Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2019-007T Temp. Reso. #13225 January 9,2019 Page 1 CITY OF TAMARAC, FLORIDA RESoLUIoN No. R-201e - 0 7 A RESOLUTION OF THE CITY COMMISS]ON OF THE CIry OF TAMARAC, FLORIDA, AWARDING BID NO. 19-O8B TO AND APPROVING AN AGREEMENT WITH FLORIDA DESIGN DRILLING CORPORATION FOR THE WATER TREATMENT PLANT RAW WELLS 10, 11 , 12 & 13 PROJECT, IN ACCORDANCE WITH BID NO. 19-O8B FOR A CONTRACT AMOUNT OF $929,000.00; A CONTINGENCY IN THE AMOUNT OF $92,900.00 WILL BE ADDED TO THE PROJECT ACCOUNT FOR A TOTAL PROJECT BUDGET OF $1,021,900; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; AUTHORIZING AN APPROPRIATION IN AN AMOUNT NOT TO EXCEED $252,814 TO FUND SAID PROJECT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains a Water Treatment Plant located at 7803 NW 61st Street; and WHEREAS, the Water Treatment Plant has nineteen (19) raw water wells that pump raw water from the Biscayne Aquifer into the Water Plant Treatment Process; and WHEREAS, the City of Tamarac began a program in 2014 to convert raw water wells from vertical turbine pumps to submersible pumps and has converted eleven (11) raw water wells to date; and WHEREAS, the Public Services Department is in the process of starting another separate project to complete four (4) more wells; at this time the four (4) remaining raw water wells will be converted as part of this project and will thereby complete the Raw Water Well Rehabilitation Program at this time; and WHEREAS, the City of Tamarac publicly advertised Bid No. 19-088 for the Water t I Temp. Reso. #13225 January 9,2019 Page 2 Treatment Plant Raw Wells 10, 11 , 12 & 13 Project on October 10, 2018; incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on November 14,2018, the City of Tamarac received six (6) proposals for the Water Treatment Plant Raw Wells 10, 11,12 & 13 Project, a bid tabulation is attached hereto as "Exhibit 1"; and WHEREAS, staff determined the lowest responsive responsible bidder to be Florida Design Drilling Corporation; and WHEREAS, Florida Design Drilling Corporation possesses the required knowledge and experience to construct the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of Bid No. 19-088; and WHEREAS, an appropriation in an amount not to exceed $252,814 will be required to fund said project; and WHEREAS, it is the recommendation of the Public Services Director and Purchasing and Contracts Manager that the appropriate City Officials award Bid No. 19- 088 and execute the agreement with Florida Design Drilling Corporation for the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project, a copy of said agreement is attached hereto as "Exhibit2"; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. 19- 088 and execute the agreement for the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project with Florida Design Drilling Corporation for a contract amount of $929,000.00; T I I Temp. Reso. #13225 January 9, 2019 Page 3 a contingency in the amount of $92,900.00, for a total project budget of $1,021,900. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All Exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2 The City Commission HEREBY awards Bid No. 19-088 to Florida Design Drilling Corporation and approves an Agreement between the City of Tamarac and Florida Design Drilling Corporation ("the Agreement") and the appropriate City Officials are HEREBY authorized to execute the Agreement, attached hereto as "Exhibit 2", to provide for the Water Treatment Plant Raw Wells 10, 11, 12 & 13 Project. SECTION 3 An expenditure for a contract cost of $929,000.00; and a contingency in the amount of $92,900.00, for a total project budget of $1,021,900 for said purpose is HEREBY approved. SECTION 4: An appropriation not to exceed $252,814 is HEREBY approved and shall be included in a Budget Amendment prior to November 30, 2019. SECTION 5 The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes, but is not limited to, making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the I t Temp. Reso. #13225 January 9,2019 Page 4 agreement SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflact. SECTION 7 lf any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. The remainder of this is intentionallv left blank I T I t Temp. Reso. #13225 January 9, 2019 Page 5 This Resolution shall become effective immediately upon itsSECTION 8: passage and adoption I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAM S CITY ATTORNEY @, \ PASSED, ADOPTED AND APPROVED this ay ATTEST: PATRICIA TEUFEL, CMC CITY CLERK 2019 MICHELL OMEZ MAYOR RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: COMM. BOLTON DIST 2: COMM. GELIN DIST 3: COMM. FISHMAN DIST 4: V/M PLACKO I dI I I I I taoto o0 CL =tYt OUNF{ F{FIo Io =;t!0l cs4 co E (Eo o o =I co@oIctr Ig o2co EU !!o = nots oo<i ocooooF E q ooc;6o ts Eo8 N.N oe o- Eoooo' oqooo oocioo Eo86' oocto oqooq E ocooco cooIa ooII ogoI o E El oct g dts oloqteolo vUr:ts16 *l- EIq, F e8oni 8 g. F eoood'F I oq oqooo oc66o o e ocio6 o_ oco66 oIoo6 o oo 8ci 6Io6c o Eq I E E= EgoEEG EEt o oF oqo qo ui 818dld fl: Eo E Ic;Io'o Eooo 8 EoIo'o Eo8oo oo o_ o6c;8 6ci8d q eo@ <tooo' ocooq oqooc cccccc ocooIo o<ioqo <io6o oooo6 6o c cl o ci o <ioo olcQlcolc RIE.il - :1. oo E oq 8oI eIocl6 o6c;6oI oqooo o d8 o oId oco8o' oqo8o' oqo E o oq ccccc a doo <i a 8qo ooo o3to o;9o=25 IJ aoF 8ci og oo El8Bl8.!19 :l- 8 Eo oo 8 ooI o sq oc8 oq oo o o c;o ao' 8 8 @' oq 8 oo' Eoo E Fn ci6 G ci 4 q ootdo E ED oco ocooo eIvl oci6 oo<io 6cio oocto o oocio o6ci6 oo' E8 oo' oqoo 6' oeoo @ oc 4 qaE ooE U q9 >=trto o E 6 oF oqo ocoo d oloqta :li oo F c;o ui oIo F 6c;oo-N oIoo oqooo- o oqo ts oco F oco ts c,o.! oqooq ccsc oqoo oco 4 oc 6qo ocoo\oqoIFd@'1o 4 Ef oqo oqoo oqI F Eoo o6<i r.' Eoo.ts <;o d o c;oo o oc r oco eo ts ocoo c cc o6oco oododl E Ecoocc- --oEItb ,;rc 6oF oco oqoI oqooodi 8c;Iui o6ci F ooci8ui Eooouid ocoo u; o<tood Eoo6 oo' oos6 Eo8 Eoo o6docts eooc ccc E( o & c rg '=F!o eo E Ea E oco ts t o E ocioo E) o E oqo6o!i E oE oeooo Ef E oqo E E ooc;oo E oEf ogo E oE3 oci6o Ea 4 E c 6o € oE, E o E o E tG d toq oa .9 5 E ! E o u c.9 g o oE Fc E c.9 s (2 3 F i' -9 E( ( 'n ! Eo o ! 3 ;c .9c ( n c2 3 I ir!c Ea c3 E .so ! o . .s 3 G o2 3 F n!o Eo o;! E,sr ; ; .9 (z : irI(Ia ( !c Eo'-o i .sE .9 1! a Ec i -g ts a IE Ec c o E '=5 3 .s! .9 o o dz 3 n o Eo E oE ! ! coEoE E ] 'i a (z tt I a E F E oE ! ! c EoE ] '- cz t ? Ec E Eco! a !c c.9 5E ! 3 ,E { ( I 1 t ?t( E o! ! ! .9EoE t ; v,9 ! ! ]o !oe .! -g] dz 3 d 'i ! = dz =ri .9 -q: cz 3 'i o = cz 3 n .! -g : oE-!oJ2 E{G F !N F !N Uts a !6 o !d o o !! rlil $ [,/| L/ Nt\ = F m x Fr I Lc)c\tNeo +F HF CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING ATVD COilTRACTS D'Y'S'O/V " Comm ilted to Exc el I en ce... Always" httos:/rtamarac. bidsandtenders.oro CONSTRUCTION AGREEMENT BETWEEN THE CITY OF TAMARAG AND FLORIDA DESIGN DR!LL!NG CORPORATION THIS AGREEMENT is made and entered into this _ day of _, 20- by and between the City of Tamarac, a municipal corporation with principal offices located at7525 N.W. 88th Ave.,Tamarac,FL33321(the..ClTY,,)andaFloridacorporation with principal offices located at 7733 Hooper Road West Palm Beach. FL 33411 (the "Contracto/') to provide construction services for Water Treatment Plant Raw We!!s 10.11.12 & 13 Upqrades Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) THECONTRACTDOCUMENTS The Contract Documents consist of this Agreement, Bid Document No. 19-088 for "Water Treatment Plant Raw Wells 10.1 1 .12 & 13 Uporades", issued by the City of Tamarac on October 10. 2018 including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions, !nstructions to Bidde/s), drawings and/or schematic plans, Technical Specifications, all addenda, the Contractor's Bid response dated November 14. 2018, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. ln the event that there is a conflict between Bid 19-088 for "Water Treatment Plant Raw Wells 10.1 1 .12 & 1 3 Upqrades" as issued by City, and the contractor's bid response; Bid 19-088 for "Water Treatment Plant Raw Wells 10.11.12 & 13 Uoorades" as issued by City 2l shall take precedence over the contractor's bid response. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. THE WORK 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: ,fAnl|ARAC; ; r*t-"**'.1 : Tho Ctty Ffl Your Lits - Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents including all Addendums, Exhibits, Attachments and Appendices. Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 2.1.1 2.1.2 2.1.3 2.1.4 19-O8B -WaterTreatmentPlantRawWells 10,11.12 & 13 Upgrades 1 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 3) TNSURANCE TAMARAC ,8-at-', PU RC H AS ING AIYD CO'VIRACTS D'WS'Oil " Comm itled to Excellen ce... Always" https:/namarac.bidsandtende13.omfhs City Fry \'ltur Ut" 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers'Compensation, CommercialGeneral Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability lnsurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability lnsurance policies. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: . General Liability - $1M/$2M. Automobile - $1M/$1M. Wokers Comp - Statutoryo Contractors pollution liability - $1M/$2M 4I PERFORMANCE, PAYMENT AND WARRANTY BONDS 4.1 Within fifteen (15) calendar days after contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. 4.2 The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of one hundred 100% of the bid award amount as security for the faithful project performance and payment of all the Contractor's obligations under the contract documents, per City Code Section '10-'156. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and hold harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Payment and Performance Bonds must be submitted on City forms, included herein. At the completion and formal approval and acceptance of all work associated with the project, a one-year warranty period will begin. lf the surety on any bond furnished by the 19-O8B - Water Trealment Plant Rauy Wells 10 11.12 & 13 Upgrades 2 CIW OF TAilARAC 7525 NW 88th Ave Tamarac, FL 33321 TAMARAC..eTh. Ctty Fo{ }bur Uto PURCtTAStilG A,VO COMRACTS DTWSTOA' " Comm ifted to Ex c el I ence...Always" htos :/namarac. bidsandtenders.oro Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 5) 4.3 Such bonds shall continue in effect for one ('1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25Yo) of the Contract price, or an additional bond shall be conditioned that the Contractor correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials.4.4 Pursuant to the requirements of Chapter 255.05 (1) (b), Florida Statutes, the Contractor shall ensure that the Performance and Payment Bond or Bonds referenced above shall be recorded in the Public records of Broward County at the Biddeds expense. Proof of recording must be submifted to the City prior to issuance of any purchase order or payment by the City. One (1) set of original Performance and Payment Bond documents is required to be provided to the City prior to the issuance of any Notice to Proceed by the City TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 5.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be completed within Two Hundred and Sixty (260) Calendar days for Fina! Completion from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. The work under this agreement shall be substantially complete (i.e. Substantial Gompletion) within Two Hundred and Thirtv (230) calendar days from issuance of City's Notice to Proceed. 5.2 During the pre-construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. ln the event that any delays in the pre.construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. CONTRACT SUM The Contract Sum for the above work is a "not to exceed" total of Thousand Dollars and 4 cents ($929,@).Nine Hundred Twentv-Nine 7I PAYMENTS Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments until fifty percent (50%) of the project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work. lnvoices must bear the Water Treatment Plant Raw Wells '10,1 1,'12 & 13 Upgrades, project number, bid number and purchase order number. City has up to thir$ (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City for final 19-o8B -WaterTreatment Plant Raw Wells 10,11.12 & 13 Upgrades 3 6) CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 s) PURC H AS ING AA'D CO'\TRACIS D'WS'O'V " Co mm itled to Exc el I ence... Always" httos://tamarac, bid3andtender3.oro payment and provide a written request to the City to commence the one (1) year warranty period, from the date of City approval of Final Payment. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part Vll, Chapter 218. REMED!ES 8.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for'losses sustained by the City resultant from the Contracto/s failure to perform in accordance with the requirements of this Agreement. 8.2 Correction of Work: lf, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. CHANGE ORDERS 9.1 All Change Orders shall include a maximum Overhead and Profit, not to exceed five percent (5%) and five percent (5%) respectively. 9.2 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 9.3 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contracto/s expense without change in the Contract Price or Time except as approved in writing by the City. 9.4 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the pafi making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's wriften statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 9.5 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 9.6 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days afterthe occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. , ir., nSil,,ii,,'i,..,,.jiiliq., -.:TAMARAC,i ,&*al ThG Ctly ftr Your uto 8) 19-O8B -WaterTreatfientPlant RawWells 10,11 12 & 13 Upgrades 4 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 10) 11) TAMARAC.er.PURC HASINC A'VO CONIRACTS O'WS'O'V " Comm ilted to Excel len c e... Always" httos:/ltamarac.bidsandtender!.oro Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 9.7 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the projecl schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 9.8 ln the event satisfactory adjustment cannot be reached by City and Contractor for any item requiring a change in the contract, and a change order has not been issued, City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. lf notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contracto/s responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. LIQUIDATED DAMAGES Project Substantial completion shall be within Two Hundred and Thirtv (230) calendar days from Contractor's receipt of City's Notice to Proceed. Final Completion shall be M Hundred and Sixtv (260) calendar days from date of City's Notice to Proceed. All time limits stated in the Contract Documents are of the essence of the Agreement. The parties acknowledge that damages arising from delay in meeting these time limits are difficult or impossible to ascertain. Therefore, the parties hereby agree that in the event that the Contractor fails to meet the time limits, as may be extended by the City in accordance with the terms of the Agreement or as otherwise provided in the Agreement, liquidated damages will be assessed against Contractor in the amount of for each calendar day beyond the time imposed until such work is completed. NO DAMAGES FOR DELAYS ALL TIME LIMITS STATED IN THE CONTRACT DOGUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. ln addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the 19-O8B -WaterTreatment Planl RawWeils 10.11.12 & 13 Upgrades 5 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 TAMARAC,rr1,.-4,'\ar:Iha City For \rour Lils PURCHASING AI.'O CO'VIRACIS D'Y'S'O'V "Committed to Excerrence...Always" httos:r/tamerac. bidsandtender3.orq Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractot's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No e(ension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 121 WATVER OF LTENS Prior to final payment of Contract Sum, a final waiver of lien shall be submitted to City by Contractor from all suppliers, subcontractors, and/or Contractors who submitted a "Notice to Owne/' and a Consent of Surety on behalf of any and all other suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City form all claims of liability by Contractor in connection with the agreement. 13) WARRANTY Contractor warrants the work against defect for a period of two (2) years from the date of City approval of final payment. ln the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to the affected area or to interior structure. The @-j![ year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 141 !NDEMNtFtCATtON 14.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or proper$ damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. 14.2 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time r5) NON-DISCRTMTNATION & EQUAL OPPORTUNTTY EMPLOYMENT During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractorwill take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. 19-oAB -WaterTreatmentPlanl RawWelE 1A,11.12 & 13 Upgrades 6 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 rarrnAnaci /1---1.-t-2 Th. Ctty Fs lfanr Ute PURCHASING A'VD COIVIRACTS D'WS'OA' " Com m itted to Exc el lenc e... Always" htos ://tamarac. bidsandtender3.oro Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 16) TNDEPENDENTCONTRACTOR This Agreement does not create an employee/employer relationship between the Parties. lt 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 lnsurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the lnternal Revenue Code, the State Worke/s Compensation Act, and the State Unemployment lnsurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. 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 incuned by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 171 ASSTGNMENT AND SUBCONTRACTTNG Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. f 8) NOTTCE Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Name: FLORIDA DESIGN DRILLING CORPORATION 19-O8B -WaterTreatment PlantRawWeUs 10,11.12 & 13 Uryrades 7 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURC H AS INC A/VD CONTRACTS D'Y'S'O'V " C o mm itted to Ex c el I ence...Always" hfr pr://tamarac. bidsandtenders.oro Address:7733 HOOPER ROAD WEST PALM BEACH, FL 33411 FIN/ElN:20-2779560 Contract Licensee: Genera I Contractor (GC) : CGC 1 5221 04 Contact:Jeffrey Holst: Vice President Email: jeff@fldrilling.com Phone: 561 -844-2966 Fax: 561-844-2967 19) TERMTNATTON t9.t Termination for Convenience: This Agreement may be terminated by City for convenience, upon seven (7) days of written notice by terminating party to the other party for such termination in which event Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. ln the event that Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify city against loss pertaining to this termination. 19.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 201 AGREEMENT SUBJECT TO FUNDTNG This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 211 VENUE This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 221 STGNATORY AUTHORTW The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 23) SEVERABILITY; WAIVER OF PROVISIONS Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting validity or enforceability of such provisions in any other jurisdiction. The non-enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect enforceability of that provision or of the remainder of this Agreement. 241 UNCONTROLLABLECTRCUMSTANCES 24.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of TAMARACte.,2 Tho City For Yilr Ul6 19-088 -WaterTreatmen! Plant RavyWells 10.11.12 & l3Upgrades I Th6 City For \6ur Lil6 TAMARACa#*'\rd.' CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURC H A9ING A,VD COTVIRACTS oryrsrorv " Com m itted to Exc ell ence...Always" httos:r/tamarac. bidsandtonder3.oro which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable controlof the nonperforming par$. lt includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civildisturbance, sabotage, and govemmental actions, such as delays in permitting due to outside agencies, which are beyond the Contractois contro!. 24.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other pafi describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 25) MERGER;AMENDMENT This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 26) NO CONSTRUCTTON AGATNST DRAFTTNG PARTY Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or othenrvise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 271 CONTTNGENT FEES The 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 the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 28) scRUTlNlzED COMPANTES - 287.135 AND 21 5.473 28.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of lsrael. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott lsrael list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the lran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contracl for the provision of goods or services with any scrutinized company referred to above. 19-088 -WaterTrealmentPlant RawWells 10.11 12 & 13 Upgrades I CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 TAMARAC/4-'4.\-, Ths City For \bur Ute PURCHASING A'VD CO'{TRACTS D'Y'STOil " Com m itted to Excellence... Always" httos:/ltamarac. bidsandtanders.orq 28.2 Submifting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. lf such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate thatthe determination of false certification was made in error. lf Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuantto Section 287.135, Florida Statutes, as amended from time to time. 291 PUBLTC RECORDS 29.1 The City of Tamarac is a public agency subject to Chapter 1 19, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 29.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 29.1.2 Provide the public with access to such public records on the same terms s that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 29.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 29.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 29.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in, "Termination", herein. 30) GUSTODTAN OF RECORDS IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 19-088 - Water Treatment Planl Raw Welts 10,1 1 .12 & I 3 Upgrades 10 ForlhrlJl| IAMARAC/n-r-t-,Ih. CITY OFTANARAC 7525 NW 88th Ave Tamarac, FL33321 PURCHAS'NG A'TO CO'i,,'iRACTS D'I/'S'O'V - Comm lttd to Excelteaco...Always' htpa:rft amarac.Udaatdtatldett.oru (e54) 597-3505 G ITYC LERK@TAMARAC.ORG Balance of Page lntentional Left Blank 1 9-OAB - Water Tr&atment Planl Raw Wells 1 0, I 1, 1 2 & 13 Upgrades 1 1 Ths fiU for Your Lilc TAMARAC{4,*N CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 Patricia A. Teufel, CMC City Clerk ,lr"lt1 Ddte I ATTEST Signature of Corporate Type/Print Name of Corporate Secy (coRPoRATE SEAL) PURCHASTNC A rD COTVTRACTS O'vrsloil " Com mitted to Ex c ell ence...Always" httpt:r/tamarac. bidsandtende13.orq lN WTNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Vice President duly authorized to execute same. CITY TAMARAC Mich e J. Gomez, ATTEST:c , City Manager ".\---.^-l- lf-t1 Date as to legal sufficiency //q/n Date FLORIDA DESIGN DRILLING CORPORATIONO/L,fu S i6at/re o=tjlce Preside nt Jeffrev Turner Holst Name of Vice President /2,4*,/zolt Date 19-088 -WaterTreatment Plant RawWelE 1A,11.12 & 13 Upgrades 12 Yhs City For\hur Ltfa CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING A'\'O COIVIRACTS D'II,SIOA' " C ommitted to Exeellen ce...Always" https ://tamarac. bidsandtenders.orq CORPORATE ACKNOWLEDGEMENT STATE OF COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared President of a Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of Is.c';o'tit- /tr ,20 t& . Signature Public Personally known to me or Produced ldentification Type of l.D. Produced DID take an oath, or DID NOT take an oath. SS Na Wtr trn MCGEE Notary Public - Statc of Florida Commission { G6 129/64 Nalional liolary A5s. 19-A8B -Water Trcatment Plant Raw Wells 10.11.12 & 13 Upgrades 13 .ACORD'I FLORDES.Ol CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYYI 12t14t2018 THIS CERTIFICATE IS ISSUED AS A TATTER OF INFORISATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOER. THIS CERT]FICATE DOES NOT AFFIRTATIVELY OR NEGATIVELY ATIENO, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF I]{SURANCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE ISSUING TNSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: lf the certlflcate holder le an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provlslons or bo endorsed. It SUBROGATION lS WAIVFD, subJect to the tems and conditions of the policy, certaln policies may rsqulre an endorcement A statement onthis cortificate does not confer rights to the certlflcate holder in lleu of such e-ndorsemen(s). ne lJ8.tEo. e'o, (561) 868-6291 427-6730 INSURERTSI AFFORDING COVERAGE NAIC * PROOUCER Colllnsworth, Alter, Lambert, LLC 3lir?i6luskee street Juplter, FL33177 tirsuREP a ,Zurich American lnsurance 16535 lilsuRER B : Landmark American lns co rNsuRER c : Navioatons Soecialtv lnsurance co rNsuRER D:A30en American lnsurance comoanv 43460 INRIIPFP F ' Florlda Delgn Ddlling Corporatlon, I{DCR LLC 7733 Hooper Rd. West Palm Beach, FL 33411 INSUREO INSURER F THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW}iAVEBEENISSUEDTOTHEINSUREDNAMEDABOVEFORTHEPOLICYPERIODINDICATED. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOROTHERDOCUMENTWTHRESPECTTOT/\ftIICHTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBEO HEREINISSUBJECTTOALLTHETERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOIAAI MAY HAVE BEEN REDUCED BY PAID CI.AIMS. INSRtm TYPE OF INSURANCE POLICY NUTIBER POUCY EFFtMutnD,m POUCY EXPlIMmnffit UMITS 1,000,0003EACH OCCURRENCE 300,000f 10,000gMED EXP (Anv om EEonl 1,000,000tPERSONAL & ADV INJURY GFNFRAI AGGRFGATF 2,000,0003 PP6N I'TS. (:r)MP/r)P AGG 2,000,0003 A COTIIIERCIAL GENERAL LIABILITY x Per Written Contract x POLICY CLAIMS.MADE OCCUR LIMIT APPLIES PER: t[6t l-lr-oc x x * GLO375970900 03101r20t8 01tolt2019 1,000,000$ BODILY INJIJRY (Pd mn)$ t 3 A AUTOMOBILE LI,ABIUTY ANY AUTO owNEoAUTOS ONLY HIREDAUTOS ONLY SCHEDT,LEDAUTOS NONOVM{EDAUTOS ONLY x x x x x 8AP375971000 0310rr20r8 0'101t2019 PIP 10,000s x FACH OCCI.'RRENCE 4,000,0003x UMBRELTA LIAB EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE 4,000,0003 B OED x RETENTION LH4082302 0uo'12018 o,Uolt2019 i OTH.EOxPERSTATI ITF E L. EACH ACCIDENT 1,000,000s 1,000,0003E.L. DISEASE - EA EMPLOYET A WORKERS COIPENSANONAND EMPLOYERS' LIABIUTY ANY PROPRIETOR,/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED?(Mlndetory ln ilHl lf vss. (bscrib€ underoFscRtPTtoN oF oPFRAT|oNS Mil N N'A x 03101/2018 o'I01t2019 FI nrqFAsF - pnt tcY I tMtT 1,000,000t wc375970800 c D Po!! Llab lnland iiadne illP1EECP3075E1!C 1l,,zj211518 o3to1t201E 03101/2018 01r0trz01 I o,Io1t2019 Per Claim$lmalrAgg Rented/Leased Equip 2,000,000 1,500,000 OESCRPnONOFOPEMnOilSTLOCATIONSTVEHICLES (ACORDl0l,Addldon.lRemdcSchodulo,rEybeatt chedllmom3p.mlsEqulcdlBid No. 18{88 - Water Treatment Plant Raw Wells 10,11,{2 & 13 Upgradesfhe certifacate holder is included as additional insured for ongoing and completed operations on the general liabilaty per CG2O1O|0413, and CG2037/(X13 and auto liability when required by writtcn contract. General Liability is primary and non- contributory when required by written contract Waiver of subrogation applies to General Liability, Auto, and Workorc' Compensation coverages for the additional insureds when requi!€d by written contract. The Excess Liability policy extends over the General Liability, Auto, and Employers Liability coverages per policy forms and conditions, Cancellation applies per policy terms and conditions. SHOULD Al{Y OF THE ABOVE DESCRIBED POLICIES BE CAI{CELLED BEFORE THE EXPIRATION DATE THEREOF, NONCE WLL BE DELIVERED IN ACGORDAilCE wlTH THE POLICY PROVISIONS.City of Tamarac, a munlcipal corporation 7525 NW SEth Avenue Room 108 Tamarac, FL 3332{ €-- AUIHORIZED REPRESENTATIVE @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD 25 (2016103)