HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-129Temp. Reso. #12248
August 29, 2012
Page 1 of 5
CITY OF TAMARAC, FLORIDA
r
RESOLUTION NO. R-2012- C2-1
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO APPROVE
AMENDMENT #1 TO THE AGREEMENT FOR "LIME
SLUDGE REMOVAL, HAULING AND DISPOSAL WITH
AUSTIN TUPLER TRUCKING, INC., TO EXERCISE THE
FIRST TWO-YEAR RENEWAL OPTION FOR LIME SLUDGE
REMOVAL, HAULING AND DISPOSAL; AUTHORIZING A
PRICE ESCALATION OF $1.25 PER CUBIC YARD,
RESULTING IN A CHANGE OF COST FROM $9.79 PER
CUBIC YARD TO $11.04 PER CUBIC YARD; AUTHORIZING
AN EXPENDITURE OF FUNDS FOR AN AMOUNT NOT TO
EXCEED $121 440-00 ANNUALLY, AND AUTHORIZING
CONTRACT ESCALATION/DE-ESCALATION AS PROVIDED
UNDER THE AGREEMENT BEGINNING OCTOBER 1, 2012
THROUGH SEPTEMBER 30, 2014, NUNC PRO TUNC, WITH
ONE (1) ADDITIONAL TWO-YEAR RENEWAL OPTION
REMAINING; PROVIDING FOR CONFLICTS; PROVIDING
FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, lime sludge is a by-product of the water treatment process and must
be removed, hauled and disposed of from the City's Water Treatment Plant; and
WHEREAS, the City Commission of the City of Tamarac awarded an agreement to
Austin Tupler Trucking, Inc., via Resolution #R-2010-108 on August 25, 2010 in response
to a publicly advertised Bid #10-18B "Lime Sludge Removal, Hauling and Disposal", a copy
of said resolution and original bid file are on file with the City Clerk; and
Temp. Reso. # 12248
August 29, 2012
Page 2 of 5
WHEREAS, the original agreement provides for the exercising of two (2) two-year
renewal options based on receipt of satisfactory service and upon mutual agreement of the
City of Tamarac and Austin Tupler Trucking, Inc.; and
WHEREAS, Austin Tupler Trucking, Inc., has provided satisfactory service to the
City, and the City and Austin Tupler Trucking, Inc., wishes to exercise the first two-year
renewal option; and
WHEREAS, pursuant to Section 6 of the special conditions of the original Bid #10-
18B, the contract provides for an escalation/de-escalation of prices; and
WHEREAS, the cost of disposal has increased by $25.00 for a truckload, for a net
increase of $1.25 per cubic
yard as
a result
of the closing of the current delivery location,
which requires the use of
a new
delivery
3
location at a higher price, a copy of said
documentation included herein as Exhibit 1; and
WHEREAS, this increase results in a change of the unit cost per cubic yard from
$9.79 to $11.04; and
WHEREAS, sufficient funds are available from the Public Services Department
Utilities Water Treatment Plant Operating funds; and
Temp. Reso. # 12248
August 29, 2012
Page 3 of 5
WHEREAS, it is the recommendation of the Director of Public Services, the Water
Plant Superintendent and the Purchasing & Contracts Manager that the City exercise the
first two-year renewal option of the agreement for "Lime Sludge Removal, Hauling and
Disposal" with Austin Tupler Trucking, Inc., for a period beginning October 1, 2012 through
September 30, 2014, nunc pro tuns, with one (1) additional two-year renewal option
remaining, at a unit price of $11.04 per cubic yard; 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 authorize the
appropriate City Officials to approve Amendment #1 to the agreement, a copy of which is
included herein as Exhibit 2, to exercise the first two-year renewal option award of the
Agreement for "Lime Sludge Removal, Hauling and Disposal" with Austin Tupler Trucking,
Inc., for a period beginning October 1, 2012 through September 30, 2014, nunc pro tunc,
with one (1) additional two-year renewal option remaining, at a unit- price of $11.04 per
cubic yard in an amount not to exceed $121,440.00 annually.
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 and all exhibits attached hereto are incorporated herein and made a
specific part of this resolution.
SECTION 2:
Temp. Reso. #12248
August 29, 2012
Page 4 of 5
The appropriate City Officials are hereby authorized to approve
Amendment #1 to the agreement, a copy of which is included herein as Exhibit 2, to
exercise the first two-year renewal option award of the agreement for "Lime Sludge
Removal, Hauling and Disposal" with Austin Tupler Trucking, Inc., for a period beginning
October 1, 2012 through September 30, 2014, nuns pro tuns, with one (1) additional two-
year renewal option remaining, at a unit price of $11.04 per cubic yard in an amount not to
exceed $121,440-00 per year.
SECTION 3:
An expenditure for an amount not to exceed $121,440.00
annually beginning October 1, 2012 through September 30, 2014, nunc pro tuns, and
authorizing escalation/de-escalation provisions as provided under the agreement is hereby
authorized.
SECTION 4:
All resolutions or parts of resolutions in conflict herewith are
HEREBY repealed to the extent of such conflict.
SECTION 5:
If 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.
SECTION 6:
passage and adoption.
Temp. Reso. # 12248
August 29, 2012
Page 5 of 5
This Resolution shall become effective immediately upon its
2
PASSED, ADOPTED AND APPROVED this d 9-day of PatrY 2012.
MAYOR
ATTEST:
..
PATRICIA TEUFEIL; CPJIC
INTERIM CITY CLERK
RECORD OF COMMISSION VOTE:
MAYOR TALABISCO
DIST 1: COMM. BUSHN L
DIST 2: COMM. GOMEZ
DIST 3: V/M GLASSER__ ���
DIST 4: COMM. DRESSLE MA-4�
HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
t4AMUEL S. GOREN
ITY ATTORNEY
BROWARD 954-583-0801
MIAMI-DADE` 3(b-949-4148
PALM BEM."[1: 561-732-3602
FAX :954-583-0844
- i . iiij,�Ai,sot
August 8, 2012
Keith_Glatz ...... ....1-1.1 .............. - .....................
Purchasing & Contracts Manager
City of Tamarac
7525 NW 88"' Ave
Tamarac, Fl 33321
AUSTIN
INC,
RE: BID #10-1 8B, Lime Sludge Removal, Hauling and Disposal
6570 S.W. 47"" COURT
11A V IF"F1 � 3133114
I
12.555 131S(.*.`AYN1` Y�INV) M4i
NORTH MIAMI, [1,33191
3359 FAIIINFDY.Y.F RD, SI)ITE' C
WI:'ST PALM BF"ACH F1, 3.3406
EXHIBIT #1
TR #12248
Dear Mr. Matz:
As per our contract, Page 12 — Item 6: Contract Escalation/De-Escalation, I'm including a letter iron)
0 David Barron .,and Development, Inc., our current dump site which is closing down. I'm also submitting
a copy of our invoice showing the current dump fee which is $25.00 per load.
Our new dump site is at $50 .00 per load, see letter from Westwind. I'm also including two invoices for
other water plant jobs showing that the current price is $50.00 per load. The difference between the two
dump sites is $25.00 per load.*
$25.00 divided by 20 yards per tri-axle truck load is $1.25 per yard. We are hereby requesting an increase
of $1.25 per yard to our cut -rent price of $9.79 per yard which will equal $11.04 per yard. We have other
costs associated with this because Florida tolls were increased on June 24, 2012 and the new dump site is
further away than the original source. In order to make this as easy as possible we are only asking for an
increase of $1.25 per yard.
Sincerely,
Glen u r
it T
President
enclosures
0
DAm bj.QPON LW DUROPfflff, NC*
4292 Canal Street, Fort Myers, Florida 33916
os/os/Zo12
To whom it may concern;
CG C0534 Q
(239) 425•0260
Fax (239) 425-0261
This is to confirm that Austin Tupler Trucking has been bringing water plant sludge
from the City of Tamarac water punt, 7803 NW 61 St. to our facility at the end of
Loxa hatchee Road for the past two years at the price of $25.00 per load. We are
unable to continue receiving this material after September 30, 2012 because the
land is being developed for housing.
Sorry for any inconvenience this may cause you.
1
Torn Petrozzi
Vice President
David land Development Inc.
0
0
r,
0
DAVID DAMON LW DMLOPRW, INC.
4292 Cant Street, Fort Myers, Florida 33916
DATE: 07/19/12
INVOICE TO: TUPLER
INVOICE NO.: 51640
SHI P TO:
AUSTIN TUPLER TRUCKING,, INC AUSTIN TUPLER TRUCKING, INC.
6570 SW 47TH COURT 6570 SW 47TH COURT
DAVI E FL, 33314 DAVI E FL 33314
ORDER DATE: 07/19/12
DATE SHIPPED: 07/19/12
SALESPERSON: BPT JOB NUMBER: 13BPT-060000
CITY OF TAMARAC , UN I VEER S I TY DR.
QUANTITY ITEM DESCRIPTION UNIT UNIT -PRICE
15 WATER TREATMENT PLANT LD 25.000
SAND DISPOSAL
NON-TAXABLE
REMIT: 4292 Canal St, Ft Myers, FL 33916 * * TOTAL DUE
ic, � 'j'4
j� I61�Sv
1.
TOTAL
375.00
375.00
5375-00
`■.�. r..M. M• MM N..
y
JUL 3 12012
EL r4___1Q
0
Phone (239) 425-0260 Fax (239) 425-0261
Page 1 of 1
Glen Tu
From: "Waldy Polizzi" <WaidyP a@westwindcontracting.com>
To: <glentupler a@bellsouth.net>
Cc: <skeeterp a@westwindcontracting.com>
Sent: Tuesday, August 07, 2012 4:02 PM
Subject: City of Tamarac - Water Plant Sludge
Glen. -
Per our conversation today we confirm that we can receive at our Pembroke Park facility {EPGMD
__...._license number:-SW-BP13448-3=1-0-expiration-date-9/30/201-5)-and-properly-dispose-of-u- p-®-20;000
CY/year of clean water plant sludge from the City of Tamarac for $50.00 per load of tri-axle dump truck
(max. 18 CY capacity per load) for a period of 2 years. This price is good for a minimum of 500 loads
(9,000 CY) hauled per year from the City of Tamarac.
Regards,
watay PotI%,(,
President
3799 W, Hallandale Reach Blvd
Pernbroke Park, F1., USA
(954) 961-7200 Phone
(954) 961-7222 Fax
'(954; 275-4576 cell
www.westwindcontracting.com
waldyp@westwindcontrat,tirig.com
0
0
0
8/%/2012
WESTWIND CONTRACTING, INC.
3799 HALLANDALE BEACH BLVD.
PEMBROKE PARK, FL. 33023
954 961-7200
Bill to:
A TUPLER TRUCKING, INC.
6570 SW 47 COURT
-DAV1E�-FL 3331
Invoice 7045
Job: 39711
SENECA LAKE FILLING
I I q 4 ) )--Y - 1,5
th"Icic 4: 7045 ►i ts: V r i i Vf �$ 4. CustGrZiar i" .v. �.
Payment Terms: NET DUE 10 DAYS Salesperson:
Customer Code: ATUPTR
Remarks:
12.000 TOWN 4F DAVIE - SLUDGE
0
Irint Date: 07/16112
..
na3Do3' A
�I� IF�glb
LD 50.00 600.00
Subtotal: 600,00
Total:
.4
" 7--, 50 AL -11
M..�MN. . . .
t &NIS -.-
JUL 14 2012
•
Page: 1
INESTWlND CONTRACTING, INC.
3799 HALLANDALE BEACH BLVD.
PEMBROKE PARK, FL 33023
954 961-7200
Bill to:
A TUPLER TRUCKING, INC.
6570 SW 47 COURT
Invoice 701.7
Job: 39711
SENECA LAKE FILLING
I"Ivol�e #: 7017 Date: 06118/12 customer P.O. #;
Payment Terms: DUE UPON RECEIPT Salesperson:
Customer Code: ATUPTR
Remarks:
325.000 SLUDGE - PEMBROKE PINES
g2A.N yoy
b�3 aL8-47elto C 13 4 Uto�
t
LD 60.00 16, 250.00
Subtotal: 16,250.0+0
111 3�ol-10
,qh �6n191
Total:
I
J U N 2 6 202
... r 3
-:3-c ?)�
Print Date: 06/19112 Page: 1
%250M
0
r�
u
n
u
AMENDMENT #1
TO AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
AUSTIN TUPLER TRUCKING, INC.
The CITY OF TAMARAC ("City") and AUSTIN TUPLER TRUCKING, INC., a Florida
Corporation with principal offices located at 6570 S.W. 47th Court, Davie, Florida
33314 (Contractor) agree to execute Amendment #1 to the original Agreement
dated providing for Lime Sludge Hauling and Disposal Services as follows:
1. Add Section 2.1.8 as follows:
Contractor shall agree that each vehicle used for the haulin+
i of lime
sludge from the City shall undergo a vehicle certification process to
verify the caDacity of the dumD bed of each vehicle. Contractor shall
notify City at least forty-eight (48) hours in advance of being on -site
with trucks, in order to arrange for City personnel to be available to
perform the certification process when a non -certified vehicle is to be
used. Once a vehicle has been certified by the City, there will be no
further need to request additional certification for the vehicle, unless
there is mechanical alteration to the vehicle dump bed, in which case,
the vehicle dump bed cap= must be re -certified.
2. Add Section 2.1.9 as follows:
Contractor and an authorized representative of the City will inspect
each loaded vehicle, and mutually agree upon the number of cubic
yards of material contained in each vehicle dump bed. Up_
agreement, that amount shall be documented , in writing, and he
Contractor shall invoice the City „for only the number of cubic yards,
contained in the vehicle dump bed as agreed upon and documented for
th-pecific load.
3. Per the terms of Section 4 of the original Agreement which was
effective October 1, 2010, the City and Contractor agree to exercise the
first renewal option for a term effective October 1, 2012 through
September 30, 2014.
R
I
f
K
3t.•�v i2. ls.1.f��. <a <�r# �,�t.�s�: �Fxa�',.��it
f
4. Section 4 of the Agreement shall be amended as follows:
3) Time of Commencement and Substantial Completion
The term of this Agreement shall be for two years, beginning on
October 1, 2012 through cente-mbar 2WWI 0 2012
September 30, 2014. Upon expiration of this term, the parties may
choose to terminate, renew and/or re -negotiate the Agreement by
written agreement signed by the parties hereto for a term to be set in
the renewal agreement.
3. Section 5 of the Agreement shall be amended as follows in accordance
with the Contract Escalation/De-escalation provision Special
Conditions, Paragraph 6 contained in Bid 10-18B
The Contract Sum for the above work is NJ+ace-
Noma �'o�♦� Eleven Dollars and Four Cents per cubic yard (�
11.04/C.Y.), based on an estimated annual volume of Eleven
Thousand (11,000) cubic yards, for an approximate amount of
e� e ^ One Hundred Twenty -One Thousand, Four Hundred
Forty dollars and no cents ($ $121,440. 00) per year. This
price is subject to the terms contained in Bid 10-18B, Special
Conditions, Paragraph 6, Contract Escalation/De-Escalation.
All other provisions of the original Agreement, as amended, remain in effect as
written.
4
i t
. i' t3' H t}r .riJ �ti.> i
CORPORATE ACKNOWLEDGEMENT
STATE OF FLORIDA
:SS
COUNTY OF BROWARD -
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate
aforesaid and in the County aforesaid to take acknowledgments, personally appeared
Glen Tupler, President of Austin Tupler Trucking, Inc. a Florida 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 2 6 t h day of September , 2012.
RAt fie of Notary Public
IaLlu""Uv §C*d%.W 'k7 e
NetaFy Aublis State of ploFida
Marta Triana_Watson
My Commission DD855749
C p
Name of Notary u lic
personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ D take an oath, or
DID NOT take an oath.
,..... i • is :...+ ................
, s•• .` . r` ....... ................ ............................... ................... ti:.......... ................ ...+ .« ,w «.....«�. � »w...y....M.� .« ».M..�...M� ...m� ....�..`......«....may................. ........
' ..�Js`•ts t Y s;,
%1: 'A lS.. i ofC f L�i� +< tt
i
�.♦[vt.: i�ff {,1 T.i•if.��Sll!
....... «.«........... ..................................................................w.......n.............................w..w.....w.............n......,«....r....n......w.....ww.......n.mw.nn.r....n............n..........................................................w......nw..........--...«..............................en.................................ww.......................... ..................... w...........
IN WITNESS WHEREOF, the parties hereby have made and executed this
Amendment to Agreement on the respective dates under each signature, the City of
Tamarac signing through its City Manager and its City Commission signing by and
through its Mayor and its City Manager, and Austin Tupler Trucking, Inc., signing by
and through its President, duly authorized to execute same.
Patricia
Interim
Date
ATTESP
Te'f e l , CMC
City Clerk
orate Secretary)
Ruth Tupler
Type/Print Name of Corporate Secy.
(CORPORATE SEAL)
Beth Flansbaum-Talabisco, Mayor
Date
Michael C. Cernech, City Manager
Approv,qd as to form and legal sufficiency:
SamAl S. Goren, City Attorney
D ate
Austin Tupler Trucking, Inc.
Company Name
12
Signatur
resident
Glen Tupler
Type/Print Name of President
9/26/12
Date
4