HomeMy WebLinkAboutExhibit6CITYWIDE SIDEWALK REPAIR PROJECT, PHASE 29
By and Between
CITY OF MIAMI
AND
M.E.F. CONSTRUCTION, INC.
This AGREEMENT (hereinafter "Agreement") , is made and entered into this i b
day of Arev?!h%keD., 2006, but effective for a one year period with option to renew for four
additional one year periods, beginning ten days after Notice to Proceed is issued by the
Departrnents 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, party of the first part, whose principal address is 444 S.W. 2"J
Avenue, 10`h Floor, Miami, Florida 33130 (hereinafter sometimes called the "City"), and
M.E.F. Construction, Inc., a Florida corporation, whose principal address is 782 N.W. 42
Avenue — Suite 640, Miami, Florida 33126, party of the second part (hereinafter sometimes
called the "Contractor").
WITNESSETH:
WHEREAS, pursuant to Resolution No. 06-0580 adopted by the Miami City
Commission on October 26, 2006 the City Commission accepted the competitive bid of
M.E.F. Construction, Inc. to provide sidewalk and curb repair and maintenance services 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 one year, (365) calendar days, with four (4) one (1)
year options to renew the term, in the City's discretion.
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 maintenance and repair of the
sidewalks and curbs located within the city, , as described in the recital) for the
Contract Term set forth in Article 7 below and for the project entitled:
CITYWIDE SIDEWALK REPAIR PROJECT, PHASE 29
(SECOND BIDDING), B-43114A
•
•
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, the annual sum of Nine Hundred Seventeen Thousand Dollars and No Cents
($917,000.00).
ARTICLE 3. PARTIAL AND FINAL PAYMENTS: In accordance with the
provisions fully set forth in the "General Conditions" of the "Specifications"
attached hereto, and subject to additions and deductions as provided, the City shall
pay the Contractor as follows:
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, less 10% retainage.
(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, 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. ADDITIONAL BOND: It is further mutually agreed between the
parties hereto, that if, at any time after the execution of this Agreement and the
Performance Bond hereto attached and incorporated herein as Attachment "A",
when req»fired for its faithful performance, the City shall deem the surety or sureties
upon such bond to be unsatisfactory, or if, for any reason, in the opinion of the
Engineer; such bond ceases to be adequate to cover the performance of the work, the
Contractor shall, at his expense, within five (5) days after receipt of notice from the
Engineer so to do, furnish an additional bond or bonds in such form and amount,
and with such surety or sureties as shall be satisfactory to the City. In such event, no
further payment to the Contractor shall be deemed to be due under this Agreement
until such new or additional security for the faithful performance of the work shall be
furnished in manner and form satisfactory to the City.
ARTICLE 6. 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:
As prepared by
Entitled:
Estevez
B-43114A
ARTICLE 7. THE CONTRACT TERM: The original Contract Term is one (1)
year of 365 calendar days beginning ten days after Notice to Proceed is issued by the
Departments Director. The City has four (4) 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.
ARTICLE 8. 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 date 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)
Print Name:
Corporate Secretary
(.TEAL)
.ATTEST:
Priscilla A. Thompson
City Clerk
r1 a -06
RESOLUTION NO. 05-0580
CONTRACTOR:
M.E.F. Construction, Inc.
A Florida Corporation
Party of the second part
BY:
Print Name:
Print Title: PR_E.S,DENT
c S -03 l- 22 22
(Employer Tax I.D. Number)
THE CITY OF MIAMI, FLORIDA,
a municipal corporation,
Party of the first part
BY:
Pedro G.
City Manager
ndez, P.E.
t-kfc
'BECAUSE CONTRACTOR IS A CORPORATION, THERE SHALL BE ATTACHED TO EACH
COUNTERPART AS`.ATTACHMENT "B" A CERTIFIED COPY OF A RESOLUTION OF THE
BOARD OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO
SIGNS THE CONTRACT TO DO SO IN ITS BEHALF.
•
APPROVED AS TO
ENGINEERING:
(uH\j;,,s;1
Stephanie N. Grindell,E.
Director, Public Works
APPROVED AS TO FORM AND
CO" TN S
Jorge L.
City Act rney
•
APPROVED AS TO INSURANCE
REQUIREMENTS:
LeeAnn Brehm, Director
Risk Management