Loading...
HomeMy Public PortalAbout20-9807 Clark Contracting ServicesSponsored by: City Manager RESOLUTION NO. 20-9807 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO PIGGYBACK MIAMI-DADE COUNTY PUBLIC SCHOOLS CONTRACT NO. ITB-15-057-HR WITH CLARK CONTRACTING SOLUTIONS, LLC. FOR QUALIFIED PROFESSIONAL SERVICES TO REPLACE THE EXISTING EIGHT (8) DOWNFLOW ROOFTOP PACKAGE AIR CONDITIONING SYSTEMS, THREE (3) ENERGY RECOVERY VENTILATORS, AND THREE (3) DIRECT EXPANSION SYSTEMS FOR THE SHERBONDY VILLAGE COMMUNITY CENTER, IN AN AMOUNT NOT TO EXCEED ONE HUNDRED NINETY-TWO THOUSAND DOLLARS ($192,000); PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa-Locka ("City") desires to repair the Air Conditioning at Sherbondy Village Community Center; and WHEREAS, Miami -Dade County Public Schools renewed its previously awarded contract with Clark Contracting Solutions, LLC. (d/b/a "FORAIR") ("Contractor") for HVAC and Controls Repair, Replacement, Supply and/or Installation (attached as exhibit "A"), pursuant to its Invitation to Bid No. ITB-15-057- HR, for a one-year period commencing May 23, 2020 through May 22, 2021; and WHEREAS, this current proposed project with Contractor, attached hereto as Exhibit "B", will allow for the replacement of the Air Conditioning System at Sherbondy Village Community Center; and WHEREAS, pursuant to Section 2-318(3) of the City's Purchasing Code (as approved by Ordinance 2020-07) the City may purchase and acquire under contracts with the federal government, the State of Florida or its political subdivisions and also municipal co-operative purchasing organizations and programs and when the City Manager has determined that the prices of the original contract are competitive and reasonable; and WHEREAS, the City Commission finds that it is in the best interest of the City to piggyback the Miami -Dade County Public Schools contract with Clark Contracting Solutions, LLC. (d/b/a "FORAIR) in order to benefit from already negotiated rates and enter into an Agreement, as attached hereto as Exhibit "C", to replace the existing eight (8) downflow rooftop package air conditioning systems, three (3) energy recovery ventilators, and three (3) direct expansion systems for the Sherbondy Village Community Center, in an amount not to exceed One Hundred Ninety -Two Thousand Dollars ($192,000). 1 Resolution No. 20-9807 NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. RECITALS ADOPTED The recitals to the preamble herein are incorporated by reference. Section 2. AUTHORIZATION The City Commission of the City of Opa-Locka, Florida hereby authorizes the City Manager to piggyback the Miami -Dade County Public Schools contract with Clark Contracting Solutions, LLC. (d/b/a "FORAIR") for qualified professional services to replace the Air Conditioning System at Sherbondy Village Community Center, in the City of Opa-Locka, and enter into an Agreement, as attached hereto as Exhibit "C", in an amount not to exceed One Hundred Ninety -Two Thousand Dollars ($192,000). SECTION 3. SCRIVENER'S ERRORS. Sections of this Resolution may be renumbered or re -lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of public hearing, by filing a corrected copy of same with the City Clerk. Section 4. EFFECTIVE DATE. This Resolution shall take effect upon the adoption and is subject to the approval of the Governor or Governor's Designee. PASSED and ADOPTED this 23rd day of September, 2020. Matthew A. Pigatt, Mayor ATTEST: Jowl a Flores Cit Clerk Resolution No. 20-9807 APPROVED AS TO FORM AND LEGAL SUFFICIENCY: i15%Rw Burnadette Norris -Weeks, P.A. City Attorney Moved by: Commissioner Kelley Seconded by: Vice Mayor Davis VOTE: 4-0 Commissioner Bass YES Commissioner Burke NOT PRESENT Commissioner Kelley YES Vice -Mayor Davis YES Mayor Pigatt YES City of Opa-locka Agenda Cover Memo Department Director: Airia Austin Department Director Signature: �� Q ,„ City Manager: John E. Pate CM Signature: (/ i Commission Meeting Date: 09/23/2020 Item Type: (EnterX in box) Resolution &dinance Other X Fiscal Impact: (Enter X in box) Yes No Ordinance Reading: (EnterX in box) 1st Reading god Reading X Public Hearing: (Enter X in box) Yes No Yes No X X Funding Source: Account# : (Enter Fund & Dept) Ex: Advertising Requirement: (Enter X in box) Yes No X Contract/P.O. Required: (Enter X in box) Yes No RFP/RFQ/Bid#: X Strategic Plan Related (EnterX in box) Yes No Strategic Plan Priority Enhance Organizational Bus. & Economic Dev Public Safety Quality of Education Qual. of Life & City Communication Area: • Strategic Plan Obj./Strategy: (list the specific objective/strategy this item will address) X IN Cl Image • • Sponsor Name City Manager Department: City Manager Short Title: Air Conditioning System Replacement at Sherbondy Village Community Center Staff Summary: A Resolution of the City Commission of the City of Opa-locka, Florida, authorizing the City Manager to piggy- back an existing contract of Miami -Dade County Public Schools for qualified professional services to replace the existing eight (8) downflow rooftop package air conditioning systems, three (3) energy recovery ventilators, and three (3) direct expansion systems for the Sherbondy Village Community Center. Financial Impact (FY 20) Account Description Available Project Remaining Balance 39-541640 Machinery & Equipment $233,745. $192,000 $41,745 Proposed Action: Staff recommends approval of this resolution. Attachment: 1. Agenda 2. Forair proposal. 3. Contract with Miami Dade County Public Schools. 4. Proposed Agreement between the City and Clark Contracting Solutions, LLC DBA FORAIR forair optimal air environments 13701 SW 143rd Court #101 Miami, Florida 33186 p.305.252.3186 c.786.423.2857 f.305.252.3688 forair.us If CMCo48o23 August 13, 2020 Mr. Airia Austin, Public Works Director/Director of Capital Improvement Programs City of Opa Locka 780 Fisherman Street Opa-locka, FL 33054 Re: Air -Conditioning Systems Replacement Sherbondy Village Community Center 215 N.Perviz Ave. Opalocka, FL 33054 We at Forair are pleased to provide this proposal to replace the existing eight (8) downflow Rooftop Package Air Conditioning systems, three (3) Energy Recovery Ventilators, and three (3) Direct Expansion Systems at the above referenced facility. This proposal is based on the existing equipment design and system configuration as follows: Rooftop Package Units (No curb adapter required) • One (1) RTU 3.0 Tons • Two (2) RTU 7.5 Tons • One (1) RTU 8.0 Tons • One (1) RTU 12.5 Tons • Two (2) RTU 15.0 Tons • One (1) RTU 20.0 Tons Each RTU includes: Motorized OA Damper, Disconnect NF, Phase Monitor, BACnet Interface, Electric Heater. Energy Recovery Ventilators • Three (3) ERV 2000-2800 CFM Each ERV includes: OA damper, energy recovery wheel. Direct Expansion Split Systems • One (1) DX Split 2.0 Tons • One (1) DX Mini -Split 2.0 Tons • One (1) DX Split 4.0 Tons Scope of Work • Secure, disconnect, remove and discard existing equipment. " New units will be delivered to the job -site and set in same place as original. " New electrical hook-ups and wiring will be provided for the new equipment. " Reconnect existing refrigerant lines to interface condenser and evaporator units. (Only applies to DX split systems) " Furnish and install new programable thermostats and sensors. " Reconnect and repair if necessary the existing drain lines to each unit. " Start-up and air balancing of the new equipment will be performed in accordance with the manufacturer's recommendations. This proposal also includes: " Permit " Electrical " Control Interface " Crane and rigging, as required " Applicable taxes and insurance This proposal does NOT include: " Bond " Roofing " Fire/Smoke equipment, control conduit or wiring " Hazardous materials " Any work not stated above > Complete Project Equipment and installation: $192,000.00 This proposal is based on performing the work during normal working hours of 8:00 am to 4:30 pm, Monday through Friday. This proposal is based on the terms established in the Miami -Dade County contract #052-3306 and M-DCPS ITB-15-057-HR. If you have any question concerning this proposal, please do not hesitate to contact me. If this proposal meets with your approval, please sign and return one copy of this letter as your authorization to proceed. We thank you for this opportunity to be of service and look forward to working with you on this project. Very truly yours, /11 Hector Santini Account Manager Accepted By: Title: Date: Superintendent of Schools Alberto M. Carvelho March 31, 2020 Mr. Frank Junior Clark Clark Contracting Solutions, LLC DBA Forair 13701 SW 143 COURT, SUITE 101 MIAMI, FLORIDA 33186 giving our students the world Nli rni-Dade County School Board Perla Tabares Hantman, Chair Dr. Martin Karp, Vice Chair Dr. Dorothy Bendross-Mindingall Susie V. Castillo Dr. Lawrence S. Feldman Dr. Steve Gallon 111 Lubby Navarro Dr. Marta Perez Mari Tere Rojas RE: Extension of Contract No. ITB-15-057-HR — HVAC and Controls: Repair, Replace, Supply and/or Install Dear Mr. Clark, The purpose of this letter is to provide your company with the opportunity to renew/extend the above -referenced Contract No. ITB-15-057-HR. HVAC and Controls: Repair, Replace, Supply and/or Install awarded at the Board Meeting on November 23, 2016. This current contract expires on May 22, 2020. The renewal period starts May 23, 2020 through May 22, 2021. Miami -Dade County Public Schools ("M-DCPS or the District") values your company as a partner in providing great services to our schools, staff and most importantly our students. Thank you in advance for continuing to partner with M-DCPS. Should your company be in agreement with the above - referenced contract renewal/extension, please feel free to sign this form below, indicating your company's acceptance. Also, please provide an updated pricing sheet or overall discount, if updates are applicable, and return the signed document to my contact information. Please email your response to eahorner@dadeschools.net, along with your current Insurance Certificate and Business Tax Receipt, no later than Monday, April 6th, 2020. Lastly, should your company seek to discuss this further, please feel free to contact me. Thank you again and we look forward to working with your company within the new contract year. Sincerely, Elizabeth Ahorner, MBA Procurement Management Services 1450 N.E. 2nd Avenue, Suite 650 Miami, FL 33132 Email: eahorner@dadeschools.net Phone: (305) 995-2309 Please indicate acceptance: YES ONO Signature: Print Name: 'r'ct•4\ (This person must have signature authority of the company) Procurement vlanagcmcnt Services • School Board Administration Building • 1450 N.E. 2nd Ave. • Suite 650 • Miami, FL 33132 305-995-4288 • http://procurement.dadeschools.nel CONTRACT AGREEMENT BETWEEN CITY OF OPA- LOCKA AND CLARK CONTRACTING SOLUTIONS, LLC DBA FORAIR FOR Replacement of the Air Conditioning System at Sherbondy Village Community Center Page 1 of 17 AGREEMENT THIS IS AN AGREEMENT dated the 15th Day of October 2020, between: CITY OF OPA-LOCKA, a Florida municipal corporation, hereinafter "CITY and CLARK CONTRACTING SOLUTIONS, LLC DBA FORAIR A licensed Company, authorized to do business in the State of Florida, hereinafter "CONTRACTOR". WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.1 On September 23, 2020, the CITY authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. Page 2 of 17 ARTICLE 2 SCOPE OF WORK 2.1 The CON TRACTOR shall furnish all of the materials, equipment, tools, supplies, and labor necessary to perform all of the work described in accordance with Proposal dated August 13, 2020 submitted for Air Conditioning Systems Replacement. A copy of the Proposal is attached hereto and specifically made a part of this Agreement as Composite "Exhibit A" and the Resolution package is also attached as Composite "Exhibit B". 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. If within One (1) year following completion of its services, such services fail to meet the aforesaid standards, and the CITY promptly advises CONTRACTOR, CONTRACTOR agrees to re -perform such deficient services without charge to the CITY. ARTICLE 3 TIME FOR COMPLETION AND LIQUIDATED DAMAGES 3.1 The CONTRACTOR shall commence work to be performed under this Agreement upon full execution of Contract. CONTRACTOR shall complete all work in a timely manner substantially within Thirty days (30) after full execution of this Agreement, and final completion will be thirty days (30) after substantial completion date. Should there be any delay in issuance of permit by the jurisdictional authorities completion time will be adjusted accordingly. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CON TRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. 3.3 Contractor's failure to perform the work specified in Exhibit "A" shall result in Contractor being required to pay liquidated damages in the Amount of One Thousand Dollars and Zero Cents ($1,000.00) per day for each unexcused day after the completion date set forth in Section 3.1 above. Page 3 of 17 ARTICLE 4 CONTRACT SUM 4.1 The CITY hereby agrees to pay CONTRACTOR for the faithful performance of this Agreement, $192,000.00 for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR. Itemized prices for work completed by the CONTRACTOR shall be as reflected in the proposal submitted, a copy of which is attached hereto and made a part hereof as Exhibit "A", with no change in the price shown. A total contract price hereto is referred to as Contract Sum and shall be One Hundred Ninety Two Thousand Dollars. 4.2 Notwithstanding any other provision of this contract, the CONTRACTOR shall guarantee all portions of the Project against poor workmanship and faulty materials for a period of one (1) year after final completion certificate and retainage payment, and shall correct within fourteen business days (14) any defects which may appear during this period upon notification by CITY. This provision shall in no way affect the manufacturing warranty for repair or replacement. 4.3 The making and acceptance of the final payment shall constitute a waiver of all claims by CONTRACTOR except those previously made and still unsettled. ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the Contractor to the Owner in the Standard American Institute of Architects' Forms (AIA) G701, G702, and G703, and upon Project Applications and Certificates for Payment issued by the Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.2.1. The City is under a declared State of Financial Emergency pursuant to Section 218.503, Florida Statutes. As a result, the parties to this Agreement acknowledge that all invoices presented for payment shall be reviewed and approved by the State of Florida prior to payment and that the City is therefore unable to comply with the Florida Local Government Prompt Payment Act. 5.2.2. Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Applications for Payment. Page 4 of 17 5.2.3. Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.2.4. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.2.4.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (10%). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included in applications for Payment. The amount of credit to be allowed by the Contractor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Construction Manager. When both additions and credits covering related Work or substitutions are involved in a change the allowance for overhead and profit shall be figured on the basis of net increase, if any, with respect to that change. 5.2.4.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and material suitably stored at the site for subsequent incorporation in the completed construction or, if approved in advance by the Owner, material suitably stored off the site at a location agreed upon in writing, less retainage of ten percent (10%). 5.2.4.3 Subtract the aggregate of previous payments made by the Owner; and subtract amounts, if any, for which the Construction Manager has withheld or nullified a Certificate for Payment. 5.3 Each Application for Payment submitted by the Contractor to the Owner shall include Partial Release of lien from his company and each subcontractor for labor, equipment, services or materials described in the Application for Payment. 5.4 The progress payment amount determined in accordance with the above shall be further modified under the following circumstances: 5.4.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90%) of the Contract Sum, less such amounts as the Construction Manager recommends and the Owner determines for incomplete Work and unsettled claims; and 5.5 Reduction or limitation of retainage, if any, shall be as follows: None Page 5 of 17 ARTICLE 6 FINAL PAYMENT 6.1 Final Payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when: (a) The Contract has been fully performed by the Contractor upon the Contractor's fulfilled responsibility to correct nonconforming Work and to satisfy other requirements, if any, which necessarily survive final payment, and (b) The Contractor has furnished the City with Final Release of Lien from his own company and from each subcontractor for labor, equipment, services or materials described in the Final Application for Payment, and (c) A fmal Project Certificate for Payment has been issued by the City upon the Architect/Engineer of records final completion Certificate, and (d) The Contractor has met all provisions of the reporting requirements of grants if the project is funded by grant money; such final payment shall be made by the Owner not more than 20 days after the issuance of the fmal Project Certificate for Payment. ARTICLE 7 CONTRACTOR'S LIABILITY INSURANCE 7.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the C1TY nor shall the CONTRACTOR allow any Subcontractor, if applicable, to commence work on a sub- contract until all similar such insurance required of the subcontractor has been obtained and approved. 7.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverage afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 7.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide", published by A.M. Best Guide. 7.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as set forth in the Architect/Engineer of Records' Final Completion Certificate and the Certificate of Occupancy (C.O.) as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CON TRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension there under is in effect. The CONTRACTOR shall not continue to work pursuant Page 6of17 to this contract unless all required insurance remains in full force and effect. 7.5 Contractor's Insurance Coverage shall include General Liability, Automobile Liability, Professional Liability and Worker's Compensation and Employer's Liability: (a) Workers' Compensation Insurance — as required by law; (b) Employer's Liability Insurance - as required by law; (c) Automobile Liability Insurance — the minimum limit of coverage shall be $500,000 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability (d) Personal Injury in the minimum amounts of $500,000 for combined Bodily Injury and Property Damage. (e) Professional Liability Insurance: minimum coverage shall be $500,000.00 with deductible or self -insured retention (SIR) indicated. 7.6 The CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as additional insured under their policy. 7.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures, following discussion and confirmation of the same with the Contractor. ARTICLE 8 PROTECTION OF PROPERTY 8.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties adjoining the Project site from all damage whatsoever. ARTICLE 9 CONTRACTOR'S INDEMNIFICATION 9.1 The CON1RACTOR agrees to release the CITY from and against any and all liability and responsibility in connection with the above mentioned matters and with the work being performed by Contractor. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters. 9.2 The CON1RACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the Page 7 of 17 CONTRACTOR's negligent acts, errors, or omissions. 9.3 If a court of competent jurisdiction holds the City liable for certain tortious acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 10 INDEPENDENT CONTRACTOR 10.1 This Agreement does not create an employee/employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and/or overtime premiums. ARTICLE 11 CON TRACT BOND NOT APPLICABLE Page 8 of 17 ARTICLE 12 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 12.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Services/Basic Services to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: DATE PROJECT NAME PROJECT COST CHANGES DESCRIPTION ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE ARCHITECT/ENGINEER OF RECORD'S APPROVAL 12.2 In no event will the CONTRACTOR be compensated for, nor will the City request for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 13 TERM AND TERMINATION 13.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR in which event the CONTRACTOR shall be paid its compensation for services performed to termination date. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, he shall indemnify the CITY against any loss pertaining to this termination up to a maximum of the full contracted fee amount. All finished or unfinished documents, data, studies, plans, surveys, and reports prepared by CONTRACTOR shall become the property of CITY and shall be delivered by CONTRACTOR to CITY. 13.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement. Page 9 of 17 ARTICLE 14 CONTRACT DOCUMENTS 14.1 CONTRACTOR and CITY hereby agree that the following Contract Documents, made a part of this Agreement, as if written herein word for word: This Agreement; Proposals as set forth in Exhibit "A" and City's Resolution in Exhibit "B". ARTICLE 15 MISCELLANEOUS 15.1 Legal Representation: It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 15.2 Assignments: This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONTRACTOR without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 15.3 Records: CONTRACTOR shall keep the as -built drawings, the shop -drawings, books and records and require any and all subcontractors to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement, or for such longer period as is required by law. Incomplete or incorrect entries in such books and records will be grounds for disallowance by CITY of any fees or expenses based upon such entries. 15.4 Ownership of Documents: Reports, surveys, plans, calculations, shop -drawings studies and other data provided in connection with this Agreement are and shall remain the property of City. Page 10 of 17 15.5 No Contingent Fees: CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 15.6 Notice: Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: COPY TO: COPY TO: CONTRACTOR: John E. Pate, City Manager 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 Burnadette Norris -Weeks, City Attorney 401 NW 7th Avenue Fort Lauderdale, FL 33311 Airia Austin, CIP Director 780 Fisherman Street, 4th Floor Opa-locka, Florida 33054 15.7 Binding Authority: Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. Page 11 of 17 15.8 Exhibits: Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 15.9 Headings: Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 15.10 Severability: If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 15.11 Governing Law: This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami - Dade County, Florida. 15.12 Disputes: Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 15.13 Attorney's Fees: To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 15.14 Extent of Agreement: This Agreement, together with all contract documents, and all exhibits hereto or to the contract documents, represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 15.15 Waiver: Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right there in contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. Page 12 of 17 15.16 Equal Opportunity Employment: CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, or disability and will take affirmative steps to ensure that applicants are employed and employees are treated, during employment, without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships. ARTICLE 16 NOTICE TO PROCEED The CONTRACTOR shall commence work within five (5) working days from the date of the Notice to Proceed (NTP) following the issuance of approved permit by jurisdictional authorities, whichever comes earlier. No work shall begin without NTP. Residents must be given at least 48 hour -notice to commence construction at the site. Page 13 of 17 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA-LOCKA ATTEST: BY: Joanna Flores, CMC John E. Pate City Clerk City Manager APPROVED AS TO FORM: Burnadette Norris -Weeks, P.A., City Attorney CLARK CONTRACTING SOLUTIONS DBA FORAIR ATTEST: Authorized Representative (Name) (Signature) WITNESSES: (Name) (Signature) (Name) (Signature) Page 14 of 17 STATE OF FLORIDA COUNTY OF MIAMI-DADE BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared as , of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at m the State and County aforesaid on this day of , 2020. NOTARY PUBLIC My Commission Expires: Page 15 of 17 See attached document for Exhibit "A" PROPOSAL: FORAIR Proposal Dated August 13, 2020 Page 16 of 17 See attached document for Exhibit "B" CITY'S RESOLUTION No. 20 - Page 17 of 17