HomeMy WebLinkAboutCity of Tamarac Resolution R-99-120Temp. Reso. #8602, April 19, 1999 1
11
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-99
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO ACCEPT AND
EXECUTE (1) THE "CURED -IN -PLACE PIPE LINING
REPAIRS CONTRACT US99A-1" WITH INSITUFORM
TECHNOLOGIES, INC. FOR WASTEWATER SYSTEM
REHABILITATION, UTILIZING THE BROWARD COUNTY
CURED -IN -PLACE LINING REPAIRS CONTRACT NO.
P890-96; AND (2) THE "FOLD -AND -FORMED PIPE LINING
REPAIRS CONTRACT US99A-2" WITH MADSEN/BARB
PHILIPS UTILITIES MANAGEMENT CORPORATION, INC.,
FOR SANITARY SEWER SYSTEM REHABILITATION,
UTILIZING THE CITY OF HOLLYWOOD WASTEWATER
COLLECTION SYSTEM SEWER REHABILITATION BID
PACKAGE "B", FOR WHICH THE DIRECTOR OF
UTILITIES IS AUTHORIZED TO APPROVE WORK TASKS
UNDER EACH CONTRACT UP TO A COMBINED TOTAL
COST NOT TO EXCEED $702,000.00 FOR THE FY99
INFLOW AND INFILTRATION PROJECT; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABLIITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, Broward County Office of Environmental Services has
conducted an Inflow & Infiltration (I & 1) Study identifying Tamarac as having an
excessive amount of I & I conveyed to Broward County Treatment Facility; and
Temp. Reso. #8602, April 19, 1999 2
WHEREAS, on October 25, 1995, Tamarac City Commission authorized
the first phase rehabilitation repair program to reduce unwanted wastewater
treatment and disposal charges; and
WHEREAS, the Utilities Wastewater Division's FY99 list of excessive I &
locations have been identified in the Heathgate and Sunflower Subdivisions plus
several adjoining neighborhoods (attached hereto in map form as "Exhibits 1 and
2") which require sanitary sewer rehabilitation; and
WHEREAS, the City Commission of the City of Tamarac has approved
capital funding for and I & I program for FY99 as recommended by the Utilities
Department; and
WHEREAS, recognizing that other South Florida Utilities have prepared
bid specifications and awarded contract for Wastewater Collection System Sewer
Rehabilitation, the Utilities Department wishes to utilize contract prices from other
South Florida Utilities as provided under City Code 6-155; and
WHEREAS, Insituform Technologies, Inc. has offered to extend unit prices
under a contract with Broward County to the City of Tamarac for the rehabilitation
of sewers with the execution of the "Cured -in -Place Pipe Lining Repairs Contract
US99A-1" (attached hereto as "Exhibit 3"); and
Temp. Reso. #8602, April 19, 1999 3
WHEREAS, Madsen/Barr Philip Utilities Management Corporation, Inc.
has offered to extend the unit prices under a contract with the City of Hollywood
to the City of Tamarac for rehabilitation of sewers with the execution of the "Fold -
and -Formed Pipe Lining Repairs Contract US99A-2" (attached hereto as "Exhibit
4"): and
WHEREAS, the Director of Utilities shall have the responsibility to assign
Work Tasks based on the most effective and economical method of sewer
repairs using the unit prices provided in the schedule of values under each
contract up to a combined total cost not to exceed $702,000.00; and
WHEREAS, the Director of Utilities and the Purchasing/Contracts
Manager recommend the acceptance and execution of these contracts; 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
accept and execute the contracts with (1) Insituform Technologies, Inc., under
the Broward County Contract No. 890-96 for Rehabilitation of Sanitary Sewers by
the Cured -in -Place Pipe Liners method; and (2) Madsen/Barr Philip Utilities
Management Corporation, Inc., under the City of Hollywood contract "B" for
Rehabilitation of Sewers by Fold -and Formed Pipe Lining, for which the Director
1
Temp. Reso. #8602, April 19, 1999 4
of Utilities is authorized to approve work tasks under each contract up to a
combined total cost not to exceed $702,000.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA:
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.
SECTION 2: That the appropriate City officials are hereby
authorized to accept and execute the contracts with (1) Insituform Technologies,
Inc., under the Broward County Contract No. P890-96 for Rehabilitation of
Sanitary Sewers by the Cured -in -Place Pipe Liners; and (2) Madsen/Barr Philip
Utilities Management Corporation, Inc., under the City of Hollywood contract "B"
for Rehabilitation of Sewers by Fold -and Formed Pipe Lining methods for the
FY99 Inflow and Infiltration Project.
SECTION 3: That the Director of Utilities is authorized to approve
work tasks to each contractor in accordance with the schedule of values in each
contract for a combined total cost not to exceed $702,000,00.
Temp. Reso. #8602, April 19, 1999 5
1
1
1
SECTION 4: That the City Manager or his designee be authorized
to make changes, issue change orders not to exceed $10,000.00 per Section 6-
156 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
invalid, in part or application, it shall not affect the validity of the remaining
portions or applications of this Resolution.
Temp. Reso. #8602, April 19, 1999 6
1
1
SECTION 7: This Resolution shall become effective immediately
upon its passage and adoption.
PASSED, ADOPTED AND APPROVED this day of
1999.
ATTEST:
('a"' ,, -�. , ,
CAROL LD, CMC/AAE
CITY CLERK
I HEREBY CERTIFY that I have
Utilities/sl/tk
�' 2��-
JOE SCHREIBER
MAYOR
RECORD OF COMMISSION
MAYORSCHREIBER
GIST 1: „ COMM. PORTNER,.�
DIST 2:yL_MIs�
DIST 3: �.�COMM. SU
��� �• www.n.wn ri ni ri LTIrAhlOF
rrrr.arr.��
__-c*w R08ERTS
EXHIBIT 1
•
r�
C14/CYPRESS CREEK CANAL
P.S.
SOUTHGATE B L V D MISSION LAKES CORAL CREEK COMMUNITY
w MUTHGATE'&-
85 CT
8, " w " w • • w
DORTER'S CHEVRON
SOUTHGA7E GARDENS SOUTHGATE
APTS
STfS"C�rCALkw
T O
�84 ST 84 ST
h
RA
¢
84 ST 84 T 4 T
n
• •
TARGET
83
ST 83 ST
a
w - • r
wo
AMOCO
7
a
¢
N
82 CT
w
a
i/j,/ • �P w
w TR51
BANK
=
n
S�
SUNFLOWER
82
ST
• VP
KAMER.
02
w CASSIA
82 ST
W
81 PL
• w / TR53 w
WOODMON7 W
SHOPPES
W
~
r+
n
81 PL
a
W
u
_
a
a
81 CT
OD
•'Dn
$a
A
n'
a
7
p9M�1 " y
w0•
n
a 81 CT
Imo.af'
17 >
81 ST
¢ 81 S7
o j/f 81 ST
qua
ao�
81 ST
,yi
80 PL
80 CT
i 80 Cr
TR54 "
�b ]
/i
00 ET 80 Gt
//i/,
r x w
¢
60 ST
T
• W w
z
„
�• w �FCRM CIR i 7 T
a1`� `
� +r >
n
H
MG?E
-
lu
W
..
�R55 , TR56
H
1
^T
w w /
t7l-;
78 CT74
r
y
ST
s
T x , AVALON
NC ESTATES,.
"INCS
7f4,
vJ.P
b '
i
a
:z4
W CIR i
7B PL
n asd ., i1h
-
ae,
4
78 ST
Ya
ri
TR74 a
r/
THE CENTRE
'y W 1
Mr
iu
4 ,p w
q4'D= WOODMONT
S z Y
G
n
ze
¢ T 4g-fib;
ET
�77 �T'
,
.•
i��;;, /, it // //:::. .r / /•.../ / ..
P R D
TAMARAC
SITE a
76 PL WEST
00 17 g
3
u
a
a
SEEMCLHOEIL
a¢
Q
e
LOCATION n/
a
6 oR
co
76 CT
n76
76 DR 6
76 ST
j
/' AMARAC!j�icy-j�
S.BELL (y
-
CT
[3 TR75
i�iNAKK• !
76 ST �
/
76 S7
76 ST 75 R
¢
z / 7�ij�
3 Sr
!jj/; /i
TOWN
n]
n
n'
v 7 n
¢
y
a
MAIN AN 16 7
¢ 75
n
m
_ ^ ^
a 75
ST
,
75 CT
ty, OR TH
6 CT ¢
[NVIRMiN7ALLvi j
GREENBRIAR
¢
F
oe
¢ 75 ST ¢ �
m
� 75 ST
A•
o
— J
Y
9
]Q
n
n
74 PL n
74 PL
w
TAMARAC
MED.
80
r
Z / UNIV.
UNIV. CTR
PICCADILLY
j 73 ST
73 ST
_ ^ MED CTR HOSP, 72 ST
72 ST
/
72 S7 It
72 ST
as
7 6
5]
7
^ o Q e
71 CT
p
/ a a
71 ST ^ e 71 CT
j q PARK
7 Tl G PLACE
a
WOODMONT
SQUARE J�
,
<v
/ ^
�C
70 CT 71 ST
ND
C7
THERAPEUTIC
!/i/
/
MA LANDS 14
a, u
TR72C a
n w
AC MY
71 CT
a
q i�4
BR
DENS,D
/ 70 ST CREST 14
70 CT
HILL
BASJK% !/
/
70 ST
INEAPPLE PK�
N-
f// / / /
70 CT
HER. UNITED
W
ALBERTSON
MLTHO➢1ST c
1 W W
Z q
,/ //
,/ // //
WOO➢MONT
COMMONS
WOCIDM13NT ALL SAINTS
PLAZA LUTHEPAN NATIONS
Z a
p 0 ;� Y �
SHELL 2 LAKE ��_,�,, �� ^
z a ¢ z
zo
/
j BROOKSIDE COVE
BANK COLONY �m ¢ z _ � /
(69ST,) == 4 ?CNAB 7AL
GW TExACO TAMARAC BROOK WOOD CASABL ANCA
CONCO D VILLAGE BANK PLAZA PLAZA , —fVjll'rNTEP 1 NANDINA LN
HEATHGATE.DWG
HEATHGATE
EXHIBIT
C14/CYPRESS CREEK CANAL
P.S.*1
SITE CORAL CREEK COMMUNITY
S❑UTHGATE BLVD,LOCATIO
` . 2❑UTHI 1ATL - B.-
85 cT
DON
I SOUTHGATE GARDENS
--
MISSION LAK[ S
CARTER'S CHEVRON
SOUTHGATE APTS
/
T _ 0 '
J
: 84 ST` T : d
84 ST
Ta
i
-
1 y W
J
SST
!
TARGET
a
$
1 87
857
W
a
/ . a
j . .
AMOCO
H
a.
1
tigP'• G T
a
i
n1TI1�i
U11k�
X.
" • " �h TR51 •
BANK
KAMER.
8P
ST
'1
CASSIA
82 ST
err
41,
" / y TR53 a
Li
WOODMON7I
• •S. /jf yG r_
p1N y s u
• ENE 9` ;�C `
SHOPPES
A
gdg,a
+ ►-
r
s
a rn
c {"r
: 7 BI-CT
St ^,
-
�`
pM1`15� S
�d
d 8I CT
in
W�id
a •
>
vo / .
/j/
B.CT
/�j
TR54 / -
"
¢�
�-
�o
]
////
//
80 C7
80 CT
/
a /
80 ST
80 ST
a a a ♦ . + /
�/ /
$�'
r.
80 ST
a
>
/
• • • . • •
Ww
>
a
M1
n
W
r
6
W
F
>
c
a. Y 4ERN Cl / a79 ST
a
n
HE
THGArE
S
• - TR55 , a TR56
r
j9
��• " ]
S8
7
T z
• • q W / 78 C7 ^
u
n�
79
ST
7
j
AVALON
HC p ESTATES
LAN
S
C• 3
a
IH eS LIJ W CIR /
7D PL
^ aila
78 CT
W
/
j
] 78 ST
~
>
r 7
m
w
%
¢
TR74
ai ,� %
aTHE CENTRE
�Yy W
a
��'
^
n
d+
o a: .n
'`
,moo
Y
Z j. jj WO lu ODMUNT
t i
LO
w
78 ST 78 ST
78 ST 78 ST
78 ST
P R D
TAMARAC
Q ELEM
> m
a
/
76 PL WEST
00 17
g
¢
>
SCHOOL
/
]
7
7
w
r a
/j
Z
f CJ=
R.q
0
n°)
i'.%j :i;/i �j i; /
76 CT
^ 76 DR 6
f
TAMA`RAC!i
76 CT
76 ST
O
/
%
PARK
76 ST
r
/
76 ST
76 ST 75 R
>
%
Z
/ 7R75
73 sr
/ '%
/ / !
/ // /j
TOWN
PLAZA
n
a
] n
("�
>
n ¢
/
]
a
MAIN AN 16 >
a 15 CT
/
.
a 75
ST
/
75 CT OR TH
�
6
ENVIROMMENTALLv
GREENBRIAR
//
W
> 75 ST
>
a
Qx
�-
75 ST
/
�4CH6SIuvc
a
r
a
/
_LAND.^
/
9 1Q
n
n
n
74 PL
n
74 P
X
a
TAMARAC
MED.
80�//
UNIV. UNIV. CTR
PICCADILLY
73 ST
7 T
MED CTR HOSP.
72 ST
72 ST
72 ST e
72 ST
/
o n
7 6 5
>
a
>
a
^ o Q
1 7] CT
a/
71 ST ^ ,e 71 C7
/
j q K
PLLAPARR�Kg
a
WOODMONT
SQUARE `!9 / !
n
n
70 CT g 71 ST
/
/
CT arw•
THEkAPC&TIC
a
;j/ /
MA LANDS I4
>
a
c
r' 71 ST
m
q /!4i%f %
p BR KW OdD
7 G DENS 3 /.
70 ST
RCRESTI4
70 �7
i
TR72C
INEAPPLE PK�
ACAD MY
HIL nm
BANK y0� �% �/
O7.MER.
' . j/ . / f y ; f
70 ST
.p
/
/
70CT
N. UNITE ➢
> METHODIST
ALBERTSON 1 ¢
z"
WOOAMONT
WOODMONT ALL SAINTS
0 0 �z �T OWW o
] oo
/
COMMONS
PLAZA LUTHERAN NATIONS
SHELL
LAKE �--
cz�
i $ROOKSIDE
COVE
BANK
c69ST.) CO ON _� W
�o
C3
'•ICNAB
GW
BANK
TEXACO
PLAZA ¢
TAMARAC BROOKWOOD >7Sff:
CASABL ANCA
CONCO
D VILLAGE
PLAZA
CENTER F I NANDIMA LN
�UNFLDWER.DWG
SUNFLOWER
Elm
ul
uj
"EXHIBIT 3"
•
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
INSITUFORM TECHNOLOGIES, INC.
FOR THE
"CURED -IN -PLACE PIPE LINING REPAIRS
CONTRACT US99A-1"
CITY OF TAMARAC, FLORIDA
WASTEWATER COLLECTION SYSTEM
0 SEWER REHABILITATION
•
UTILITIES DEPARTMENT PROJECT NO. US99A
As
THIS AGREEMENT, made and entered into this;day of , in
the year Nineteen Hundred Ninety Nine (1999) by and between the CITY of TaInarac, a
municipal corporation with principal offices located at 7525 NW 88th Ave., Tamarac, FL
33321 (the "CITY") and Insituform Technologies, Inc. with principal offices located at
11511 Phillips Hwy South, Jacksonville, Florida 32256 (the "CONTRACTOR") to
provide for Cured -in -Place PiDe Lining Repairs to the CITY of Tamarac Wastewater
Collection System Gravity Sewer Rehabilitation (Project No. US99A).
1) The Contract Documents
The contract documents consist of this AGREEMENT, conditions of the Broward
County Cured -in -Place Lining Repairs Contract No. P890-96/Bid Documents (the
"BROWARD CONTRACT") (General, Supplementary, and other Conditions), the
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 as if attached to this AGREEMENT or
repeated herein.
Insituform US99A-1 03/30/99
C - I
2) The Work 0
The CONTRACTOR shall perform all work for the CITY required by the contract
documents and as set forth below.
CONTRACTOR shall furnish all labor, materials, tools, equipment and everything
necessary to perform, and shall perform, in accordance with the provisions of the
BROWARD CONTRACT and the terms of this AGREEMENT, the Contract
known and identified as "Cured -in -Place Pipe Lining Repairs, Contract No.
US99A-1" and shall do everything required by this AGREEMENT, the Proposal,
the General Terms and Conditions, the Supplemental General Conditions and
Specifications.
2. CONTRACTOR shall clean up and remove each day, all debris and material
created by the work at CONTRACTOR's expense.
3. CONTRACTOR shall supervise 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.
4. 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.
5. CONTRACTOR shall provide CITY with seventy-two (72) hours written notice
prior to the beginning work under this AGREEMENT and prior to any schedule
change with the exception of inclement weather.
6. 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.
3) General
The CONTRACTOR hereby certifies that he has read each and every clause of
this AGREEMENT and the BROWARD CONTRACT and that he has made such
examination of the location of the proposed work as is necessary to understand fully the
nature of the obligation herein made and will complete the same in the time limits
specified herein, in accordance with this AGREEMENT and the BROWARD •
CONTRACT.
Insituform US99A-I
03/30/99
C - 2
. All work under this AGREEMENT shall be done to the satisfaction of the Director
of Utilities or his Assignee, who shall in all cases, determine the amount, quality, fitness
and acceptability of the several kind of work and materials which may arise as to the
fulfillment of this AGREEMENT on the part of the CONTRACTOR; and his decision
thereon shall be final and conclusive; and such determination and decision, in case any
questions shall arise, shall be a condition precedent to the right of the CONTRACTOR
to receive any money hereunder.
•
CONTRACTOR agrees that it will, in the performance of work and services under
this agreement, comply with all Federal, State and local laws and regulations now in
effect, or hereinafter enacted during the term of this AGREEMENT that are applicable to
CONTRACTOR, its employees, agents or subcontractors, if any with respect to the
work and services described herein.
4) Bonds
Execution of this AGREEMENT shall include the CONTRACTOR depositing with
the CITY a Performance Bond providing for the satisfactory completion of the work and
a Payment Bond providing for payment of all persons performing labor in connection
with this AGREEMENT. Each of these bonds shall be in the amount of $350,000.00. A
Maintenance Bond in the amount of twenty-five percent (25%) of the Final Contract
Price shall be required upon completion of construction guaranteeing the repair of all
damages due to improper materials or workmanship for a period of one year after the
final acceptance of work.
5) 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, Worker's Compensation
Insurance, Unemployment Insurance, Contractor's Liability Insurance, and all other
insurance required by law. 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.
CONTRACTOR shall maintain in full force and effect during the life of the
contract, Workers' Compensation insurance covering all employees in performance of
work under the contract. CONTRACTOR shall make this same requirement of any of its
subcontractors.
CONTRACTOR shall indemnify and save the CITY harmless from any damage
resulting to them for failure of either Contractor or any subcontractor to take out or
maintain such insurance.
Insituform US99A-1 03/30/99
C - 3
The following are required types and minimum limits of insurance coverage, which the •
CONTRACTOR agrees to maintain during the term of this contract:
GENERAL LIABILITY PER OCCURRENCE AGGREGATE
Comprehensive $1,000,000 $2,000,000
Premises -Operations
Contractual Liability
Personal Injury
Explosion and Collapse
Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Independent Contractors
Cross Liability and Severability of Interest Clause
AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE
Comprehensive $500,000 $1,000,000
Owned
Hired
Non -Owned
WORKERS' COMPENSATION
STATUTORY AMOUNT •
Neither CONTRACTOR nor any subcontractor shall commence work under this contract
until they have obtained all insurance required under this section and have supplied
owner with evidence of such coverage in the form of a Certificate of Insurance and
endorsement.
Such certificates shall be approved by the CITY.
ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's
Key Rating Guide; be licensed to do business in Florida.
All policies provided shall be Occurrence not Claims Made forms. The CONTRACTOR's
insurance policies shall be endorsed to add the City of Tamarac as an Additional
Insured. The CONTRACTOR shall be responsible for all deductibles.
All of the policies of insurance so required to be purchased and maintained shall contain
a provision or endorsement that the coverage afforded shall not be canceled, materially
changed or renewal refused until at least thirty (30) calendar days written notice has
been given to the City by certified mail.
LJ
Insituform US99A-1 03/30/99
. 6) Time of Commencement and Substantial Completion
The work to be performed under this AGREEMENT shall commence after
execution of this AGREEMENT and must begin within ten (10) days after the date of
receipt of official NOTICE TO PROCEED and shall be carried on at a rate to ensure its
full completion within one hundred twenty (120) calendar days, the rate of progress and
the time of completion being essential conditions of this AGREEMENT.
Deduction_for Not Completing on Time: If the Contract work is not fully
completed according to the term of the AGREEMENT within the time limits herein
stipulated, the CONTRACTOR shall pay the CITY, not as a penalty, but as liquidated
damages, the sum of two hundred fifty dollars ($250.00) per day for each and every
calendar day elapsing between expiration of such time limit and the date of full
completion, unless the time limits herein stated are subject to extension without
payment of damages.
Where any deduction from or forfeitures of payment in connection with the work
of this AGREEMENT are duly and properly imposed against the CONTRACTOR, in
accordance with the term of this AGREEMENT, Federal Laws, State Laws, or governing
ordinances or regulations, the total amount thereof may be withheld from any monies
due or to become due the CONTRACTOR under this AGREEMENT and when
deducted, shall be deemed and taken as payment in such amount.
• 7) Contract Sum
•
This Contract Sum for the above work is to be determined by the cost of labor
and materials for the WORK TASKS assigned to the CONTRACTOR. The assigned
WORK TASKS shall be paid in accordance with the BID SCHEDULE below, which is
taken from the BROWARD CONTRACT.
The CITY shall pay the CONTRACTOR as just compensation for the
performance of this AGREEMENT, subject to any additions or deductions as provided in
this AGREEMENT and the BROWARD CONTRACT, the following prices:
[nsituform US99A-1 03/30/99
C - 5
"CURED -IN -PLACE PIPE LINING REPAIRS •
CONTRACT US99A-1"
CITY OF TAMARAC, FLORIDA
WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION
UTILITIES DEPARTMENT PROJECT NO, US99A
SCHEDULE OF VALUES FOR WORK TASKS
TASK
ITEM
DESCRIPTION OF TASK (BID) ITEM
COMMODITY
CODE
UNITS
UNIT
PRICE
QUAN.*
26
Waterproofing Manhole Interior -Mobilization
913770020050
HR
$ 170.00
27
Injection Grouting -Manhole Depth 0" to 5.0"
913770020060
EA
$ 700.00
28
Injection Grouting -Manhole Depth 5'1" to 10'0"
913770020061
EA
$ 950.00
29
Injection Grouting -Manhole Depth 10'1" to 157
913770020062
EA
$1,200.00
36
Sanitary Sewer Main 8" Dia 6.0 mm
913770020090
LNFT
$ 41.00
37
Sanitary Sewer Main 10" Dia 6.0 mm
913770020100
LNFT
$ 43.00
38
Sanitary Sewer Main 10" Dia 7.5 mm
913770020101
LNFT
$ 46.00
39
1 Sanitary Sewer Main 12" Dia 6.0 mm
913770020110
LNFT
$ 48.00
39
Sanitary Sewer Main 12" Dia 7.5 mm
913770020111
LNFT
$ 51.00
92
Ancillary Svc. Lateral/Reinstatement/Prep. Std.
Svc. Reconnection
913770020230
EA
$ 200.00
93
Ancillary Svc. Lateral/Reinstatement/Prep.
Inspection/Prep.
913770020231
EA
$ 200.00
94
Ancillary Svc. Trenchless Lateral Reconstrut Sys
913770020240
EA
$2,500.00
97
Ancillary Trenchless Lateral Reconstruction,
Clean Out a=5'
913770020243
EA
$ 750.00
98
Trenchless Lateral Reconstruction, Clean Out —
Grass >5'
913770020244
EA
$ 800.00
99
Trenchless Lateral Reconstruction, Clean Out -
Asphalt <=5'
913770020245
EA
$1,500.00
100
Trenchless Lateral Reconstruction, Clean Out -
Asphalt >5'
913770020246
EA
101
Trenchless Lateral Reconstruction, Clean Out —
Concrete a=5'
913770020247
EA
$1,500.00
102
Trenchless Lateral Reconstruction, Clean Out —
Concrete >5'
913770020248
EA
$2,000.00
1000
INDEMINIFCATION
LS
$ 10.00
TOTAL WORK TASK
NOTE: Quantities for this schedule of values will be assigned as Work Tasks and will depend on field conditions.
"'PER ASSIGNED WORK TASKS
Insituform US99A-1
03/30/99
•
C - 6
• Notice to CONTRACTOR
CONTRACTOR agrees that any unit price listed is to be multiplied by the approximate
quantity requirements based on field measurements in order to arrive at the total.
In the event of latent multiplication or addition errors, the CONTRACTOR recognizes
that these are clerical errors and may be corrected by the CITY.
For each payment item, CONTRACTOR agrees to furnish all labor, materials, tools and
equipment necessary to properly perform the work described herein and on the Project
Drawings.
8) Payments
The CITY shall pay in full this Contract Sum to the CONTRACTOR upon
completion of the work listed in Paragraph 2 of this AGREEMENT unless the parties
agree otherwise. 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 this AGREEMENT and Contract Documents.
On, not later than, the tenth day of every month, the CONTRACTOR shall
prepare and submit on a form approved by the Director of Utilities, a detailed estimate
and invoice to the Director of Utilities or his Designee covering the percentage of the
. total amount of this AGREEMENT which has been completed from the start of the job
up to and including the last day of the preceding month, together with such supporting
evidence as may be required by the CITY and/or Director of Utilities.
Material invoices shall be submitted with each Progress Payment Request when
payment for material furnished but not installed is requested. Payment for materials
furnished but not installed will only be made subject to applicable retainage and when
said materials are stored on site in satisfactory condition or when said materials are
stored in a bonded warehouse.
A Progress Payment Affidavit shall be submitted by the CONTRACTOR to the
Director of Utilities or his Designee with every monthly progress payment request
indicating that all lienors under the CONTRACTOR's direct contract have been paid in
full.
On or about the twentieth day after receipt of invoice, the CITY will pay to the
CONTRACTOR the value based on the CONTRACTOR's estimate and invoice as
approved by the Director of Utilities or his Designee, less the percentage retained, less
the aggregate of previous payment.
Included with the CONTRACTOR's progress estimate requests shall be a
complete breakdown of the project components, the quantities completed and the
amount due, in accordance with the Schedule of Values requirements of this
AGREEMENT, together with such supporting evidence as may be required by the
Insituform US99A- l
03/30/99
C - 7
Director of Utilities or his Designee. CONTRACTOR shall submit with each progress
estimate, an updated construction schedule acceptable to Director of Utilities or his is
Designee and a release of lien relative to the work, which is the subject of the
application.
9) Progress Retention
The percentage of estimated value to be retained shall conform to the following
schedule:
1. Retention for up to 10% of payments claimed.
2. When the project is substantially complete (operational or beneficial
occupancy), the retained amount shall be reduced to 5% to assure
completion of the Contract Work.
The above retainages only apply when the CONTRACTOR's performance in the
judgement of the Director of Utilities or his Designee, is considered satisfactory. When
specific circumstances necessitate, a retainage of 10% will be applied at any time
during the construction period regardless of the stage of completion of construction. No
progress estimate need be made when, in the judgement of the Director of Utilities or
his Designee, the total value of work done since the last estimate amounts to less than
five thousand dollars ($5,000.00) as set forth under Payments in this AGREEMENT.
10) Acceptance and Final Payment 0
When the work provided for under this AGREEMENT has been fully completed,
in accordance with the terms thereof, a final invoice showing the amount of such work
shall be prepared by the CONTRACTOR and filed with the CITY.
The final invoice shall be accompanied by the required maintenance bond and by
a certificate of acceptance issued by the CITY, and stating that the work has been fully
completed to the Director of Utilities' or his Designee's satisfaction, in substantial
compliance with this AGREEMENT.
From the final payment shall be retained all monies expended by the CITY,
according to the terms of this AGREEMENT and thereunder chargeable to the
CONTRACTOR, all monies payable to the CITY as liquidated damages, and all
deductions provided by this AGREEMENT, Federal and State taws, or governing
regulations.
Within thirty (30) days after receipt of the Director of Utilities' or his Designee's
final acceptance by the CITY, the CITY will make a bona fide effort to pay the
CONTRACTOR in the full amount of the Director of Utilities' or his Designee's final
estimate.
•
Insituform US99A-1 03/30/99
C - 8
11) Waiver of Liens
Prior to Final 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. Payment of the invoice and acceptance
of such payment by the CONTRACTOR shall release the CITY from all claims of liability
to the CONTRACTOR in connection with this AGREEMENT. The CONTRACTOR shall
upon acceptance of such payment execute and deliver to the CITY the Final Release of
Lien.
12) Warranty
CONTRACTOR warrants the Cured -in -Place Pi a Lining Re airs to the CITY of
Tamarac Wastewater Collection System Gravitv Sewer Rehabilitation (Proiect No.
US99A) against defects for a period of on__e year from the date of completion of the work.
In the event that defect occurs during this time, CONTRACTOR shall perform such
steps as required to repair and correct the affected areas of the work performed.
CONTRACTOR shall be responsible for any damages caused by defect to affected
area.
13) 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. •
14) 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.
lnsituform US99A-1 03/30/99
C - 9
15) Independent Contractor 0
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.
16) Assignment and Subcontracting
CONTRACTOR shall not transfer or assign the performance required by this
AGREEMENT without the prior written consent of the CITY. This AGREEMENT, or any
portion thereof, shall not be subcontracted without the prior written consent of the CITY.
17) 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
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, Florida 33321
With a copy to City Attorney at the same address.
CONTRACTOR
Gerald Addington, Regional Vice President
Insituform Technologies, Inc.
P.O. Box 41629
Jacksonville, Florida 32203
18) Termination
This AGREEMENT may be terminated by CITY or CONTRACTOR for cause or
by the CITY for convenience, upon thirty (30) days written notice by the terminating
party to the other party of such termination in which even the CONTRACTOR shall be
paid its compensation for services performed to termination date including services
reasonably related to termination. In the even that the CONTRACTOR abandons this .
Insituform US99A-1 03/30/99
C-10
•
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 thirty (30) days after receipt by CONTRACTOR of written notice of such
neglect or failure.
19) 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.
20) Signatory Authority
The CONTRACTOR shall provide CITY with copies of requisite documentation
evidencing that the signatory for CONTRACTOR has the authority to enter into this
AGREEMENT.
21) Severability; Waiver of Provisions
Any provisions 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.
22) 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.
Insituform US99A-1 03/30/99
C - II
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
Madsen/Barr Philip Utilities Management Corp., Inc., signing by and through its Vice
President, duly authorized to execute same.
ATTEST
By:
RobM S. Noe, Jr.
City Manager
ATTEST:
By:
Carol Gold, CMC/
City Clerk
STATE OF FLORIDA
ACCEPTED BY CITY OF TAMARAC
GRANTEE
By: �'c
Jo hreiber
Mayor
Date: 61 1 9
By:t` be
Robert S. Noe, Jr.
City Manager
i
: SS (_ City Attorney V
COUNTY OF I :
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State
aforesaid and in a County aforesaid to take acknowledgments, personally appeared
to me known to be the person(s) described in and
who executed the tegoing instrument and j/ _ acknowledged before me and
under oath that IV executed the same.
It
WITNESS my hand and official seal this day of
199-.
NOTAE1 PUBLIC, State of Florida at Large
JUNE A WFM
(Naomi Print, Stamp,
( ) Personally known to me, or III
( ) Produced identification
Type of I.D. Produced
( ) DID take an oath, or (,DID NOT take an oath
Madsen/Barr US99A-2
03/30/99
•
I -]
C-12
•
•
ATTEST:
r
ntract & Attesting Officer
_U OHVf��� F
Type/Print Name of Contract & Attesting Officer
(Corporate Seal)
STATE OF FLORIDA
SS
COUNTY OF '
CONTRACTOR ,
Madsen/Barr Philip Utilities Mana ement Corp., Inc.
By:
Genepl Manager
Mark Harris
Type/Print Name of General Manager
DATE:
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State
aforesaid and in th Co my aforesaid to take acknowledgments, personally appeared
- A-lu.) of Madsen/Barr Philip Utilities
(Officer or agent and title)
Management Corp., Inc. a Florida Corporation, to me known to be the person(s)
described in and who executed the foregoing instr ment and /.A -
acknowledged before me and under oath that - executed the same.
WITNESS my hand and official seal this
199-�-.
�wI °(� OFFICIAL NOTARY SEAL
O<� LISA CIACCO
2 >; w—AlI * Col MBE NUR
Q CC641619
1�e0pMyAPR.
O�jES
LQAp2
( � rsonally known to me, or
( ) Produced identification
take an oath, or (
Madsen/Barr US99A-2
,! day of QJl ~
NOTARY PUBLIC, State of Florida at Large
(Name of Notary Public: Print, Stamp,
or Type as Commissioned)
Type of I.D. Produced
) DID NOT take an oath
03/30/99
C-13
No Text
"EXHIBIT 4"
•
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
MADSEN/BARR Philip Utilities Management Corp., Inc.
FOR THE
"FOLD -AND -FORMED PIPE LINING REPAIRS
CONTRACT US99A-2"
CITY OF TAMARAC, FLORIDA
WASTEWATER COLLECTION SYSTEM
0 SEWER REHABILITATION
UTILITIES DEPARTMENT PROJECT NO. US99A
THIS AGREEMENT, made and entered into this y , �- in da of
the year Nineteen Hundred Ninety Nine (1999) by and between the CITY of marac, a
municipal corporation with principal offices located at 7525 NW 88th Ave., Tamarac, FL
33321 (the "CITY') and Madsen/Barr Phil[Utilities Management Corporation, Inc. with
principal offices located at 11 17NW 55th Street Fork Lauderdale Florida 33309 (the
"CONTRACTOR") to provide for Fold -and -Formed Pipe Lining Repairs to the CITY of
Tamarac Wastewater Collection System Gravity Sewer Rehabilitation (Project No.
US99A).
1) The Contract Documents
The contract documents consist of this AGREEMENT, conditions of the City of
Hollywood Wastewater Collection System Sewer Rehabilitation Bid Package "B"/Bid
Documents (the HOLLYWOOD CONTRACT") (General, Supplementary, and other
Conditions), the 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 as if attached to
is this AGREEMENT or repeated herein.
Madsen/Barr US99A-2 03/30/99
C-1
2) The Work
The CONTRACTOR shall perform all work for the CITY required by the contract
documents and as set forth below.
CONTRACTOR shall furnish all labor, materials, tools, equipment and everything
necessary to perform, and shall perform, in accordance with the provisions of the
BROWARD CONTRACT and the terms of this AGREEMENT, the Contract
known and identified as "Fold -and -Formed Pipe Lining Repairs, Contract No.
US99A-2" and shall do everything required by this AGREEMENT, the Proposal,
the General Terms and Conditions, the Supplemental General Conditions and
Specifications.
2. CONTRACTOR shall clean up and remove each day, all debris and material
created by the work at CONTRACTOR's expense.
3. CONTRACTOR shall supervise 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.
4. 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.
5. CONTRACTOR shall provide CITY with seventy-two (72) hours written notice
prior to the beginning work under this AGREEMENT and prior to any schedule
change with the exception of inclement weather.
6. 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.
3) General
The CONTRACTOR hereby certifies that he has read each and every clause of
this AGREEMENT and the HOLLYWOOD CONTRACT and that he has made such
examination of the location of the proposed work as is necessary to understand fully the
nature of the obligation herein made and will complete the same in the time limits
specified herein, in accordance with this AGREEMENT and the HOLLYWOOD
CONTRACT.
•
Madsen/Barr US99A-2
03/30/99
C - 2
•
All work under this AGREEMENT shall be done to the satisfaction of the Director
of Utilities or his Assignee, who shall in all cases, determine the amount, quality, fitness
and acceptability of the several kind of work and materials which may arise as to the
fulfillment of this AGREEMENT on the part of the CONTRACTOR; and his decision
thereon shall be final and conclusive; and such determination and decision, in case any
questions shall arise, shall be a condition precedent to the right of the CONTRACTOR
to receive any money hereunder.
CONTRACTOR agrees that it will, in the performance of work and services under
this agreement, comply with all Federal, State and local laws and regulations now in
effect, or hereinafter enacted during the term of this AGREEMENT that are applicable to
CONTRACTOR, its employees, agents or subcontractors, if any with respect to the
work and services described herein.
4) Bonds
Execution of this AGREEMENT shall include the CONTRACTOR depositing with
the CITY a Performance Bond providing for the satisfactory completion of the work and
a Payment Bond providing for payment of all persons performing labor in connection
with this AGREEMENT. Each of these bonds shall be in the amount of $350,000.00. A
Maintenance Bond in the amount of twenty-five percent (25%) of the Final Contract
Price shall be required upon completion of construction guaranteeing the repair of all
damages due to improper materials or workmanship for a period of one year after the
final acceptance of work.
5) 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, Worker's Compensation
Insurance, Unemployment Insurance, Contractor's Liability Insurance, and all other
insurance required by law. 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.
CONTRACTOR shall maintain in full force and effect during the life of the
contract, Workers' Compensation insurance covering all employees in performance of
work under the contract. CONTRACTOR shall make this same requirement of any of its
subcontractors.
CONTRACTOR shall indemnify and save the CITY harmless from any damage
resulting to them for failure of either Contractor or any subcontractor to take out or
maintain such insurance.
Madsen/Barr US99A-2 03/30/99
C - 3
The following are required types and minimum limits of insurance, coverage, which the
CONTRACTOR agrees to maintain during the term of this contract:
GENERAL LIABILITY PER OCCURRENCE AGGREGATE
Comprehensive $1,000,000 $2,000,000
Premises -Operations
Contractual Liability
Personal Injury
Explosion and Collapse
Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Independent Contractors
Cross Liability and Severability of InterYest Clause
AUTOMOBILE LIABILITY PER PERSON PER OCCURRENCE
Comprehensive $500,000 $1,000,000
Owned
Hired
Non -Owned
WORKERS' COMPENSATION
STATUTORY AMOUNT 0
Neither CONTRACTOR nor any subcontractor shall commence work under this contract
until they have obtained all insurance required under this section and have supplied
owner with evidence of such coverage in the form of a Certificate of Insurance and
endorsement.
Such certificates shall be approved by the CITY.
ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at least A VII per Best's
Key Rating Guide; be licensed to do business in Florida.
All policies provided shall be Occurrence not Claims Made forms. The CONTRACTOR's
insurance policies shall be endorsed to add the City of Tamarac as an Additional
Insured. The CONTRACTOR shall be responsible for all deductibles.
All of the policies of insurance so required to be purchased and maintained shall contain
a provision or endorsement that the coverage afforded shall not be canceled, materially
changed or renewal refused until at least thirty (30) calendar days written notice has
been given to the City by certified mail.
•
Madsen/Barr US99A-2 03/30/99
C - 4
0 6) Time of Commencement and Substantial Completion
The work to be performed under this AGREEMENT shall commence after
execution of this AGREEMENT and must begin within ten (10) days after the date of
receipt of official NOTICE TO PROCEED and shall be carried on at a rate to ensure its
full completion within one hundred.twenty 120 calendar days, the rate of progress and
the time of completion being essential conditions of this AGREEMENT.
Deduction for Not Completing on Time: If the Contract work is not fully
completed according to the term of the AGREEMENT within the time limits herein
stipulated, the CONTRACTOR shall pay the CITY, not as a penalty, but as liquidated
damages, the sum of two hundred fifty dollars ($250.00) per day for each and every
calendar day elapsing between expiration of such time limit and the date of full
completion, unless the time limits herein stated are subject to extension without
payment of damages.
Where any deduction from or forfeitures of payment in connection with the work
of this AGREEMENT are duly and properly imposed against the CONTRACTOR, in
accordance with the term of this AGREEMENT, Federal Laws, State Laws, or governing
ordinances or regulations, the total amount thereof may be withheld from any monies
due or to become due the CONTRACTOR under this AGREEMENT and when
deducted, shall be deemed and taken as payment in such amount.
• 7) Contract Sum
•
This Contract Sum for the above work is to be determined by the cost of labor
and materials for the WORK TASKS assigned to the CONTRACTOR. The assigned
WORK TASKS shall be paid in accordance with the BID SCHEDULE below, which is
taken from the HOLLYWOOD CONTRACT.
The CITY shall pay the CONTRACTOR as just compensation for the
performance of this AGREEMENT, subject to any additions or deductions as provided in
this AGREEMENT and the HOLLYWOOD CONTRACT, the following prices:
Madsen/Barr US99A-2 03/30/99
C
"FOLD -AND -FORMED PIPE LINING REPAIRS,
CONTRACT US99A-2
CITY AMARAC, FL RIDA
WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION
UTILITIES DEPARTMENT PROJECT NO. US99A
SCHEDULE OF VALUES FOR WORK TASKS
T S
DESCRIPTION OF TASK (BID) ITEM
UNITS
PRICE
QUAN.*
B1
FOLD -AND -FORMED PIPE LINING
131.1
8" DIAMETER (0 TO 5 FT DEEP)
LF
$ 34.00
61.2
8" DIAMETER (5 TO 8 FT DEEP)
LF
$ 36.00
B1.3
8" DIAMETER (8 TO 12 FT DEEP)
LF
$ 39.00
B1.5
10" DIAMETER (5 TO 8 FT DEEP)
LF
$ 42.00
61.6
10" DIAMETER (8 TO 12 FT DEEP)
LF
$ 45.00
B1.7
10" DIAMETER (12 TO 16 FT DEEP)
LF
$ 47.00
B1.15
REINSTATEMENT OF SERVICE LATERALS
EA
$ 180.00
B2
BYPASS PUMPING OF SEWERS
B2.1
BYPASS 8" SEWERS
EA
$ 800.00
62.2
BYPASS 10 TO 12" SEWERS
EA
$1,100.00
B3
POINT REPAIRS
B3.1
POINT REPAIRS TO 5 FT DEEP
EA
$2, 700.00
133.2
POINT REPAIRS 5 TO 8 FT DEEP
EA
$ 3,400.00
B3.3
POINT REPAIRS 8 TO 12 FT DEEP
EA
$6,700.00
B4
SURFACE RESTORATION
B4.1
ASPHALT ROADWAY REPLACEMENT
SY
$ 20.00
B4.3
CONCRETE SIDEWALK REPLACEMENT
SY
$ 27.00
B5.1
CURED -IN -PLACE SEC. 8-12"
EA
$2,600.00
137
ROOT REMOVAL IN SEWER LINES
B7.1
8" TO 12" DIAMETER
LF
$ 3.50
B8
WARRANTY TV SURVEY
LF
$ 2.25
B9
INDEMNIFICATION
B9.1
INDEMNIFICATION
LS
$ 10.00
TOTAL WORK TASK
NOTE: Quantities for this schedule of values will be assigned as Work Tasks and will depend on field conditions.
*PER ASSIGNED WORK TASKS
Madsen/Barr US99A-2
03/30/99
1
_J
r -7
L
C - 6
Notice to CONTRACTOR
CONTRACTOR agrees that any unit price listed is to be multiplied by the approximate
quantity requirements based on field measurements in order to arrive at the total.
In the event of latent multiplication or addition errors, the CONTRACTOR recognizes
that these are clerical errors and may be corrected by the CITY.
For each payment item, CONTRACTOR agrees to furnish all labor, materials, tools and
equipment necessary to properly perform the work described herein and on the Project
Drawings.
8) Payments
The CITY shall pay in full this Contract Sum to the CONTRACTOR upon
completion of the work listed in Paragraph 2 of this AGREEMENT unless the parties
agree otherwise. 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 this AGREEMENT and Contract Documents.
On, not later than, the tenth day of every month, the CONTRACTOR shall
prepare and submit on a form approved by the Director of Utilities, a detailed estimate
and invoice to the Director of Utilities or his Designee covering the percentage of the
total amount of this AGREEMENT which has been completed from the start of the job
up to and including the last day of the preceding month, together with such supporting
evidence as may be required by the CITY and/or Director of Utilities.
Material invoices shall be submitted with each Progress Payment Request when
payment for material furnished but not installed is requested. Payment for materials
furnished but not installed will only be made subject to applicable retainage and when
said materials are stored on site in satisfactory condition or when said materials are
stored in a bonded warehouse.
A Progress Payment Affidavit shall be submitted by the CONTRACTOR to the
Director of Utilities or his Designee with every monthly progress payment request
indicating that all lienors under the CONTRACTOR's direct contract have been paid in
full.
On or about the twentieth day after receipt of invoice, the CITY will pay to the
CONTRACTOR the value based on the CONTRACTOR's estimate and invoice as
approved by the Director of Utilities or his Designee, less the percentage retained, less
the aggregate of previous payment.
Included with the CONTRACTOR's progress estimate requests shall be a
complete breakdown of the project components, the quantities completed and the
amount due, in accordance with the Schedule of Values requirements of this
Madsen/Barr US99A-2
03/30/99
C - 7
AGREEMENT, together with such supporting evidence as may be'required by the .
Director of Utilities or his Designee. CONTRACTOR shall submit with each progress
estimate, an updated construction schedule acceptable to Director of Utilities or his
Designee and a release of lien relative to the work, which is the subject of the
application.
9) Progress Retention
The percentage of estimated value to be retained shall conform to the following
schedule:
1. Retention for up to 10% of payments claimed.
2. When the project is substantially complete (operational or beneficial
occupancy), the retained amount shall be reduced to 5% to assure
completion of the Contract Work.
The above retainages only apply when the CONTRACTOR's performance in the
judgement of the Director of Utilities or his Designee, is considered satisfactory. When
specific circumstances necessitate, a retainage of 10% will be applied at any time
during the construction period regardless of the stage of completion of construction. No
progress estimate need be made when, in the judgement of the Director of Utilities or
his Designee, the total value of work done since the last estimate amounts to less than
five thousand dollars ($5,000.00) as set forth under Payments in this AGREEMENT.
10) Acceptance and Final Payment 0
When the work provided for under this AGREEMENT has been fully completed,
in accordance with the terms thereof, a final invoice showing the amount of such work
shall be prepared by the CONTRACTOR and filed with the CITY.
The final invoice shall be accompanied by the required maintenance bond and by
a certificate of acceptance issued by the CITY, and stating that the work has been fully
completed to the Director of Utilities' or his Designee's satisfaction, in substantial
compliance with this AGREEMENT.
From the final payment shall be retained all monies expended by the CITY,
according to the terms of this AGREEMENT and thereunder chargeable to the
CONTRACTOR, all monies payable to the CITY as liquidated damages, and all
deductions provided by this AGREEMENT, Federal and State Laws, or governing
regulations.
Within thirty (30) days after receipt of the Director of Utilities' or his Designee's
final acceptance by the CITY, the CITY will make a bona fide effort to pay the
CONTRACTOR in the full amount of the Director of Utilities' or his Designee's final
estimate.
C
Madsen/Barr US99A-2 03/30/99
rAff-j
0 11) Waiver of Liens
Prior to Final 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. Payment of the invoice and acceptance
of such payment by the CONTRACTOR shall release the CITY from all claims of liability
to the CONTRACTOR in connection with this AGREEMENT. The CONTRACTOR shall
upon acceptance of such payment execute and deliver to the CITY the Final Release of
Lien.
12) Warranty
CONTRACTOR warrants the Fold -and Formed Pipe Lining Repairs to the CITY
of Tamarac Wastewater Collection System Gravity Sewer „Rehabilitation (Project No.
US99A) against defects for a period of one year from the date of completion of the work.
In the event that defect occurs during this time, CONTRACTOR shall perform such
steps as required to repair and correct the affected areas of the work performed.
CONTRACTOR shall be responsible for any damages caused by defect to affected
area.
13) 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.
14) 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.
Madsen/Barr US99A-2 03/30/99
Cow
15) 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.
16) Assignment and Subcontracting
CONTRACTOR shall not transfer or assign the performance required by this
AGREEMENT without the prior written consent of the CITY. This AGREEMENT, or any
portion thereof, shall not be subcontracted without the prior written consent of the CITY.
17) 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 parry for whom it is intended
at the following addresses: 0
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, Florida 33321
With a copy to City Attorney at the same address.
CONTRACTOR
Mark Harris, Vice President
Madsen/Barr Philip Utilities Management Corp., Inc.
1117 NW 55th Street
Fort Lauderdale, Florida 33309
18) Termination
This AGREEMENT may be terminated by CITY or CONTRACTOR for cause or
by the CITY for convenience, upon thirty (30) days written notice by the terminating
party to the other party of such termination in which even the CONTRACTOR shall be
paid its compensation for services performed to termination date including services
Madsen/Barr US99A-2 03/30/99
C-10
reasonably related to termination. In the even 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 thirty (30) days after receipt by CONTRACTOR of written notice of such
neglect or failure.
19) 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.
20) Signatory Authority
The CONTRACTOR shall provide CITY with copies of requisite documentation
evidencing that the signatory for CONTRACTOR has the authority to enter into this
AGREEMENT.
9 21) Severability; Waiver of Provisions
11
Any provisions 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.
22) 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.
Madsen/Barr US99A-2
03/30/99
C - II
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
Insituform Technologies, Inc., signing by and through its Vice President, duly authorized
to execute same.
ATTEST-,"
. ve.
Robert S. Noe, Jr.
City Manager
ATTEST:
By:
Carol Gold, CMC/ E
City Clerk
STATE OF FLORIDA
ACCEPTED BY CITY OF TAMARAC
GRANT,f-E n
J00chreiber
Mayor
Date: �v /
By:
Robert S. Noe, Jr
City Manager
Dater (°l /I
Mitc"n S.
form:
: SS VCity Attorney v
COUNTY OF4 O,0ki) :
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State
aforesaid and in t� County�foresaid to take acknowledgments, personally appeared
_b ` t-- .zt Tr-T �� to me known to be the person(s) described in and
who executed the foregoing instrument and acknowledged before me and
under oath that executed the same.
WITNESS my hand and official seal this day of
199-� . •
( /)Personally known to me, or
( ) Produced identification
,AM A WHM
N6rA1Y RXU C 9TAT6 of FLmwA
COMMEMON NO.Ot:7MM
or Type as Commissioned)
Type of I.D. Produced
( ) DID take an oath, or (DID NOT take an oath
Insituform US99A-1
orida at Large
, Stamp,
03/30/99
•
11
C�6a
•
•
CONTRACTOR
ATTEST: Insituform Technologies, Inc.
Contract & A sting Officer
_.- Carolyn McCullers _
Type/Print Name of Contract & Attesting Officer
(Corporate Seal)
STATE OF FLORIDA
: SS
COUNTY OF Duv Q
By:
Regional Vice Presid t
Gerald Addington
Type/Print Name of Regional Vice President
DATE: C)q -a -
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
Ceiamd Otcic � tcr)-ReQk'r� T. P. of Insituform Technologies, Inc.
(Officer or agent and tip t� lej
a Florida Corporation, to me known to be the person(s) described in and who executed
the foregoing instrument and hf- acknowledged before me and under oath that
he. executed the same.
WITNESS my hand and official seal this 3241, day of L1k&j_
199-1.
jww_,Y\, e'' cQ'' 'vn
NOTARY PURL , State of Florida at Large
Z
SUZAN G. HERRMANN
MY COMMISSION # CC 725517
EXPIRES; July 18.2002
Bonded Thru Notary Public UnderwMers
(Name
I DIM:
(X) Personally known to me, or or Type as Commissioned)
( ) Produced identification
Type of I.D. Produced
( ) DID take an oath, or � DID NOT take an oath
Insituform US99A-1 03/30/99
C-13