Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-121Temp. Reso. #8611, April 29, 1999 1 Rev. 1 May 10, 1999 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99 /je?-_I A RESOLUTION BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 98- 26B TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, R.J. SULLIVAN, INC. FOR AN AMOUNT OF $502,001.00 FOR THE GREENLEAF FILTER REHABILITATION AND IMPROVEMENTS AT THE WATER TREATMENT FACILITY, AND APPROVE FUNDING FOR THIS PROJECT FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNT, 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 operation 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 high level of water quality can be provided only if all the components of the water treatment system are well maintained; and WHEREAS, improvements to the Greenleaf Filter, a unit process at the Water Treatment Facility, are required to ensure efficient operations and compliance with water quality standards; and f 1, Temp. Reso. #8611, April 29, 1999 2 Rev. 1 May 10, 1999 WHEREAS, the variable speed drives on the accelators at the Water Treatment Plant need replacement; and WHEREAS, City Commission approved the Greenleaf Filter Rehabilitation and Water Plant Improvements at the Water Treatment Facility as part of the FY97 Capital Improvement Plan; and WHEREAS, the Utilities Department retained the services of Hazen and Sawyer, Inc., 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 WHEREAS, the City of Tamarac advertised Bid No. 98-26B for the Greenleaf Filter Rehabilitation and Improvements Project at the Water Treatment Facility; and WHEREAS, on March 24, 1999, the bids were opened and the lowest responsive and responsible bid was submitted by R.J. Sullivan, Inc. in the amount of $502,001.00; and u Temp. Reso. #8611, April 29, 1999 3 Rev. 1 May 10, 1999 FJ WHEREAS, funds approved in the FY97 and FY99 CIP budget process are available in the amount of $505,000; WHEREAS, it is the recommendation of the Director of Utilities and Purchasing/Contracts Manager that the project be fully funded and that Bid No. 98-26B be awarded to the lowest responsive and responsible bidder, R.J. Sullivan, Inc.; 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. 98-26B for the Greenleaf Filter Rehabilitation and Improvements at the Water Treatment Facility to R.J. Sullivan, Inc. at a cost of $502,001.00. 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. Temp. Reso. #8611, April 29, 1999 4 Rev. 1 May 10, 1999 1 1 1 SECTION 2: That the contract for the Greenleaf Filter Rehabilitation and Improvements at the Water Treatment Facility is hereby approved and that all appropriate City Officials are authorized to execute the contract between the City of Tamarac and R.J. Sullivan, Inc. (attached hereto as Exhibit "1 "). SECTION 3: That 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 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. Temp. Reso. #8611, April 29, 1999 5 Rev. 1 May 10, 1999 1 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this &-day of `W4�a ATTEST: C� CARD OLD, CMC/AAE CITY CLERK I HERWY C RTIFY that I have Appr th' REDO AUTION to f rm. // / VMITCHELL I AFT CITY ATT NEY Utilities/tr/tk JOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: �COMM. PoMgfl DIST 2: VIM MISHIQN DIST 3• comm. DIST 4: ,,,,sArANtxf., COMM. Roam= AGREEMENT BETWEEN THE CITY OF TAMARAC AND R. J. SULLIVAN CORPORATION FOR CONSTRUCTION OF AUTOMATIC FILTER REHABILITATION PROJECT BID NO. 98-26B THIS AGREEMENT is made and entered into this day of 1999 by and between the City of Tamarac, a municipal corporation with principal offic s located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and R. J. Sullivan Corporation, a Florida corporation with principal offices located at 2001 N.W. 22nd Street, Pompano Beach, FL 33069 (the "CONTRACTOR") to provide for construction of Automatic Filter Rehabilitation. 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 as if attached to this Agreement or repeated herein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: Rehabilitation of existing 8MG Greenleaf Filter, including removal and disposal of existing filter media; replacement of new filter media; removal and reinstallation of filter bottom plates, furnishing new filter bottom plates as required, replacement of control panel, furnishing and installing spray nozzles, replacement of vacuum pumps, replacement of vacuum tank, painting all interior surfaces including interior piping, and disinfection, replacement of variable speed drives on three upflow clarifiers (Accelerators), including motors, drives, control panels, and electrical work; disposal of removed items, and all appurtenant work, complete, tested and ready for operation. 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 the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. CONTRACTOR shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. CONTRACTOR shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. 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 the CITY with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. 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) Insurance 0 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 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 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 official Notice -to -Proceed. The Filter work shall be substantially completed no later than one hundred twenty (120) days after the date of the Notice -to -Proceed. 2 • The Accelator work shall be substantially completed no later than one hundred eighty (180) days after the date of the Notice -to -Proceed. All work shall be completed no later than thirty days (30) days after the date of Substantial Completion. 5) Contract Sum This Contract Sum for the above work is Five Hundred Two Thousand and one Dollars and no Cents ($502,001.00). The Contract Sum is determined by unit prices for labor, materials and equipment as shown in the Contract Documents. 6) Payments A monthly payment/progress payment will be made for work that is completed, inspected and properly invoiced. 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. 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 warrants the Automatic Filter Rehabilitation against defects for a period of one (1) year from the date of completion of the work. In the event that defects occur during this time, CONTRACTOR shall perform such steps required in Paragraph 2 of this agreement to the affected areas. Contractor shall be responsible for any damages caused by defects to affected areas or interior of 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. 3 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. 1 Q) 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 Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the CITY a part of or to such assignment, or subjecting the CITY to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the CONTRACTOR of his liability and obligation under this contract, and despite any such assignment, the CITY shall deal through the CONTRACTOR only. However, if the company is sold during the life of the contract, the buying agent must provide the CITY with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. This Agreement or any portion thereof, shall not be subcontracted without the prior written consent of the CITY. C� 4 0 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 Robert S. Noe, Jr. City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Robert J. Sullivan President R. J. Sullivan Corporation 2001 N. W. 22"1 Street Pompano Beach, FL 33069 Contractor's License No. CGCO09603 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) days written notice by terminating party to the other parry of 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 thirty (30) days after receipt by CONTRACTOR of written notice of such neglect or failure. I•1 15) 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. Should it become necessary for the CITY to engage an attorney to enforce this Agreement, the CONTRACTOR will pay the CITY all costs, including a reasonable attorney's fee. 16) 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. 17) 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. 18) 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. C. L� • • 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 R. J. Sullivan Corporation, signing by and through its President, duly authorized to execute the same. A J Carol Gold, C /AAE, City Clerk Date: _& f f _ ATTEST: Corporate Secretary Anne T. Sullivan Type/Print Name of Corporate Secretary (Corporate Seal) 7 CITY OF TAMARAC, FLORIDA y oseph Schreiber, Mayor Date: _ a 1192 1 Robert S. Noe, Jr. City Manager Date: l R. J. SULLIVAN CORPORATION President Robert J. Sullivan Type/Print Name of President Date: -1 o i y CORPORATE ACKNOWLEDGEMENT STATE OF -F --oe (6A- COUNTY OF S2OW4,0Lb 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 Robert J. Sullivan. President of _ R. J. Sullivan Corporation a Florida corporation, to me known to be the person(s) described in and who executed the foregoing instrument acknowledged before me that he executed the same. WITNESS my hand and official seal this 1999. ( personally known to me or ( ) Produced Identification CDC day of bi-C. Signature of Notarryy Public — State of William G. Pulsford FloridThru ;-X �Co��n * aG $29613 XExpires Apr. 23, 2003 A &ntdc�BondingOct..1ao. Print, Type or Stamp Name of Notary Public Type of I.D. Produced ( ) DID take an oath, or ( ) DID NOT take an oath. 8 LJ • • Temp. Reso. #8611 TO: City Manager FROM: Utilities Director Recommendation: CITY OF TAMARAC INTEROFFICE MEMORANDUM UTILITIES DEPARTMENT DATE: April 29, 1999 RE: Award of Bid No. 98-26B for the Greenleaf Filter Rehabilitation and Water Plant Improvements I recommend that the City Commission authorize the funding and award of Bid No. 98-26B in the amount of $502,001.00 to R.J. Sullivan, Inc., the lowest responsive and responsible bidder for the Greenleaf Filter Rehabilitation and Improvements at the Water Treatment Facility. Issue: The 8 million -gallon (MG) Greenleaf Filter at the Water Treatment Facility is in need of rehabilitation, including rehabilitation of the structure and piping systems, and replacement of the filter media. Background: The filters at the Water Treatment Plant are part of the water treatment process. In 1988, the City purchased and installed the 8 MG Greenleaf Filter. This filter is used in rotation with the six package filters to maximize media life as well as maintain the interior of the filters. The Greenleaf Filter is showing deterioration from age, rust, and chemical addition, and the filter media is in need of replacement. In addition, it is necessary to replace the variable speed drives on each of the three (3) Water Treatment Plant's accelators. The accelator is the unit process that mixes the chemicals with the water from the wells; the variable speed drives control the mixing of the chemicals in the accelator. The Greenleaf Filter Rehabilitation and Improvements project includes improvements to the Greenleaf Filter and the replacement of the accelator variable speed drives. The project was recommended and approved in the FY1997 Capital Improvement Plan. The design, bidding and construction documents for the Greenleaf Filter Rehabilitation and Improvements at the Water Treatment Facility were prepared by Hazen and Sawyer as authorized by the City Commission. The City of Tamarac advertised Bid No. 98-26B for the Greenleaf Filter Rehabilitation and Improvements and received the lowest bid proposal of $502,001.00 from R.J. Sullivan, Inc. C. Temp Reso. #8611 Page 2 of 2 The bids received by the City were: COMPANY NAME TOTAL BID R.J. Sullivan, Inc. $502,001,00 Project Integration, Inc. $522.495.00 Daca Environmental, Inc. $542,150.00 Widell, Inc. $577,899.00 Intrastate Construction Corp. $593,820.00 CEM Enterprises, Inc. $597,777.00 Marine Engineering Contractors, Inc. $821,001.00 The Director of Utilities and Purchasing/Contracts Manager recommend approval of the funding of this project and the contract be awarded to R.J. Sullivan, Inc. as the lowest responsive and responsible bidder. Michael Woika MW/tr/tk C�