Loading...
HomeMy WebLinkAboutContract #: 1851 - From: 06-01-2025 To: 08-15-2025 - Jupiter Electric Inc. - Facilities CONTRACT NO. I � E I VENDOR NO. 18810 BUILDING CONSTRUCTION CONTRACT WITH THE TOWN OF NORTH ANDOVER THIS CONTRACT made and entered into this 28th day of May, 2025, by and between Jupiter Electric, Inc., a domestic profit corporation duly authorized by law and having a principal place of business at 142E Lafayette Road, Salisbury, Massachusetts 01952, hereinafter called "CONTRACTOR", and the TOWN of North Andover, ("TOWN") a municipal corporation duly established by law and located at 120 Main Street, North Andover, in Essex County, Commonwealth of Massachusetts. WHEREAS, the TOWN issued its Invitation for Bids dated April 16, 2025 for the design and installation of a Bi-Directional Amplifier System at the North Andover High School; and WHEREAS, the CONTRACTOR represents that it is duly qualified in this field, and has agreed to perform such services for the TOWN, when requested by the Department Head or his designee; and WHEREAS, the TOWN has accepted the CONTRACTOR'S offer. NOW, THEREFORE, IT IS AGREED by and between the Parties as follows: -1- The CONTRACTOR agrees that it will furnish all the necessary equipment, materials, and labor required to design and install a complete and functional non-proprietary bi-directional amplifier system at North Andover High School, in strict accordance with the Specifications, as directed by the Department Head, during the period commencing upon execution and terminating August 15, 2025, and will perform such work in a good workmanlike manner. Time is of the essence for this Contract. Any extensions of time must be in writing and are at the sole discretion of the TOWN. Contractor will hire one of the following specialty BDA subcontractors for this project: Bear Communications, Inc., Radio Communications, Inc. or Industrial Communications at no additional charge to the Town. -2- The Invitation for Bid,the Specifications,the Bid,the Bid Deposit,the Payment Bond, all required Certifications, all Insurance Binders, and the Schedule of Minimum Wage Rates, as established by the Director of the Department of Labor Standards in the Executive Office of Labor and Workforce Development, are incorporated herein and made a part of this CONTRACT. -3- Total payments under this CONTRACT shall not exceed One Hundred Thirty Thousand and 00/100 ($130,000.00) Dollars.This Contract is expressly subject to and contingent upon an appropriation of funds. -4- The TOWN agrees to use best efforts to pay for services within thirty (30) days of receiving an invoice,so long as all services provided are sufficiently detailed in the invoice,and that the invoice has filed with the contracting department. Any payment under this Contract shall not constitute or be deemed a waiver, relinquishment, release, or abandonment of any claim which the TOWN may have against the CONTRACTOR for breach of this Contract. -5- The CONTRACTOR agrees that no obligation shall be considered to have incurred under this CONTRACT unless and until a purchase order shall have been duly issued and approved. And further, that the obligation incurred shall be limited to the amount set forth in purchase order or purchase orders duly issued and approved. -6- The TOWN, in consideration of the above CONTRACTS on the part of the CONTRACTOR to be performed, agrees to pay to the CONTRACTOR the price set forth in Paragraph No. 3 for all work performed and the necessary equipment, tools, appliances and materials furnished hereunder. The TOWN agrees to use best efforts to pay for services within thirty (30) days of receiving an invoice,so long as all services provided are sufficiently detailed in the invoice,and that the invoice has filed with the contracting department. Any payment under this Contract shall not constitute or be deemed a waiver, relinquishment, release, or abandonment of any claim which the TOWN may have against the CONTRACTOR for breach of this Contract. -7- The work to be done under this CONTRACT, including all the necessary labor, equipment, tools, appliances and materials in connection therewith must, in all respects, notwithstanding any provision herein to the contrary or inconsistent therewith, meet with the approval of the contracting Department Head. The CONTRACTOR states that it is qualified, and is in all relevant aspects, in good standing. The CONTRACTOR certifies that performance under this Contract will meet ethical business standards and good stewardship of taxpayer and public funding to prevent waste or abuse. -8- No laborer, workman or mechanic, working within the Commonwealth, in the employ of the CONTRACTOR, or any subcontractor authorized under this CONTRACT shall, in connection with the work to be done under this CONTRACT, be required or requested to work more than eight (8) hours in any one (1) calendar day, or more than forty-eight (48) hours in any one (1) week, except in cases of extraordinary emergency, unless otherwise provided by law. -9- The CONTRACTOR shall at all times during the Contract maintain in full force and effect Employer's Liability, Worker's Compensation (MGL c.152), Public Liability, and Property Damage Insurance, including contractual liability coverage. All insurance shall be for policy limits acceptable to the TOWN; all required insurance shall be certified by a duly authorized representative of the insurers on the "MIIA" or "ACORD" Certificate of Insurance form (incorporated into and made a part of this agreement); and before commencement of work hereunder the CONTRACTOR agrees to furnish the TOWN with certificate(s)of insurance or other evidence satisfactory to the TOWN. The certificates shall contain the following express obligations: "In the event of cancellation or material change in a policy affecting the certificate holder, thirty (30) days prior written notice will be given the certificate holder. Where notice is not provided by CONTRACTOR's insurer, the notice will be provided by the CONTRACTOR." The TOWN shall be named as an additional insured under each policy or policies, except Workers' Compensation. For the purpose of the Contract,the CONTRACTOR shall carry the following types of insurance in at least the limits specified below. Workers' Compensation—the required statutory amount Employer's Liability—$500,000 Bodily Injury& Property Damage Liability Except Automobile—$500,000 Automobile Bodily Injury&Property Damage Liability—$1,000,000 combined single limit for each accident. Excess Umbrella Liability—$5,000,000 for each occurrence -10- It is further agreed by the CONTRACTOR that, in the event the TOWN is sued in a court of law or equity, or demand is made upon the TOWN for payment of any damages arising out of the CONTRACTOR'S performance or non-performance of this Contract, then the CONTRACTOR, without reservation, shall indemnify and hold harmless the TOWN against any and all claims arising out of the CONTRACTOR'S performance or non-performance of the CONTRACT. To the full extent permitted by law, no official, employee, agent or representative of the TOWN of North Andover shall be individually or personally liable on any obligation of the TOWN under this Contract. -11- The CONTRACTOR agrees that the cost of Liquidated Damages shall be a fixed amount of FIVE HUNDRED and 00/100 DOLLARS ($500.00) for each consecutive calendar day the CONTRACTOR is in default of the Time for Completion condition for this contract. -12- This Contract is subject to all laws of the Commonwealth of Massachusetts, federal, state and local, which are applicable to this Contract or work with a public entity; and it is presumed that the CONTRACTOR is cognizant thereof. Any and all proceedings or actions relating to the subject matter herein shall be brought and maintained in the courts of the Commonwealth, which shall have exclusive jurisdiction thereof. This paragraph shall not be construed to limit any other legal rights of the parties. -13- The CONTRACTOR agrees to comply with all the provisions of General Laws, Chapter 30,Sections 39M and 39N, and Chapter 149, Sections 26 and 27, and all related sections, including amendments thereto, in performing all work under this CONTRACT, and the provisions of said sections are made a part of this CONTRACT and are to be considered as covenants, terms and conditions hereof as though all the provisions were specifically incorporated herein, and the provisions of the said sections shall apply even though it may appear they are not applicable to the work of the type to be performed under this CONTRACT. The said CONTRACTOR agrees to pay the Wage Scale, as established by the Director of the Department of Labor Standards in the Executive Office of Labor and Workforce Development, a copy of which is attached hereto and marked "D" and the CONTRACTOR further agrees that, in the event that there are to be employees of classifications other than those specifically stated herein engaged in the work to be performed under this CONTRACT, to submit a list of the additional classifications of those to be employed to the Department Head involved in this project, and the said CONTRACTOR agrees that it will pay the Schedule of Wages, as determined by the said Director of the Department of Labor Standards in the Executive Office of Labor and Workforce Development, under the provisions of General Laws, Chapter 149, Section 27, and the amendments thereto. -14- The CONTRACTOR will carry out the obligations of this Contract in full compliance with all of the requirements imposed by or pursuant to General Laws c.151, §1, et seq. (Minimum Wage Law) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The CONTRACTOR will at all times comply with the wage rates as determined by the Commissioner of the Department of Labor and Industries, under the provisions of General Laws c.149, §§26 to 27D (Prevailing Wage Law), as shall be in force and as amended. The CONTRACTOR will, in addition to any other submissions required by the Prevailing Wage Law, submit certified weekly payrolls to the TOWN with the information described in General Laws c.149, §27B. -15- The CONTRACTOR will carry out the obligations of this Contract in full compliance with all of the requirements imposed by or pursuant to General Laws c.151B (Law Against Discrimination) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The CONTRACTOR shall comply with all federal and state laws, rules and regulations promoting fair employment practices or prohibiting employment discrimination and unfair labor practices and shall not discriminate in the hiring of any applicant for employment nor shall any qualified employee be demoted, discharged or otherwise subject to discrimination in the tenure, position, promotional opportunities, wages, benefits or terms and conditions of their employment because of race, color, national origin, ancestry, age, sex, religion, disability, handicap, sexual orientation or for exercising any rights afforded by law. -16- The CONTRACTOR shall give its personal attention constantly to the faithful performance of the work and shall not assign or delegate, in whole or in part or otherwise transfer any liability, responsibility, obligation,duty or interest under this Contract without the written approval of the TOWN. Any subcontract entered into by the CONTRACTOR for the purposes of fulfilling the obligations under this Contract must be in writing, authorized in advance by the TOWN and shall be consistent with and subject to the provisions of this Contract. Subcontracts will not relieve or discharge the CONTRACTOR from any duty, obligation, responsibility or liability arising under this Contract. The TOWN is entitled to copies of all subcontracts and shall not be bound by any provisions contained in a subcontract to which it is not a party. -17- This Contract shall not be in force until the CONTRACTOR has executed and delivered to the TOWN and until the TOWN has accepted a Bid Deposit of Five (5%) percent of the value of the total bid;a Payment Bond in the amount of Fifty(50%)percent of the contract price.The Payment Bond shall be secured by and paid for by the CONTRACTOR and shall be issued by a Surety Company satisfactory to the Department Head overseeing the CONTRACT. -18- It is further agreed that the TOWN may terminate this CONTRACT without cause, upon fourteen (14) days' written notice to the other party, sent by certified mail, to the usual place of business of the other party. The TOWN may also terminate this CONTRACT at any time for cause. -19- The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean any natural person, business, partnership, corporation, union, committee, club or other organization, entity, or group of individuals. -20- It is understood and agreed by the TOWN and the CONTRACTOR that a Contract Performance Record Form must be completed on this contract by the Department Head or his designee who is supervising this contract, and such Contract Performance Record Form must be submitted to the TOWN Manager, TOWN Auditor, and Purchasing Agent prior to release of final payment under this contract. If requested by the CONTRACTOR a copy of the Contract Performance Record Form shall be furnished to the CONTRACTOR. -21- The CONTRACTOR certifies that any and all taxes and municipal fees due and owing to the TOWN of North Andover have been paid in full. -22- All fees for permits or licenses required for this project by the TOWN shall be waived, however, fees for all other permits or licenses required for this project shall be an expense of the CONTRACTOR. -23- Notwithstanding anything in the Contract documentsto the contrary,any and all payments which the TOWN is required to make under this Contract shall be subject to appropriation or other availability of funds by the TOWN Accountant.The TOWN may immediately terminate or suspend this CONTRACT without liability on the part of the TOWN for damages, penalties or other charges in the event the appropriation funding this CONTRACT is terminated or reduced to an amount which will be insufficient to support anticipated future obligations under this CONTRACT. -24- This contract is only binding upon,and enforceable against the TOWN if: 1)the Contract is signed by the TOWN Manager or her designee; 2) and endorsed with approval of TOWN Counsel as to form. At any time during normal business hours, and as often as the TOWN may deem it reasonably necessary, there shall be available in the office of the CONTRACTOR for the purpose of audit, examination, and/or to make excerpts or transcript all records, contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this Agreement. -25- This instrument, together with its endorsed supplements, and the other components of the contract documents, constitutes the entire contract between the parties, with no agreements other than those incorporated herein.Any Amendments to this Contract must be made in writing and executed by all signatories to the original Contract, prior to the effective date of the amendment. -26- Any notice permitted or required under the provisions of this Contract to be given or served by either of the parties hereto upon the other party hereto shall be in writing and signed in the name or on the behalf of the party giving or serving the same. Notice shall be deemed to have been received at the time of actual service or three (3) business days after the date of a certified or registered mailing properly addressed. Notice to the CONTRACTOR shall be deemed sufficient if sent to the address set forth in the Contract and to the TOWN of North Andover by being sent to the TOWN Manager, TOWN Hall, 120 Main Street, North Andover, Massachusetts 01845. IN WITNESS WHEREOF,the CONTRACTORS and the said TOWN OF NORTH ANDOVER have hereto and to a duplicate and triplicate hereof, caused their corporate seals to be affixed and these presents, together with said duplicate and triplicate, to be signed in their name and behalf by their duly authorized officers the day and year first above written. APPROVED: CONTRACTORS By Melissa Murphy-Rodrigues Name: Wayne J. Marshall Town Manager, North Andover Title: President Tax ID#: 04-2714973 APPROVED AS TO FORM: TOWN OF N H ANDOVER Christine P. O'Connor Dep en Head Town Counsel K; W he Town Accountant Date: JUPIELE-01 KWOOD �64�Rom- CERTIFICATE OF LIABILITY INSURANCE DATE A E(MMI 025 DDNYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Christine Gallagher NAME. Acrisure New England Partners Insurance Services,LLC PHONE 781 569-0126 IA. 10 Research Parkway,Suite 400 hC•No,Ext):( )_ (A/C,No): Wallingford,CT 06492 A®RLss,cgallagher6acrisure.com INSURER(S).AFFOR_DI_NG_COVERAGE _NAIC# _ INSURER A:CNA Financial Corporation_ INSURED INSURER B- The Continental Insurance Company Jupiter Electric,Inc. iNSURERc Navigators Specialty Insurance Company �36056_ 142 B Lafayette Road INSURER a Salisbury,MA 01952 INSURER E^ i li INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE - ADDL SUBR- POLICY NUMBER POLICY EFF 06066 P ---- LIMITS -LTR A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1 g 1:000,000 7094746903 12/23/2024 12/23/2025 RENTED CLAIMS- DAMAGE TO DE OCCUR PRCMISESjEaocurranaaj $ 500000 - _ MED EXP(Anyone person) $ 15 000 ' PERSONAL&ADV INJURY $ 1,000,000 GEN°L AGGREGAN E LIMIT AI"IIALIIC a PER: GENERAL AGGREGATE $ 3,000,OOO POLICY ,JE° _I I.Oc PRODUCTS.COMP/OP AGc $ 3,000,000 B AUTOMOBILE NOLIABILnY I17094953730 12/23/2024 COMBINED SINGLE LIMIT -.- 1,000,000 C O accident} $ 12/23/2025 BODILY INJURY(Per person), $ --. OWNED SCHEDULED AUTOS ONLY r X-f AUTOS BODILY INJURY(Per accident) X T X °�°a�i° cdui taMAGE AOS ONLY � os v C $ _ B X UMBRELLA LIAB _-X.TO i � EACH OCCURRENCE I $ -.-.- 10,000,000 EXCESS LIAR CLAIMS•MADE 117094796898 12/23/2024 12/23/2025 AGGREGATE ----. $ ---_ 10,000,000 ..._... .--. i DED 1 X RETENTION __.. __-- B WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'L ILITY YIN N STATUTE EFL_ __. -.._.. _ ......_ 7094746920 12/23/2024 12/23/2025 1,0 00 000 ANY PROPRIETOR/PARTNER/EXECUTIVE EL.EACH ACCIDENT $ ' �FFlCER/MEM ER EXCLUDED? N i N M A g - - -- (Mandatory In WH) - E_L.DISEASE-EA EMPLCYEF�$ 1,000,000 �. ;,..____�� � E.L.DISEASE-POLICY LIMIT i, 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below C .Pollution Liabiiity NY25ECPX01396NC ¢ 4%22/205 4/22/2026 Each P011ution Claim 1,000,000 C 'Pollution �NY25ECPX01396NC 4/22/2025 4/22/2026 Pollution Aggregate 3,000,000 I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE:BDA Systems—North Andover High School 430 Osgood St,North Andover,MA 01845.Town of North Andover,and North Andover High School and all parties as required by written contract are named as Additional Insureds on a primary and non-contributory basis with respects to General,Auto and Excess(Umbrelia)Liability policies.Waiver of Subrogation applies in favor of all named Additional Insureds on all policies."ADDITIONAL INSUREDS LIMITS ARE NO GREATER THAN THOSE REQUIRED BY WRITTEN CONTRACT' CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Town of North Andover THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 120 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. North Andover,MA 01845 AUTHORIZED REPRESENTATIVE .._._._.... ....._._..... ........... ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Certificate of Authorization (NOTE:A certified vote of the corporation may be substituted for this form.) The or, Jupker Electric, Inc. is: (CHECK ONE) (Nam of Company/Consultant/Corporation) A. a corporation formed and existing under the laws of the state of Massachusetts and pursuant to the corporate by-4s, Wa—yne J. all® President (Insert Name and Title of Authorized Representative) is authorized to execute contracts in the name of said corporation. Such execut on of any contract or obligation in this corporation's name on its behalf by suc duly authorized individual shall be valid and binding upon the corporation. B. a limited liability company or a partnership formed and existing under the laws of the state of and pursuant to the limited liability company agreement or partnership agreement, (Insert Name and Title of Authorized Representative) is authorized to execute contracts in the name of said company or partnershi S ch I'p execution of any contract or obligation in this company or partnership's na %me up�e its behalf by such duly authorized individual shall be valid and binding 0 he company or partnership. C. is a sole proprietorship owned an operated exclusively by the undersigned. (Insert Name and Title of Authorized Representative) Execution of any contract or obligation in this sole proprietorship's name by such duly authorized individual shall b valid and binding. Signature: (Must be signed by Corporate Officer, Partner,or S�le Proprietor) Wayne I Marshall Print Name of Above President Title April 23rd,2025 Date CERTIFICATIONS CERTIFICATE OF NON-COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word "person" shall mean natural person, business, partnership, corporation, committee, union,club or other organization,entity, or group of individuals. Signature Date April 23rd, 2025 Wayne J. Marshall, President Jupiter Electric, Inc. Print Name& Title Company Name CERTIFICATE OF TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), I Wayne Marshall, President , authorized signatory for Jupiter Electric, Inc. Name of individual Name of contractor do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts, and the Town of North Andover, relating to taxes,permit or other fees,reporting of employees and contractors,and withholding and remitting child support. April 23rd, 2025 Signature Date CERTIFICATION LABOR HARMONY AND OSHA TRAINING REQUIREMENTS e undersigned certifies under penalties of perjury that he is able to furnish labor that can w'a'' in harmony with all other elements of labor employed or to be employed at the work and at all employees to be employed t the worksite and in the work will have completed an OSE approved construction safety and health course lasting at least ten( )hours. 1 Signature Date r , 2025 00, Wayne J. Marshall, President Jupiter Electric, Inc. Print Name&Tie Company Name