Loading...
Metro Express - JOC Agreement io /a7 /10 Ga JOB ORDER CONTRACTING AGREEMENT BETWEEN CITY OF MIAMI BEACH, FLORIDA AND METRO EXPRESS, INC. FOR STREETSCAPE UTILITES INVITATION TO BID NO. 37 -09/10 } 1 Project Manual Contract 00800 CONTRACT CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as CITY, and . METRO EXPRESS, INC., hereinafter referred to as CONTRACTOR. W I T N E S S E T 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 Notice to Proceed, the CONTRACTOR shall furnishes all scope documentation 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 Notice to Proceed issued by the Contract Administrator. The term of the 12 month contract shall commence on the date of the Contract, The Maximum Contract Duration is no more than 5 years or when the Maximum Not to Exceed Contract Value is reached. 2.1.1. Once the Contract is in place, individual Job Orders will be issued through Blanket Purchase Orders and Notices to Proceed. The time for completion of individual Job Orders will be contained in the Notice to Proceed. CONTRACTOR shall not begin work without a signed Blanket Purchase Order and Notice to Proceed. 2.2. Time is of the essence throughout this Contract. Job Orders shall be substantially completed within the specified calendar days listed on each individual Notice to' Proceed, and completed and ready for final payment in accordance with Article. 5 within the time specified on each individual Notice to Proceed. • July 2010 City of Miami Beach Page 111 of 185 Project Manual Contract 2.3. Liquidated Damages may be applied to individual Job Orders at the discretion of the CITY. The dollar amount(s) relative to Liquidated Damages are not intended to be applied as penalties, but rather to be applied as damages to the CITY for its inability to obtain full beneficial occupancy and /or use of the Project. Liquidated Damages on construction projects other than streetscape or utility projects are hereby fixed at - $1,000 per day and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the CITY as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of the Contractor to complete the project on time. 2.3.1 Liquidated Damages relative to a streetscape / utility project. The additional cost realized by the CITY consists of the following components: Additional construction administration by CITY, Program Manager and Consultant. Additional resident observation by CITY and Program Manager. Loss of use of facilities, such as loss of parking revenue, sidewalk cafe fees,. etc. The cost realized by the CITY for extended project milestone _completion consists of the sum of the Program Management (PM) fee, the City Construction Management (CM) cost, additional Consultant fees that would be incurred by the CITY for each day that the project completion is delayed and those costs realized by the CITY for loss of facility use. It is estimated that the PM component of CITY incurred expense could reasonably consist of one resident observer ($75 per hour for 8 hours per day = $600), one Project Coordinator ($125 per hour for 4 hour per day = $500), and one Project Administrator ($50 per hour for 4 hours per day = $200). Hence, the estimated PM component of the liquidated damage value to be used on streetscape /utility projects would be $1,300 per day. It is estimated that the Construction Management component of CITY incurred expense would be based on the recognized rate of 4% of total project cost. Hence, a $5,000,000' project that has construction duration of 300 working days would result in a CM cost component of $800 per day. This value would vary by project and can be established by the Program Team and provided to the Consultants accordingly. Loss of Parking Revenue: If applicable, will be incorporated in the Job Order /Notice to Proceed. 2.4. CITY is authorized to deduct liquidated damages from monies due to CONTRACTOR for the Work under this Contract or as much thereof as CITY may, in its sole discretion, deem just and reasonable. 2.5. CONTRACTOR shall be responsible for reimbursing CITY, in addition to liquidated damages, for all costs incurred by the CITY and /or Program Manager in administering the construction of the Project beyond the completion date specified in each Notice to Proceed, plus approved time extensions. The CITY'S and /or Program July 2010 City of Miami Beach Page 112 of 185 Project Manual • Contract construction administration costs shall be pursuant to the contract between CITY and Program Manager, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due CONTRACTOR for performance of Work under this Contract by means of unilateral credit change orders issued by CITY as costs are incurred by Program Manager and agreed to by CITY. 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 Estimated Contract Term Value for contract ITB No. 37 -09/10 — Streetscape Utilities Five Million Dollars ($5,000,000) per term. The Maximum Not To Exceed Contract Value for contract ITB No. 37 -09/10 — Streetscape Utilities Twenty Million Dollars ($20,000,000). 3.2. Payment shall be at the lump sum price stated in the Notice to Proceed 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 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 multiplied times the Adjustment Factor of: 0. 9 6 9 8 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 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 multiplied times the Adjustment Factor of: 1 0 0 0 0 3.2.3. Non Prepriced Work Tasks: Contractor shall perform any or all functions called for in the Contract Document's and the individual Detailed Scope of July 2010 City of Miami Beach Page 113 of 185 Project Manual Contract Work, that are Non Prepriced Tasks multiplied times the Adjustment Factor of: 1 0. 5 7 8 ARTICLE 4 PROGRESS - PAYMENTS 4.1. For Job Orders of duration of 30 days or . less, CITY will make only one final payment. For Job Orders of duration of more than 30 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 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. July 2010 City of Miami Beach • Page 114 of 185 Project Manual Contract 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. 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 the CITY and /or Program Manager 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 00922) 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. 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. July 2010 City of Miami Beach Page 115 of 185 Project Manual Contract 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 intends 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 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 Mall, 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: July 2010 City of Miami Beach Page 116 of 185 Project Manual Contract For CITY: Gus Lopez, Procurement Director Procurement Division 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For CONTRACTOR: Delio Trasobares, President Metro Express, Inc. 9442 N.W. 109t Street Medley, Florida 33178 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 28 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 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 July 2010 City of Miami Beach Page 117 of 185 Project Manual Contract 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 lie in Miami -Dade County, Florida. By entering into this Contract, CONTRACTOR and CITY hereby expressly waive any rights either party may have to a trial by jury 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 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. July 2010 City of Miami Beach Page 118 of 185 Project Manual Contract IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATT T: THE CITY OF MIA I BEACH • Robert P archer, City Clerk Matti Herrera Bower, Mayor CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION OR NON- CORPORATION FORMAT, AS APPLICABLE. [If incorporated sign below.] CONTRACTOR ATTEST: press T-- L, Name of Corporation) .., µ !ice , SQL r ,(:Secretary) Byt9. 1 /e vt&- ; - (Signature and Title) Corporate Seal) (Type Name/Title Signed Above) day AfpRnvFn Agpn FORM & LANGUAGE [If not incorporated sign below.] & FOR EXECUTION CONTRACTO• ( 0-77\° WITNESSES: fprney 1', Date (Name) By (Signature) (Type Name Signed Above) day of , 20 CITY REQUIRES TWO (2) FULLY - EXECUTED CONTRACTS, FOR DISTRIBUTION. July 2010 City of Miami Beach Page 119 of 185 Project Manual Contract • • C ' July 2010 City of Miami Beach Page 120 of 185