Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-120Temp. Reso. #8190, March 26, 1998 1 Revision #1, April 30, 1998 1 CITY OF TAMARAC RESOLUTION NO. R-98 - /�O A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 98- 01 B TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, MCKAY CONTRACTING, INC. FOR AN AMOUNT OF $79,663.00 FOR THE CONSTRUCTION OF A 12 INCH WATER MAIN FROM COMMERCIAL BOULEVARD TO THE GRANT'S PLAZA STORAGE TANK AND APPROVE FUNDING FOR THIS PROJECT FROM CIAC ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABLIITY; AND PROVIDING FOR AN EFFECTIVE WHEREAS, the Grant's Plaza tank supplies water services to residences located between State Road 7 and Rock Island Road and holds one million gallons of potable water; and WHEREAS, the remote storage tank provides potable water for residential use and fire protection; and WHEREAS, the current 8" water main restricts the flow and pressure of water supplied to the system and increases the time required to fill the storage tank; and WHEREAS, the proposed 12 inch water main from Commercial Boulevard to the Grant's Plaza storage tank was budgeted in the Utilities Capital Improvement Projects and approved for design by the City Commission in September 1996 to improve the operations of the existing storage reservoir; and 7 L 1 Temp. Reso. #8190, March 26, 1998 2 Revision #1, April 30, 1998 WHEREAS, the Utilities Department retained the services of Craig A. Smith and Associates to complete the design and provide construction administration in accordance with the City's Consulting Engineering Agreement as authorized by the City on July 10, 1996, Resolution No. R-96-163; and WHEREAS, the City of Tamarac advertised Bid No. 98-01 B for the construction of a 12 inch water main from Commercial Boulevard to the Grant's Plaza storage tank (shown in map form as Exhibit "1 "); and WHEREAS, on February 19, 1998, the following bids were opened: COMPANY NAME TOTAL BID McKay Contracting, Inc. Pompano Beach $79,663.00 Ric -Man International, Inc. Pompano Beach $82,201.91 Bee Brothers Development, Inc. Pembroke Pines $83,995.00 McCarol Partners Sunrise $97,099.22 Madsen/Barr Fort Lauderdale $99,691.50 Metro Equipment Service Miami $90,467.25 South Eastern Engineering Contractors Inc. Hialeah Gardens $95,876.20 S&C Construction Co., Inc. Miami $98,986.24 C&A Contracting, Inc. Plantation $108,221.00 Temp. Reso. #8190, March 26, 1998 3 Revision #1, April 30, 1998 WHEREAS, McKay Contracting, Inc. had the lowest bid proposal of $79,663.00; and WHEREAS, funds approved in the CIP budget are available in the amount of $112,740.00 in CIAC accounts to fully fund this project; and WHEREAS, it is the recommendation of the Director of Utilities and the Purchasing/Contracts Manager that the project be fully funded and that Bid No. 98-01 B be awarded to the lowest responsive and responsible bidder, McKay Contracting, 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. 98-01 B for the construction of a 12 inch water main from Commercial Boulevard to the Grant's Plaza storage tank to McKay Contracting, Inc., at a cost of $79,663.00. 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. 1 1 1 Temp. Reso. #8190, March 26, 1998 4 Revision #1, April 30, 1998 SECTION 2: That the contract for the construction of the 12 inch water main from Commercial Boulevard to the Grant's Plaza storage tank is HEREBY APPROVED and that the appropriate City Officials are authorized to execute this contract between the City of Tamarac and McKay Contracting, Inc., for an amount of $79,663.00 (attached hereto as Exhibit "2"). 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 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. #8190, March 26, 1998 5 Revision #1, April 30, 1998 F-] SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 1-3 day of _ e�&} K L I JOE SCHREIBER v MAYOR ATTES - CARD OLD, CMC/AAE TY CLERK I HEREBY CERTIFY that I have Approved this RESOLUTION as to farm. Utilities/tr:tk 1 UIIYA RECORD OF COMMISSION VOTE MAYOR SCHREIBER DIST 1: COMM. MGKAYE DIST 2: WM MISHKIN DIST 3: COMM. SUL.TANOF DIST 4: COMM. ROBERTS. f- EXHIBIT 1 TEMP. RESO # 8190 SITE LOCATION y y W v Y Y Y A y y I II. Y y y LAKESIDE W y a a O AKESIDE DR J Q SEVEN PALM AST❑RIA WINDS ISLAND Ea DINER \ CLUB. o FIRE a u \� STA �� 53 S. �P \O # 2 a� �c°��'� aW NEW 12" DIP z ¢ WATER MAIN CONNECTION � O �d� GRANTS (SUNSHINE PLAZA) l � ` �9 \ L_AND SEC, �9A LAND SA A�v 13 TAMARAC ANIMAL H❑SP, SE �� ` CORAL J x r z ¢ 49 CT GABLES w MIDAS pe NATIONS c� o� BANK = BANK w u w M M❑BILE u ¢ D a } 49 DR//� j Q AM❑Cq BUNNING J 49 CT a L' w ¢ / �ofy- BUD'S w~ FL❑RIST� ZY w r ¢ ¢ r C] z J a w Z r CL w v � �' Ou t,/ / DUNKIN' w aw r "mo Ld w 49 ST ~ J g / D❑NUT L ao a z� In 49 ST r A2� // 491 49 ST or �48 CT N P� %j PLAZA GINA'S 49 ST. BUSINESSES ¢ g MP�L,AND DR S. w j/ I H❑ W ¢ 11 47 CT 47 CT % ¢ a a 47 ST //¢ate (� 47 ST 46 ST 46 ST g AMGPSTWM.DWG PROPOSED 12" WATER MAIN FROM COMMERCIAL BLVD. TO GRANT'S PLAZA WATER STORAGE TANK AGREEMENT BETWEEN THE CITY OF TAMARAC AND McKAY CONTRACTING, INC. FOR THE INSTALLATION OF A TWELVE (12) INCH WATER MAIN FROM COMMERCIAL BOULEVARD TO GRANT PLAZA TANK THIS AGREEMENT is made and entered into this _ _;-fir day o , 1998 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 McKay Contracting, Inc., a Florida corporation with principal offices located at 960 S.W. 6th Street, Pompano Beach, FL 33069 (the "CONTRACTOR") to provide for installing a 12 inch ductile iron watermain between Commercial Boulevard and the Grant Plaza Tank. 1) The Contract Documents The contract documents consist of this Agreement, all documents contained in the January 1998 City of Tamarac Project No. 96-07, Bid No. 98-01 B Package, all drawings, Addendum No. 1 and all subsequent 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 In addition to performing the work in accordance with the contract documents as described in Section 1) above, the following shall be additionally performed. CONTRACTOR shall furnish all labor, materials, and equipment necessary to install a 12-inch ductile iron water main and all appurtenances and make interconnections to existing water main and storage tank. 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 0 themselves and perform their work in a safe and professional manner. 1 • 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 CONTRACTOR shall obtain at CONTRACTOR's expense all necessary insurance in such form and amount as required in the Bid No. 98-01 B Bid Package, Instructions to Bidders, Section 21, 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 work shall be substantially completed no later than thirty days (30) after commencement. 2 • • 5) Contract Price This contract is based on an amount not to exceed $79,663.00, which constitutes a lump sum amount of $30,501 for phases of lump sum work listed on Exhibit A, pages BS-2 and BS-3; unit price work as listed on Exhibit A, pages BS-3, Item Nos. 1, 6 and 7; and any and all additional work (provisional items) listed on Exhibit A, pages BS-4 and BS-5. Payment for all unit price work shall be computed by applying unit prices to actual units installed and/or worked. On all work performed on a unit price basis whether in -scope or additional work, the CITY may require, at its discretion, verification of actual units installed or worked before payment is rendered. 6) Payments The CITY shall pay in full the Contract Price to the Contractor upon completion of the work required by this Agreement unless the parties agree otherwise. The City shall pay the CONTRACTOR for work performed subject to the requirements of this Agreement 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 as per Section FRL-1 and FRL-2 of the Bid No. 98-01 B Package. 8) Warranty Contractor warrants the completed project 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 correct any and all defects either by repair, replacement or reaccomplishment as determined by the CITY. In the event, such defects, as determined by the CITY, are not properly repaired, replaced or reaccomplished, the CITY shall perform such repairs, replacements or reaccomplishments at the CONTRACTOR's risk and cost. 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 0 3 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. 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 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 4 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. 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 William J. McKay Vice President McKay Contracting, Inc. 960 S.W. 6`h Street Pompano Beach, FL 33069 14) Termination Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the CONTRACTOR, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the CONTRACTOR must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the CONTRACTOR shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, 40 terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the project and refrain from placing further orders and sub- s contracts except as they may be necessary, and complete any continued portions of the work. 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. 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. 6 • • E IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. ATTEST: Carol Gold, EiYblerk Appr as to Form: tchell Kraft, WA ne WITNESS: (Print or Type Name) (Print or Type Name) CITY OF TAMARAC, FLORIDA By. ao ph chreiber, Mayor b rt S. Noe, Jr., City Man er �'a By: 444 , +'-f .� %�J' fr •may !/• �° (Print or Type Name and Title) 0 CORPORATE ACKNOWLEDGEMENT STATE OF ,Ie R J' BA , COUNTY OF WAk'o The foregoing instrument was acknowledged before me this /i,' day of 1998 by (name of officer or agent, title of officer or agent) of Vt"4 VCd�✓roP�f cr.`�✓� Zc (name of corporation acknowledging), a (state or place of incorporation) corporationZscq on behalf of the corporation. He is personally known to me 44,1�� s (type of identification) as identification and did (did not) take an oath. ,,4o,'D ,� - CQA&6P-� Signa ure of NotaryV,4Plic — State of Florida GALS CARLET Nd My Cnrn Was'm r"Omo" Fxpk" Fob. 16, WW Print, Type or Stamp Name of Notary Public is 8