A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE

Similar documents
WHEREAS, there is a need to replace the existing roof on the meter shop building located at 1715 N. 21St Avenue; and

Owner and Contractor OCSS101. Agreement Between: Contract Type: where the basis for Payment is a Stipulated Sum. Document No.

FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

TOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

REVISED CODE LIEN WAIVER AGREEMENT R E C I T A L S

FLORIDA INLAND NAVIGATION DISTRICT INTRACOASTAL WATERWAY MAINTENANCE DREDGING SOUTH OF PORT OF PALM BEACH PALM BEACH COUNTY, FLORIDA

AGENDA ITEM # 7B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting December 11, 2017

Commercial Carpet Replacement

SECTION AGREEMENT

SECTION INSTRUCTIONS TO BIDDERS

WEST BOYLSTON MUNICIPAL LIGHTING PLANT 4 Crescent Street, West Boylston, Massachusetts Telephone (508) Fax (508)

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

AIA Document A101 TM 1997

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

F O R M OF P R O P O S A L

ATTACHMENT B: SAMPLE CONTRACT (AGREEMENT)

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the

EXHIBIT WARRANTY BOND. (Address), hereinafter called Principal, and

City of Mexico Beach Replacement of Fire Department Roofing Shingles

County Administrator's Signatu~

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

DEPOSIT AGREEMENT GUARANTEEING SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

DEVELOPMENT AGREEMENT

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

BRISTOL VIRGINIA CITY COUNCIL 300 Lee Street Bristol, Virginia March 24, :00 p.m.

THIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF

CONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and

Pinellas County. Staff Report

TOURISM PROMOTION AGREEMENT

Newark Unified School District 5715 Musick Ave., Newark, California Telephone (510) ; FAX (510)

EXHIBIT CONSTRUCTION CONTRACT BOND

DMS Catalog Class No.:

FORM 32 PERFORMANCE BOND UNDER SECTION 85.1 OF THE ACT Construction Act

D Public Hearing D IT IS FURTHER RECOMMENDED AFTER EXECUTION OF THE AGREEMENT BY THE CONTRACTOR THE CHAIRMAN SIGN AND THE CLERK ATTEST.

Request for Proposal. RFP # Non-Profit, Sports Photography

AGENDA. 5. Executive Director s Report Thomas C. Chatmon Jr., Executive Director

IN-LIEU OF PARKING FEE PAYMENT AGREEMENT

Sunnyside Valley Irrigation District

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

Tender Security Form

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

FLORIDA DEPARTMENT OF TRANSPORTATION

CONTRACT FORM CONTRACT #

City Of Oneida. Invitation for Bids

OHIO DEPARTMENT OF TRANSPORTATION

CONTRACT FOR SALE AND PURCHASE

FUNDING AGREEMENT RECITALS

DEPOSIT AGREEMENT FOR MAINTENANCE OF SITE PLAN IMPROVEMENTS WITH LETTER OF CREDIT

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

INFORMATION FOR BIDDERS

IC Chapter 7. Bonding, Escrow, and Retainages

THE OMNIBUS POLICY OF THE SUBIC BAY METROPOLITAN AUTHORITY ON THE IMPOSITION OF PERFORMANCE BOND AND ITS APPLICABLE RATES

Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

BUILDING PERMIT PERFORMANCE AND MAINTENANCE BOND (Owner and/or Contractor Form)

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

JOB CREATION AGREEMENT FOR SCHOELLER ARCA SYSTEMS, INC.

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

CONTRACT DOCUMENTS FOR Project Name Tender XX-XX

DESIGN - BUILD PROPOSAL OF

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

REQUEST FOR BID # TIRE DISPOSAL SERVICES

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

THIS CONTRACT, made and entered into this day of, 2018 (hereinafter referred to as Contract Effective Date ), by and between the CITY OF LOS

RESOLUTION No Adopted by The Sacramento City Council on date of

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

Guarantor additionally represents and warrants to Obligee as

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

City of Hollywood Staff Summary Request

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

CONSTRUCTION LIEN CLAIM

RETRO REFLECTIVE GLASS BEADS

FIRST INDEMNITY OF AMERICA INSURANCE COMPANY INDEMNITY AGREEMENT

COOPERATIVE PRICING SYSTEM AGREEMENT

STORMWATER TREATMENT DEVICE AND LOW IMPACT DEVELOPMENT STRUCTURE ACCESS AND MAINTENANCE AGREEMENT

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

New Owner Lien Release Program

U.S. TRADE AND DEVELOPMENT AGENCY

Contract for St. Johns County School Board Osceola Elementary School Classroom Expansion

ST. MARY'S COUNTY, MARYLAND PUBLIC WORKS AGREEMENT FOR CONTINUED MAINTENANCE AND REPAIR

PETITION FOR VOLUNTARY ANNEXATION NON-CONTIGUOUS LAND

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

CAPITAL IMPROVEMENTS AGREEMENT

INTERLOCAL AGREEMENT FOR HAZARDOUS MATERIALS EMERGENCY RESPONSE SERVICES AND FUNDING BY AND BETWEEN PALM BEACH COUNTY AND THE CITY OF DELRAY BEACH

RESOLUTION NO. RESOLUTION AWARDING THE SALE OF $3,970,000 GENERAL OBLIGATION PROMISSORY NOTES, SERIES 2018A

Transcription:

RESOLUTION NO.,/ - G7? 0/ 6, - 9 v- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE ATTACHED CONTRACT BETWEEN WEST CONSTRUCTION, INC. AND THE CITY OF HOLLYWOOD FOR CONSTRUCTION OF FIRE STATION NO. 45, IN THE AMOUNT OF $ 3, 076, 695. 00, WITH CONSTRUCTION TO START IN NOVEMBER 2016 AND AN ESTIMATED COMPLETION DATE IN OCTOBER 2017; AND APPROVING AN AMENDMENT TO THE FISCAL YEAR 2017 CAPITAL IMPROVEMENT PROGRAM, AS SET FORTH IN THE ATTACHED EXHIBIT "A". WHEREAS, in 2014, City staff determined that Fire Station No. 45 had reached the end of its useful life and warranted replacement; and WHEREAS, the City Commission had previously pre- qualified seven ( 7) General Contractors to competitively bid on projects for the construction of Capital Improvement Projects valued in excess of one million dollars; and WHEREAS, plans and specifications for the fire station were prepared by consultants and City staff and the Notice to Bidders was issued, on July 7, 2016; and WHEREAS, seven ( 7) pre- qualified general contractors secured bid packages, and ( 2) bids were received and publicly opened on August 11, 2016, and the responsive bids are as follows: VVest Construction Inc. 3, 076, 695. 00 Lake Worth, FL Di Pompeo Construction Corp. $ 3, 177, 000. 00 Pompano Beach, FL and WHEREAS, the Director of Development Services and the Assistant City Manager for Public Safety, upon review of the bids, determined and found that the bid submitted by West Construction, Inc. was the lowest responsive and responsible bid, and therefore recommend the award of this contract to West Construction, Inc. in the amount of $3, 076,695. 00; and 1

WHEREAS, the Department of Development Services estimates the total cost of the Fire Station # 45 project including this construction contract, design, permitting fees, furniture and equipment, change orders and contingencies to be $ 4, 084, 968. 00; and WHEREAS, on November 18, 2015 the City Commission approved Resolution R- 2015-345 which authorized the rollover of Capital Improvement Plan funds and included the Fire Station # 45 project where $ 2, 000,000. 00 of the funding for this contract is available in account 34. 2115. 15501. 552. 006301; and WHEREAS, on July 6, 2016 the City Commission approved Resolution R-2016-194 which allocated an additional $ 942, 525. 00 to this project in account number 34. 2116. 16501. 522. 006301; and WHEREAS, on September 28, 2016 the City Commission approved Resolution R- 2016-285 which adopted the FY 2017 Capital Improvement Plan and allocated an additional $ 400, 000. 00 to this project in account number 34. 2117. 17501. 522. 006301; and WHEREAS, it is necessary to amend the approved FY2017 Capital Improvement Program and allocate additional funding in Station # 45 Project as set forth in Exhibit A, attached; the amount of $ 745,000. 00 for the Fire NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF HOLLYWOOD, FLORIDA: Section 1: That it hereby approves and authorizes the execution, by the appropriate City Officials, of the attached contract between West Construction, Inc. and the City of Hollywood, together with such non- material changes as may be subsequently agreed to by the City Manager and approved as to form and legality by the City Attorney. Section 2: That it hereby approves an amendment to the approved FY 2017 Capital Improvement Program, as more specifically set forth in the attached Exhibit "A" Section 3: That this resolution shall be in full force and effect immediately upon its passage and adoption. 2

A RESOLUTION AUTHORIZING THE CONTRACT BETWEEN WEST CONSTRUCTION, INC. AND THE CITY OF HOLLYWOOD FOR CONSTRUCTION OF FIRE STATION NO. 45, IN THE AMOUNT OF $ 3, 076, 695. 00, WITH CONSTRUCTION TO START IN NOVEMBER 2016 AND AN ESTIMATED COMPLETION DATE IN OCTOBER 2017; AND APPROVING AN AMENDMENT TO THE FISCAL YEAR 2017 CAPITAL IMPROVEMENT PROGRAM, AS SET FORTH IN THE ATTACHED EXHIBIT A PASSED AND ADOPTED this 5 day of 0 C- 4-2016. P BOBER, AYOR ATT' P A TRICIA A. ERNY, MMC, C41 CLERK APPROVED AS TO FORM AND LEGALITY for the use and reliance of the City of Hollywood, Florida, only. J. "' BEY 7. SHEFF, CITY ATTORNEY 3

EXHIBIT A CAPITAL IMPROVEMENT PLAN AMENDMENT AND TRANSFER GENERAL CAPITAL OUTLAY- 34 Transfer from: Description Account Number Amount Economic Development/ Beautification Projects TBD 97, 812 Garden Club Building Renovation 34. 5114. 14507. 519. 806302 121, 552 Turtle Lighting 34. 1413. 13457. 541. 006301 392, 441 Turtle Lighting 34. 1414. 14457. 541. 006301 133' 194 745, 000 Transfer to: Description Account Number Amount Fire Station# 45 34. 2117. 17501. 522. 006301 745' 000 This item transfers funds from closed or delayed projects and allocates the funds to address current obligations and needs.

CITY OF HOLLYWOOD DEPARTMENT OF DEVELOPMENT SERVICES ARCHITECTURE & URBAN DESIGN DIVISION 2600 Hollywood Blvd. Hollywood, Florida 33022 Phone ( 954) 921-3900 Fax ( 954) 921-3416 CONTRACT by THIS AGREEMENT, made and entered into, this day of AD, 2016 and between the CITY OF HOLLYWOOD, Florida, a municipal corporation of the State of Florida, party of the first part, ( hereinafter sometimes called " CITY"), AND West Construction, Inc. party of the second part ( hereinafter sometimes called the " CONTRACTOR"). WITNESSETH: The parties hereto, for the considerations hereinafter set forth mutually agree as follows: Article 1. Scope of Work: The CONTRACTOR shall furnish all labor, materials, and equipment and perform all work in the manner and form provided by the attached Contract Documents, for the construction of: FIRE STATION No. 45 BUILDING REPLACEMENT 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 of America, and subject to additions and deductions as provided in the Contract Documents, as follows: Based upon the Unit Price shown in the Proposal heretofore submitted to the CITY by the CONTRACTOR, a copy of said Proposal being a part of these Contract Documents, the aggregate amount of this Contract ( obtained by the application of such Unit Prices to the quantities shown in the Proposal) being the sum of: Three million seventy-six thousand six hundred ninety-five and 00/ 100 Dollars 3, 076,695.00 Article 3. Partial and Final Payments: In accordance with the provisions fully set forth in the " General Conditions" of the " Specifications", and subject to additions and deductions as provided, the CITY shall pay the CONTRACTOR as follows: a) On the 15th day, or the first business day thereafter, of each calendar month, the CITY shall make partial payments to the CONTRACTOR on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the CONTRACTOR, less ten 14

percent ( 10%) of the amount of such estimate which is to be retained by the CITY until all work has been performed strictly in accordance with the Agreement and until such work has been accepted by the CITY. PAYMENT: Payment will be due to the Contractor from the City of Hollywood thirty 30) days after receipt of invoice, provided that Contractor shall not submit more than one invoice per thirty-day period. Payment may be withheld by the City due to failure by the Contractor to comply with the Specifications, because unacceptable equipment or Materials were delivered as determined by the City's inspection or failure by the Contractor to comply with the " Prompt Payment: Late Payments by Contractors to Subcontractor and Material Suppliers; penalty:" clause. The City shall notify the Contractor of any unsatisfactory performance or non- compliance with the " Late Payments by Contractors to Subcontractor and Material Suppliers" clause as soon as practicable so that it can be corrected without delaying payment if possible. PROMPT PAYMENT: LATE PAYMENTS BY CONTRACTORS TO SUBCONTRACTOR AND MATERIAL SUPPLIERS; PENALTY: When a contractor receives from the City of Hollywood any payment for contractual services, commodities, materials, supplies, or construction contracts, the contractor shall pay such moneys received to each Subcontractor and Material Supplier in proportion to the percentage of Work completed by each Subcontractor and Material Supplier at the time of receipt. If the contractor receives less than full payment, then the contractor shall be required to disburse only the funds received on a pro rata basis with the Subcontractors and Material Suppliers, each receiving a prorated portion based on the amount due on the payment. If the contractor without reasonable cause fails to make payments required by this section to Subcontractors and Material Suppliers within 15 Working days after the receipt by the contractor of full or partial payment, the contractor shall pay to the Subcontractors and Material Suppliers a penalty in the amount of 1 percent of the amount due, per month, from the expiration of the period allowed herein for payment. Such penalty shall be in addition to actual payments owed. Retainage is also subject to this prompt payment requirement and must be returned to the Subcontractor or Material Supplier whose Work has been completed, even if the prime contract has not been completed. The Contractor shall include the above obligation in each subcontract it signs with a Subcontractor or Material Supplier. 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 have been furnished and are found acceptable by the 15

Article 4. 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. Time of Completion: The CONTRACTOR shall commence the work to be performed under this Contract within ten ( 10) calendar days after the date of written Notice to Proceed, and shall fully complete the Contract in accordance with the Contract Documents no later than the completion date set out in the Notice to Proceed. It is mutually agreed between the parties hereto, that time is of the essence, and in the event that construction of the WORK is not completed with the Time Stipulated, as may have been modified solely in accordance with the provisions of Article 11 of the General Conditions of this Contract, that from the compensation otherwise to be paid to the CONTRACTOR, the CITY is authorized and shall retain, for each day thereafter, Sundays and holidays included, the sum set forth in the Supplementary Conditions of this Contract as liquidated damages sustained by the CITY in the event of such default by the CONTRACTOR, or shall withhold such compensation for actual and consequential damages as may be stated therein or contemplated therefrom. 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 for its faithful performance, the CITY shall deem the surety or sureties upon such bond to be unsatisfactory, or, if for any reason, 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 CITY to do so, 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 a manner and form approved by the CITY Attorney. Article 6. Contract Documents: All the documents hereinafter listed form the Contract and they are as fully a repeated in this Agreement: part of the Contract as if hereto attached, or 1. Notice to Bidders 6. Performance Bond 2. Instruction to Bidders 7. Payment Bond 3. Proposal 8. Specifications 4. Bid Bond 9. Addenda 5. Contract 10. Plans 11. Exhibits A and B IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first above written in two ( 2) counterparts, each of, which shall, without proof of accounting for the other counterparts, be deemed an original contract. 16

THE CITY OF HOLLYWOOD, FLORIDA Party of the First Part By: Peter Bober, Mayor SEAL) ATTEST: City Clerk xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx CONTRACTOR Party of the Second Part WHEN THE CONTRACTOR IS AN INDIVIDUAL: Signed, sealed and delivered in the presence of: Signature of Individual) SEAL) Signature of Individual) 17

xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx WHEN THE CONTRACTOR IS A SOLE PROPRIETORSHIP OR OPERATES UNDER A TRADE NAME: Signed, sealed and delivered in the presence of: Name of Firm) Signature of Individual) SEAL) 18

WHEN THE CONTRACTOR IS A PARTNERSHIP: Signed, Sealed and delivered in the presence of: Name of Firm) a Partnership BY: Partner xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx WHEN THE CONTRACTOR IS A CORPORATION: Attest: Secretary Correct Name of Corporation) By: President SEAL) xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx APPROVED AS TO FORM AND LEGALITY FOR THE USE AND RELIANCE OF THE CITY OF HOLLYWOOD, FLORIDA ONLY. APPROVED AS TO FINANCE: BY: Jeffrey City Attorney P. Sheffel BY: George Keller Director of Financial Services 19

CERTIFICATE STATE OF FLORIDA COUNTY OF BROWARD ) I HEREBY CERTIFY that a meeting of the Board of Directors of a corporation under the laws of the State of was held on 20 and the following: RESOLVED, that President of the corporation, be and he is hereby authorized to execute the contract dated 20 between the CITY OF HOLLYWOOD, a municipal corporation, and the corporation, and that his execution thereof, attested by the Secretary of the Corporation and with corporate seal affixed, shall be the official act and deed of this corporation". as I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I seal of the Corporation, this 20 have hereunto set my hand and affixed the official day of Secretary 20