Oty of Miami
Project Manual
ARTICLE 5
ACCEPTANCE AND FINAL PAYMENT
5.1. Upon receipt of written notice from contractor that the Job Order is ready for
final inspection and acceptance, CITY and or Program Manager shall, within
ten (10) calendar days, make an inspection thereof. If Contract Administrator
find the Work acceptable, the requisite documents have been submitted and
the requirements of the Contract Documents fully satisfied, and all conditions
of the permits and regulatory agencies have been met, a Final Certificate of
Payment (Form 00926) shall be issued by CITY and or Program Manager,
over its signature, stating that the requirements of the Contract Documents
have been performed and the Work is ready for acceptance under the terms
and conditions thereof.
5.2. Before issuance of the Final Certificate for Payment, contractor shall deliver
to the CITY a complete release of all liens arising out of this Contract, receipts
in full in lieu thereof; an affidavit certifying that all suppliers and
subcontractors have been paid in full and that all other indebtedness
connected with the Work has been paid, and a consent of the surety to final
payment; the final corrected as -built drawings; and invoice.
5.3. If, after the Work has been substantially completed, full completion thereof is
materially delayed through no fault of contractor, and the CITY so certifies,
CITY shall, upon certificate of the CITY, and without terminating the Contract,
make payment of the balance due for that portion of the Work fully completed
and accepted. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of claims.
5.4. Final payment shall be made only after the CITY Manager or his designee
has reviewed a written evaluation of the performance of contractor prepared
by the Contract Administrator, and approved the final payment. The
acceptance of final payment shall constitute a waiver of all claims by
contractor, except those previously made in strict accordance with the
provisions of the General Conditions and identified by contractor as unsettled
at the time of the application for final payment.
Page 66 City of Miami March 2005
Gty of Miami
Project Manual
ARTICLE 6
MISCELLANEOUS
6.1. This Contract is part of, and incorporated in, the Contract Documents as
defined herein. Accordingly, all of the documents incorporated by the Contract
Documents shall govern this Project.
6.2. Where there is a conflict between any provision set forth within the Contract
Documents and a more stringent state or federal provision which is applicable
to this Project, the more stringent state or federal provision shall prevail.
6.3. Public Entity Crimes:
6.3.1. In accordance with the Public Crimes Act, Section 287.133, Florida
Statutes, a person or affiliate who is a contractor, consultant or other
provider, who has been placed on the convicted vendor list following
a conviction for a public entity crime may not submit a bid on a
contract to provide any goods or services to the CITY, may not
submit a bid on a contract with the CITY for the construction or repair
of a public building or public work, may not submit bids on leases of
real property to the CITY, may not be awarded or perform work as a
contractor, supplier, subcontractor, or consultant under a contract
with the CITY, and may not transact any business with the CITY in
excess of the threshold amount provided in Section 287.017, Florida
Statutes, for category two purchases for a period of 36 months from
the date of being placed on the convicted vendor list. Violation of this
section by Contractor shall result in cancellation of the CITY
purchase and may result in Contractor debarment.
6.4. Independent Contractor:
6.4.1. Contractor is an independent contractor under this Contract.
Services provided by Contractor pursuant to this Contract shall be
subject to the supervision of Contractor. In providing such services,
neither Contractor nor its agents shall act as officers, employees, or
agents of the CITY. This Contract shall not constitute or make the
parties a partnership or joint venture.
6.5. Third Party Beneficiaries:
6.5.1. Neither Contractor nor CITY intend to directly or substantially benefit
a third party by this Contract. Therefore, the parties agree that there
are no third party beneficiaries to this Contract and that no third party
shall be entitled to assert a claim against either of them based upon
this Contract. The parties expressly acknowledge that it is not their
March 2005 City of Miami Page 67
r
Oty of Miami
Project Manual
intent to create any rights or obligations in any third person or entity
under this Contract.
6.6. Notices:
6.6.1. Whenever either party desires to give notice to the other, such notice
must be in writing, sent by certified United States Mail, postage
prepaid, return receipt requested, or by hand -delivery with a request
for a written receipt of acknowledgment of delivery, addressed to the
party for whom it is intended at the place last specified. The place for
giving notice shall remain the same as set forth herein until changed
in writing in the manner provided in this section. For the present, the
parties designate the following:
For City:
Ms. Mary H. Conway, PE
Director of Transportation/Capital Improvements
Office of The City Manager
444 S.W. 2nd Avenue 10 h Floor
City of Miami 33130
For Contractor:
6.7. Assignment and Performance:
6.7.1. Neither this Contract nor any interest herein shall be assigned,
transferred, or encumbered by either party. In addition, Contractor
shall not subcontract any portion of the work required by this Contract
except as authorized by Section 27 of the General Conditions.
Contractor represents that all persons delivering the services
required by this Contract have the knowledge and skills, either by
training, experience, education, or a combination thereof, to
adequately and competently perform the duties, obligations, and
services set forth in the Scope of Work and to provide and perform
such services to City's satisfaction for the agreed compensation.
6.7.2. Contractor shall perform its duties, obligations, and services under
this Contract in a skillful and respectable manner. The quality of
Contractor's performance and all interim and final product(s) provided
Page 68 City of Miami March 2005
City of Miami
Project Manual
to or on behalf of City shall be comparable to the best local and
national standards.
6.8 Materiality and Waiver of Breach:
6.8.1. City and Contractor agree that each requirement, duty, and obligation
set forth in these Contract Documents is substantial and important to
the formation of this Contract and, therefore, is a material term
hereof.
6.8.2. City's failure to enforce any provision of this Contract shall not be
deemed a waiver of such provision or modification of this Contract. A
waiver of any breach of a provision of this Contract shall not be
deemed a waiver of any subsequent breach and shall not be
construed to be a modification of the terms of this Contract.
6.9. Severance:
6.9.1. In the event a portion of this Contract is found by a court of
competent jurisdiction to be invalid, the remaining provisions shall
continue to be effective unless City or Contractor elects to terminate
this Contract. An election to terminate this Contract based upon this
provision shall be made within seven (7) days after the finding by the
court becomes final.
6.10. Applicable Law and Venue:
6.10.1. This Contract shall be enforceable in Miami -Dade County, Florida,
and if legal action is necessary by either party with respect to the
enforcement of any or all of the terms or conditions herein exclusive
venue for the enforcement of same shall Ile in Miami -Dade County,
Florida. By entering Into thls Contract, CONTRACTOR and CITY
hereby expressly waive any rights either party may have to a
trial by Jury for to file permissive counterclaims of any civil
litigation related to, or arising out of the Project. CONTRACTOR
shall specifically bind all sub -contractors to the provisions of
this Contract.
6.11 Amendments:
6.11.1. No modification, amendment, or alteration in the terms or conditions
contained herein shall be effective unless contained in a written
document prepared with the same or similar formality as this Contract
and executed by the Board and Contractor.
6.12 Prior Agreements:
6.12.1. This document incorporates and includes all prior negotiations,
correspondence, conversations, agreements, and understandings
March 2005 City of Miami Page 69
City of Miami
Project Manual
applicable to the matters contained herein and the parties agree that
there are no commitments, agreements or understandings
concerning the subject matter of this Contract that are not contained
in this document. Accordingly, the parties agree that no deviation
from the terms hereof shall be predicated upon any prior
representations or agreements, whether oral or written. It is further
agreed that no modification, amendment or alteration in the terms or
conditions contained herein shall be effective unless set forth in
writing in accordance with Section 6.11 above.
IN WITNESS WHEREOF, the parties have set their hands and seals the day
and year first above written.
ATTEST: THE CITY OF MIAMI
City Clerk City Manager
Insurance -Approved:
Risk -Manager
Approved as To Legal Form:
City Attorney
CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW.
USE CORPORATION OR NON -CORPORATION FORMAT, AS APPLICABLE.
[If incorporated sign below.]
Page 70 City of Miami March 2005
City of Miami
ATTEST:
(Secretary)
Corporate Seal)
[If not incorporated sign below.]
WITNESSES:
CONTRACTOR
Project Manual
Name of Corporation)
By
(Signature and Title)
(Type Name/Title Signed Above)
day of , 20
CONTRACTOR
(Name)
By
(Signature)
(Type Name Signed Above)
day of , 20
CITY REQUIRES FIVE (5) FULLY -EXECUTED CONTRACTS, FOR DISTRIBUTION.
March 2005 City of Miami Page 71
City of Miami
Project Manual
00708 FORM CERTIFICATE OF INSURANCE
REQUIREMENTS FOR A CERTIFICATE OF INSURANCE
1. Commercial General Liability
Limits of Liability
Bodily Injury and Property Damage Liability
Combined Single Limit
Each Occurrence
General Aggregate Limit
Products/Completed Operations
Aggregate Limit per project
Personal and Advertising Injury
Endorsements Required
City of Miami included as an Additional Insured
Products/Completed Operations -Coverage should be kept in force
for a period of not Tess than 3 years from the date of which the
work was performed
Employees included as insured
Personal Injury
Broad Form Contractual Liability
Waiver of Subrogation
Premises and/or Operations
Explosion, Collapse and Underground Hazard
Loading and Unloading
Mobile Equipment (Contractors Equipment) whether owned,
leased borrowed, or rented by the contractor or employees of the
contractor
$1,000,000
$2,000,000
$2,000,000
$1,000,000
2. Business Automobile Liability
Limits of Liability
Bodily injury and Property Damage Liability
Combined Single Limit
Any Auto, Including Hired, Borrowed or Non -Owned Autos
Any One Accident $ 1,000,000
Any Auto, Including Hired, Borrowed or Non -Owned Autos
Endorsements Required
City of Miami included as an Additional Insured
Employees included as insured
Waiver of Subrogation
Page 72 City of Miami March 2005