Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-065Temp. Reso. #9295 February 22, 2001 1 Revision 1, March 21, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001- 6-< A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 01- 01 B TO, AND EXECUTE A CONTRACT WITH, THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, CURRY CONTROLS COMPANY, FOR AN AMOUNT OF $1,946.923.00 FOR THE SCADA SYSTEM IMPROVEMENTS PROJECT; APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE UTILITIES OPERATIONAL AND CIAC ACCOUNTS INCLUDING THE APPROPRIATION OF $488,314.00 FROM RETAINED EARNINGS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the mandate of the Utilities Department of the City of Tamarac is strategic planning, optimization and operations of the water and wastewater utilities which requires the treatment and distribution of potable water as well as the collection, transmission and disposal of wastewater in a safe, efficient and economical manner; and WHEREAS, a good level of service to the citizens and business owners of the City of Tamarac can be provided and maintained only if all the components of the water Temp. Reso. #9295 February 22, 2001 2 Revision 1, March 21, 2001 and wastewater systems are adequate for their duty and the operation of the systems are undertaken in an efficient and reliable manner; and WHEREAS, fluctuation in water and wastewater demands on a continuous basis require that the water and wastewater systems be monitored constantly to ensure continuous operation of the systems in an optimum and efficient manner and that equipment malfunctions receive immediate maintenance attention before serious trouble develops; and WHEREAS, City Commission approved the SCADA System Improvements Project and appropriated funds to address and rectify the inadequacies of the existing SCADA System; and WHEREAS, the Utilities Department retained the services of Montgomery Watson, one of the City's consulting engineers, to complete the design and provide construction administration services in accordance with the City Consulting Engineering Agreement as authorized by the City on July 10, 1996, Resolution Number R-96-163; and 1 I Temp. Reso. #9295 February 22, 2001 3 Revision 1, March 21, 2001 WHEREAS, the City of Tamarac advertised Bid No. 01-01 B for the SCADA System Improvements Project; and WHEREAS, on December 14, 2000, the following bids were opened and revised for a reduced scope of work for the SCADA System Improvements Project: COMPANY NAME TOTAL BID $ Curry Controls Company 1,946,923.00 Acutec, Inc. 2,163,471.00 HSO Technology 2,359,891.00 Commerce Controls 2,415,224.00 Transdyn Controls, Inc. 2,877,033.00 WHEREAS, Curry Controls Company had the lowest bid proposal of $1,946,923.00; and WHEREAS, approved funds are available in the amount of $1,458,609.00; and WHEREAS, it is recommended that additional funds in the amount of Temp. Reso. #9295 February 22, 2001 4 Revision 1, March 21, 2001 $488,314.00 be appropriated from Retained Earnings to fully fund this project; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing/Contracts Manager that the project be fully funded and that Bid No. 01-01 B be awarded to the lowest responsive and responsible bidder, Curry Controls Company; 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 approve the award of Bid No. 01-01 B for the SCADA System Improvements Project to Curry Controls Company, at a cost of $1,946,923.00. 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. 1 1 Temp. Reso. #9295 February 22, 2001 5 Revision 1, March 21, 2001 SECTION 2: Bid No. 01-01 B for the SCADA System Improvements Project is hereby awarded to, and that all appropriate City Officials are authorized to execute the contract between the City of Tamarac and Curry Controls Company (a copy of which is attached hereto as "Exhibit 1 ") SECTION 3: A budget appropriation in the amount of $488,314.00 from Retained Earnings is hereby approved for correct accounting purposes and the contract is fully funded in the amount of $1,946,923.00. SECTION 4: The City Manager, or his designee, be authorized to make changes, issue Change Orders not to exceed $10,000 per Section 6-156(b) of the City Code, and close the contract award including, but not limited to, making final payment and releasing bonds when the work has been successfully completed within the terms and conditions of the contract and within the contract price. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or L-1 1 Temp. Reso. #9295 February 22, 2001 6 Revision 1, March 21, 2001 invalid, in part or application; it shall not affect the validity of the remaining portions or applications of this Resolution. 4Fr.T1nN 7- passage and adoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 281h day of March, 2001. - C JOE SCHREIBER MAYOR ATTEST: ;MARION SWENSON, CMC CITY CLERK `I HEREPY CERTIFY that I have 6pprovi�d this RESOLUTI��V as to formi) I . -I / 1 RG/TR/mg MITCHELL S. IMF CITY ATTORNEY RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. MISHKIN DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS AGREEMENT BETWEEN THE CITY OF TAMARAC FAk"Ia7 CURRY CONTROLS COMPANY THIS AGREEMENT is made and entered into this .6 day of 2001 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Curry Controls Company, a Florida corporation, with principal offices located at 1019 Pipkin Road, Lakeland, FL, 33811 (the "CONTRACTOR") to provide for construction of SCADA System Improvements. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, 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 if attached to this Agreement or repeated therein. 2) The Work The CONTRACTOR shall perform all work for the City required by the contract documents as set forth below: a) The work of this contract consists of providing the necessary hardware and software for monitoring and controlling 75 plus wastewater lift stations, 19 raw water wells, 2 pump station/storage facilities, future storage facility, future Fluoride addition, new field instruments at the Water Plant, and the retooling and refurbishment of the control system of a water treatment plant, all as shown on the drawings and in accordance with the information provided in the Contract Documents. Also included is all necessary PLC logic and MMI screen programming and system integration as described in Contract Documents. b) CONTRACTOR shall clean up and remove each day all debris and material created by the work at the CONTRACTOR's expense. c) CONTRACTOR shall supervise the work force to ensure that all workmen 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. d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) 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 inclement weather. f) 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. g) CONTINUING USE OF EXISTING FACILITIES: The CONTRACTOR shall not disrupt the alarming and control functions of the existing radio and telephone telemetry system at any one site except for the following conditions: 1. The CONTRACTOR is in the process of installing new equipment and has a workman at the site with a portable phone to call the CITY's operator at any sign of trouble. 2. The existing telemetry equipment is back in service by the end of the working day or the new equipment is operating. 3. No more than (3) stations shall be out of service for any time and all new RTUs are working. 4. The new workstations are installed at the water plant control room and monitoring and controlling the new RTUs. h) Removal of existing Materials: The CONTRACTOR shall remove existing Telemetry gear, to be replaced by new RTUs, including the radios, PLC, and cabinet and turn over to the CITY. The CONTRACTOR shall remove all existing panels in the Water Plant control room as shown on the drawings. 2 3) Insurance CONTRACTOR shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, 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 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. 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 Insurance 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 Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than ten (10) days after the date of the receipt of the official Notice -to -Proceed. All Submittals shall be made no more than sixty (60) days after notice to proceed, all RTUs and field instruments shall be delivered to the job site within 200 days of approved submittals, all RTUs, radios, Computers, Consoles and all other equipment shall be installed within 360 of approved submittals, substantial completion shall be within 390 days of approved submittals and all items on the final punch list shall be corrected within thirty (30) days of receiving the punch list. All work shall be completed no later than sixty (60) days after the date of substantial completion. The existing system shall remain in service until substantial completion and all RTUs are reporting to the new workstations. 5) Contract Sum The Contract Sum is $1,946,923.00 (One Million Nine -Hundred Forty -Six Thousand Nine -Hundred Twenty -Three Dollars and 00/100), which includes a contingency allowance in the amount of $100,000.00. Payment shall be computed based on lump sum or applying unit prices to actual units installed and/or worked. Contingency allowance will only be used for changes in the scope of work due to unforeseen conditions and upon authorization from the engineer of record. K] 6) Payments A monthly payment/progress payment will be made for work that is completed, inspected and properly invoiced. The CITY shall pay Contractor's itemized invoice on a monthly basis for work completed. The City shall pay the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. No payment will be made for material stored on site. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. 8) Warranty CONTRACTOR shall warrant the SCADA System Improvements for a period of two years from the date of completion and final acceptance of work. In the event that defect occurs during this time, CONTRACTOR shall perform such steps required in Division 17 — Instrumentation Page 17100-11 Section 1.3 - Technical Specifications. CONTRACTOR shall be responsible for any damages caused by defect to affected area or to interior structure. 9) Indemnification 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 property 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. 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. 4 10) Non -Discrimination The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 12) Assignment and Subcontracting 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. 13) Notice Whenever either party desires or is required under this Agreement to give notice to 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 at the following addresses. City Manager City of Tamarac 7525 N.W. $$th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. 5 CONTRACTOR David L. Curry President Curry Controls Company 1019 Pipkin Road Lakeland, Florida 33811 14) Termination This Agreement may be terminated by City or CONTRACTOR for cause or by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the CONTRACTOR shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, CONTRACTOR shall indemnify the city against loss pertaining to this termination. Default by CONTRACTOR: In addition to all other remedies available to the CITY, this Agreement shall be subject to cancellation by the CITY 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 seven (7) days after receipt by CONTRACTOR of written notice of such neglect or failure. 15) Agreement Subject to Funding 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. 16) 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. 17) Signatory Authority 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. 9 18) 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 the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) 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. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Curry Controls Company (Name of party with whom Agreement is made), signing by and through its President, (President, Owner, C.E.O., etc.) duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk L Date: .00 0 f ATTEST: CITY OF TAMARAC r e Schreiber, Mayor Date: Jeffrey ille , City Manager Date: Ap#ie s t form and gal Su. Mitchell l S. Kra 51, ity Attorney 7 (Corporate Secretary) DAXd Et L., CURRY % tint -Name of Corporate Secy ROFrA, SEAL) STATE OF FLORIDA SS COUNTY OF POLK CURRY CONTROLS COMPANY AignatuZof President) David L. Curry Type/Print Name of President Date: 02/27/01 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 David L. Curry of Curry Controls Com_pa, a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and DAvzD L. CURRY acknowledged before me that he executed the same. WITNESS my hand and official seal this __ZL_ day of FEBRUARY 12001. 00111 .? #OCY �� N AjiR61�C(R,. x) Personally known to me or ) Produced Identification &-W,4-� Signattire o otary Public — State of Florida at Large BETTY JEAN HAMILTON Print, Type or Stamp Name of Notary Public Type of I.D. Produced ( ) DID take an oath, or ( ) DID NOT take an oath.