Loading...
Contract between the CMB and Poole & Kent Company of Florida pursuant to ITB-2024-238-01-ND- sewer pump station 28 rehabilitation , C zy z/3/.?s Docusign Envelope ID:6763D9AE-275A-4CF5-9A2C-E�D5A327A524 Contract No. 24-238-01 CONTRAC7 �Ak p 4 2025 7HIS CC3NTRA�T("Contract")is made and entered inko as of the __by and befween the City of Miami Beach, Fior'rda, � municipal corporation(the°Gity")and PC?OLE& KENT COMPANY OF FLORiDA(the°Contractor"): WI'PfdESSETH, that the Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required,to do and perform afl the work and labor,in a satisfactory and workmanlike manner, required to compiete this Contract within the time speciffed, in strict and entire conformity with the Pl�ns, Specifications, and other Contract Dacuments, which are horeby incorporated into this Contract by reference, for: ITB-2024-238-01-ND-SEWER PUMP STATION 28 REHABfLITATIqN The Contractor agrees to make payment of all proper charges For labor and material5 required in the aforementioned work, and to defend, indemnify, and save harmless City, and their respective officers and employees, from liabilities, damages, losses, and costs including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recktessness, or intentional wrongful misconduct of Contractor and persons employed or utilized lay Contractor in the pertormance of this Contract. The requirements of the Contract Dor,uments,as such term is defined in the Invitation to Bid, are hereby incorporated by reference to the General Conditions for Construction Contracts dated April 13, 2020, Forrnal Solicihation Tem�s&Conditions—Goods and Services dated October 27,2022,and Grants and Faderai Requirements dated April 20,2020,are hereby incorporated by reference as if fully set forth herein. Without limiting the foregoing, the Contract Dacuments expressly include this Cantract, Composite Attachment A(the City's General Conditians for Construction Contracts, Forma{ Solicitation Terms & CondiGons — Goods and Sen+ices, Grants and Federal Requirements), Attachment B (Pians and Specifications, Invitation to Bid No. 2024-238-ND-SEWER PUMP STATION 2$ i2EHABiLlTATION and ali Addenda thereto), Attachment C (Sunbiz Entity Detail and Contractor's Response to the ITB), and Attachment D(Insurance requirements). For the avoidance of doubt, all of the documents canstituting the Contract Documents now or he�eafter existing (including any Change Orders, Work Orders, Field Orders, schedules, shap drawings issued subsec�uent io the dafe of this Contract, etc.) shall govern this Project. The Anti-Human Trafficking Affidavit is hereby incorporated into this Agreement as Attachment E. 1 Docusign Envelope ID:6763D9AE-275A-4CF5-9A2C-EOD5A327A524 Contract No. 24-238-01 in cansiderakion of these premises, the City hereby agree5 ta�ay ta the Contractar for th� work, when fully completed, the tatal maximum sum of forty-three miElion, nine hundred twelve thousand dollars($43,912,000.00}. 1`he Gontract Price consists af the followiny accepted items or schedutes af work as taken from the Gontractor's Bid Submittal: Total Base Bid+indemnification...........................................................$38,644,975.00 All o w a n ce s.......................................................................................�1,2T5,025.00 Totai C7wner's Contingency................................................................$3,992,Q00.00 Contract Price...............................................................................$43,912,000.00 The Contract Price,exciusive offhe t�wner's Cantingency and Permit Aifowance,includes, without limifatian, ail costs for al( fabor, rnaterials, equiprnenf, fixtures, freight, fieid supervision, supsrvisory expenses, project vehicles, fie{d office and equipment, postage and delivery, safety and first aid, telephone, transportation af emp(oyees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as weli as Contractor's overhead and prafit required for compietion of al!the Work in accordance with the requirements af the Contract pocuments, including work reasonably inferable therefrom,even if such items of Work are not specifically or expressiy identified as pa�t of � line item in the Bid 1'rice Farm. The Contract Price is subject to such additions and deductians as may be prnvided far in the Gontracf Documents. Progress and Final Payrnents will be made as provided for in the Contract Documents. Cvntracf Time: Contract Tirne and Schedule Days for Substantial Completion: 73p calendar days C7ays for Final Completion: 9U calendar days Liquida�ed Dam���$ Failure ta achieve Substantial Campletian: �7L7�2.0Q/dav Failure ta achieve Fina! Completian: 7 742.aaia� (BALANCE OF PAGE If�TENTIONALLY LEFT BLANK] 2 Docusign Envelope ID:6763D9AE-275A-4CF5-9A2GEOD5A327A524 Contract No. 24-238-01 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 far a wriften receipt of acknowledgment of delivery, addressed to the party for wham it is intended at the piaee last specified. The place for giving notice shail remain the same as set forth herein, unless such notice informatian is revised in a Cantract arnendment duly executed by ihe City and the Contractor. For the present, the parties designate the foliowing: For Ci : City of Miami Beach Public Works Department-� Engineerin� division 1700 Convention Center Drive Miami Beach, FL 33139 Attn: Bredford Kaine, Public Works Interim Directar Ph: 305-673-7616 ext. 3541 Em�il: bradfordf<aina�r77i,:�i.r�ibnach{i.�ov With capies to: City Attorney City of Miami B�ach 1700 Convention Center Urive Miami Beach, FL 33139 Attn: Ricardo Dopico, City Attarney Ph: 305-673-70Q0 Email: ricardoc+opico(crJrni�rrikieachfl.gav For Contractor: POOLE& KENT COMf�ANY C�F FLORIL�A Attn: Brian MacGlugage, Executive V.P. 1781 N.W. North River Drive Miami, FL 33125 Ph: 954-401-4612 Email: brianm�p4cflorid�.ct�m 3 Docusign Envelope ID:6763D9AE-275A-4CF5-9A2GEOD5A327A524 Contract No. 24-238-01 IN WITNESS WHEREOF,the above parties have caused this Contract to be executed by their appropriate officiais as of the date first above written. FOR CITY: AT7EST: CITY OF MIAMI BEACH, FLORIDA .; � By: By: ,�,r Rafael E. G nado, City Clerk Eric Carpenter, City Manager Date: �A�? l�,� 2Q25 �=',""B',�,.C�'�., APPROVED AS TO (seal� i�`�' �ti�� FORM & LANGUAGE f : ' � & FOR EXEGUTION � =.INtOAP OIATE0. .� '�•`".' �?' '1 ��,t,�'" U���ZS ,q � •;��c,_ �'���'N 26' � City Attorney �� Date ,,�����......++'"�.�' �(,l FOR CONTRACTOR: POOLE& KEN7 COMPANY OF F�ORIDA By.�""'� - Name: Patrick H.Carr, Presitlent&CEO Date: February 20, 2025 (sealj ., � . 4