Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-96-146Temp. Reso. #7433 - May 21, 1996 1 Revision #1 - June 17, 1996 CITY OF TAMARAC RESOLUTION NO. R-96 l'7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE THE TAMARAC UTILITIES EAST WASTEWATER COLLECTION SYSTEM SEWER INSPECTION CONTRACT PACKAGE 96-15A WITH MADSEN/BARR ALLWASTE, INC., FOR WASTEWATER COLLECTION SEWER SYSTEM INSPECTION AT A COST.OF $42,690 UTILIZING THE CITY OF CORAL GABLES SANITARY SEWER LINE REPAIRS PACKAGE #93-15, ITEM #1 FOR CLEANING AND INTERNAL INSPECTION OF SEWER LINES; AUTHORIZING FUNDING FROM THE UTILITIES EAST FUND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, due to recent repairs to structural defects in the Tamarac East region (attached hereto in map form as "Exhibit 1 "), staff has determined that this area will require a complete internal inspection on the sanitary infrastructure to prioritize the repairs and establish the cost of the repairs; and WHEREAS, recognizing the age of the City's East side sanitary gravity system exceeds thirty (30) years; and WHEREAS, this internal inspection will be conducted by televising and locating all defects to sanitary gravity mains; and Temp. Reso. #7433 - May 21, 1996 2 Revision #1 - June 17, 1996 WHEREAS, prioritizing these defective gravity mains will allow for planning and establishing funding requirements; and WHEREAS, the City Commission of the City of Tamarac has approved capital funding for the East side Wastewater System for FY96 as recommended by the Utilities Department; and WHEREAS, Madsen/Barr Allwaste, Inc., has offered to extend the unit prices under a contract with the City of Coral Gables from Sanitary Sewer Gravity Line Repairs Bid Package #93-15, Item #1 to the City of Tamarac for cleaning and internal inspection of sewer lines at a cost of $42,690, to be paid from the Utilities East Fund, and WHEREAS, Section 6-155 of the City Code provides for the use of contracts of other governmental agencies; and WHEREAS, it is the recommendation of the Director of Utilities that the cleaning and internal inspection of sewer lines be completed by Madsen/Barr Allwaste, Inc., under the City of Coral Gables Sanitary Sewer Gravity Line Repairs Bid Package #93-15, Item #1; RITO 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 Tamarac Utilities East Wastewater Collection System Sewer Inspection Contract #96- 15A with Madsen/Barr Allwaste, Inc., under the provisions of the City of Coral Gables Sanitary Sewer Gravity Line Repairs Bid Package #93-15, Item #1 at a cost of $42,690. Temp. Reso. #7433 - May 21, 1996 3 Revision #1 - June 17, 1996 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: The appropriate City Officials are hereby authorized to accept and execute the Tamarac Utilities East Wastewater Collection System Sewer Inspection Contract #96-15A (attached hereto as "Exhibit 2") with Madsen/Barr Allwaste, Inc., under the provisions of the City of Coral Gables Sanitary Sewer Gravity Line Repairs Bid Package #93-15, Item #1, for internal inspection of the East side Sanitary Gravity Main System at a cost of $42,690 to be paid from the Utilities East Fund. SEQIION 3: The City Manager or his designee is authorized to make changes and issue change orders not to exceed $10,000 per Section 6-155 (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. 1 1 Temp. Reso. #7433 - May 21, 1996 4 Revision #1 - June 17, 1996 SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competenL' jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of _ Jvne- 1996. ATTEST: 41, CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as orm. r MITCHELL S. K CITY ATTORNEY uti I ities/res#7433/rmc NORMAN ABRAMOWITZ MAYOR DISTRICT Roas VJ"11A �AM No Text �e �� - /Z/ � -GRAVITY LINE VIDEO AND INSPECTION CONTRACT "9 -15A" CITY OF TAMARAC, FLORIDA TAMARAC UTILITIES EAST WASTEWATER COLLECTION SYSTEM SEWER INSPECTION UTILITIES DEPARTMENT PROJECT NO. 95-15 -,� THIS CONTRACT, made and entered into this day of u , in the year Nineteen Hundred Ninety Six (1996) by and between Madsen/Barr Allwaste Iraq,. jointly and severally hereinafter called the Contractor, and the City of Tamarac, hereinafter called the Owner. WITNESSETH: That whereas, the Owner has awarded to the Contractor the work of performing certain construction: NOW, THEREFORE, the Contractor and the Owner, for the consideration hereinafter named, agree as follows: ARTICLE 1. Scope of., ork: The Contractor shall furnish all of the labor, materials, tools, equipment, and everything necessary to perform; and shall perform, in accordance with the provisions of the City of Coral Gables "Sanitary Sewer Gravity Line Repairs #93-15, Item #1" (dated April 19, 1993) Documents and the terms of this Contract, the Project known and identified as "Gravity Line Video and Inspection, Project No. 95-15" and shall do everything required by this Agreement, the Proposal, the General Terms and C-1 96 -15 / "A" Madsen/Barr Can615A0 960604 K . �� - /�� • • Conditions, the Supplemental General Conditions and Specifications. ARTICLE 2. Time of Completion: Construction work must begin within ten (10) days from the date of receipt of official notice to proceed and shall be carried on at a rate to insure its full completion within one hundred fifty (150) calendar days. The rate of progress and the time of completion being essential conditions of this Agreement. Deduction fQr Not Completing on Ti : If the Contract work is not fully completed, according to the terms of the Contract within the time limits herein stipulated, the Contractor shall pay the Owner, not as a penalty, but as liquidated damages, the sum of one hundred fifty dollars ($150.00) 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, as provided in the General Terms and Conditions. Where any deductions from or forfeitures of payment in connection with the work of this Contract are duly and properly imposed against the Contractor, in accordance with the terms of this Contract, 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 the Contract and when deducted, shall be deemed and taken as payment in such amount. ARTICLE 3. General: The Contractor hereby certifies that he has read each and every clause of the Contract and Bid Documents 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 the Contract and Bid Documents. 96 -15 / "A" Madsen/Barr C-2 Con615A0 960604 s� /V6 • • • All work under this Contract shall be done to the satisfaction of the Utilities Director or his Assignee, who shall, in all cases, determine the amount, quality, fitness and acceptability of the several kinds of work and materials which may arise as to the fulfillment of the Contract 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. Execution of this Contract will not require bonding. INSURANCE REQUIREMENTS: 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. 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 to either Contractor or any subcontractor to take out or maintain such IWil IeliL•I4 96 -15 / "A" Madsen/Barr C - 3 Con615A0 960604 The following are required types and minimum limits of insurance coverage which the Contractor agrees to maintain during the term of this contract: 9 g COMPREHENSIVE GENERAL LIABILITY Comprehensive 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 Comprehensive Owned Hired Non -Owned WORKERS' COMPENSATION PER OCCURRENCE $ 1, 000, 000 PER OCCURRENCE $ 1,000,000 STATUTORY 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 that provides for a 30 day advance written notice of cancellation. Any clause or section of this Contract or Specification which for any reason, be declared invalid, may be eliminated therefrom; and the intent of this Contract and the remaining portion thereof will remain in full force and effect as completely as though such invalid clause or section has not been incorporated therein. • 96 _ 15 / "A" Madsen/Barr C-4 Con615A0 960604 • • Project No. -1 " Indemnification (Revised 6-28-96) 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 the 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. Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be give by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. Name and Title,of Signer (Typed) Signature - (SEAL) Madsen/Barr Allwaste, Inc. 1117 N.W. 55th Street Fort Lauderdale, Florida 33309 96 -15 / "A" Madsen/Barr C-4a Con615A0 960604 E • ARTICLE 4. Contrract, Price: The Owner shall pay the Contractor as just compensation for the performance of this agreement, subject to any additions or deductions as provided in the Contract and Bid Documents, the following price (from Page 2A): ITEM #1. Cleaning and internal inspection of sewer lines for the unit price of One Dollars and Eft Cents ($1.50) per linear foot. Approximate quantity is 28,460 lineal feet. Ngtice T for Contractor agrees that any unit price listed is to be multiplied by the approximate quantity requirements 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 Owner. 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. GRAND TOTAL SCHEDULE OF VALUES FOR ALL WORK TASKS $ 42.690" (Figures) GRAND TOTAL SCHEDULE OF VALUES FOR ALL WORK TASKS -Two Thousand, Six Hljndred Ninely pollars (Written) 96 -15 / "A" Madsen/Barr C-5 Con615A0 960604 ,[-i! - / 4 THE EUTIRE MRK SHALL BE COMPLETED WITHIN 150 CALENDAR DAYS FRQM THE DA E OF "NOTICE TQ PROCEED." ARTICLE 5. Progress Payments: On, not later than, the tenth day of every month, except as provided for in the Supplemental General Conditions, the Contractor shall prepare and submit on a form approved by the Director of Utilities, a detailed estimate and invoice to the Utilities Director covering the percentage of the total amount of the Contract 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 Owner and/or Director of Utilities. A Progress Payment Affidavit shall be submitted by the Contractor to the Director 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 Owner will pay to the Contractor the value based on the Contractor's estimate and invoice as approved by the Director, less the percentage retained, less the aggregate of previous payment. 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 the Wastewater Manager, is considered 96 -15 / "A" Madsen/Barr C 6 Con615A0 960604 K s (- /�6 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 Wastewater Manager, the total value of work done since the last estimate amounts to less than five thousand dollars ($5,000) as set forth under Progress Payments in the Contract. 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 the Contract, together with such supporting evidence as may be required by the Wastewater Manager. Contractor shall submit with each progress estimated, an updated construction schedule acceptable to Wastewater Manager and a release of liens relative to the work which is the subject of the application. ARTICLE 6. Acceptance and Final P m n : When the work provided for under this Contract 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 Owner. The final invoice shall be accompanied by the required maintenance bond and by a certificate of acceptance issued by the Owner, and stating that the work has been fully completed to his satisfaction, in substantial compliance with the contract. From the final payment shall be retained all monies expended by the Owner, according to the terms of the Contract and thereunder chargeable to the Contractor, all monies payable to the Owner as liquidated damages, and all deductions provided by the Contract, Federal and State Laws, or governing regulations. 96 -15 / "A" Madsen/Barr C - 7 Con615A0 960604 4 s6-1V6 C7 Within thirty (30) days after receipt of theWastewater Manager's final acceptance b the Owner, the Owner will make a bona fide effort to a the Contractor in the full Y PY amount of the Wastewater Manager's final estimate. Payment of the invoice and acceptance of such payment by the Contractor shall release the Owner from all claims of liability to the Contractor in connection with this Contract. The Contractor shall upon acceptance of such payment execute and deliver to the Owner the Final Release of Lien in a form identical to page FRL-1 through FRL-4 attached to this Contract. ARTICLE 7, The Contract Documents: The General Terms and Conditions, Supplemental General Conditions, Bid Documents, Bonds, Technical Specifications, Drawings and all Addenda together with this Agreement form the Contract. 96 -15 / "A" Madsen/Barr CW- Con615A0 960604 C� • IN WITNESSETH WHEREOF, the Parties hereto have executed this Agreement, the day and year first above written. OWNER: CITY OF TAMARAC, FLORIDA By: Norman Abramowitz Mayor, City of Tamarac By: UL, Robert S. Noe, City Manager ATTEST: Carol A. Evans, City Clerk APPROVEDAS)TO FORM: Mitchell S. Kra, City Attorney CONTRACTOR- MADSEN/BARR ALLWASTE, INQ. C Robert H. Madsen Vice-PresideTt ATTEST: John Barr Vice -President (CORPORATE SEAL) ADDRESS FOR GIVING NOTICES: 1117 N.W. 55 Street Fort Lauderdale, Florida 33309 License No.: GRAVITY LINE VIDE.,? AND INSPECTION CONTRACT "96-15A" CITY OF TAMARAC, FLORIDA TAMARAC UTILITIES EAST WASTEWATER COLLECTION SYSTEM SEWER INSPECTION UTILITIES DEPARTMENT PROJECT NO. 96-15 96 -15 / "A" Madsen/Barr C - 9 Con615A0 960604 X- se/ -/�. • • FINAL RELEASE OF -LIEN Y CONTRACTOR STATE OF FLORIDA: COUNTY OF BROWARD: The undersigned contractor, under a certain contract with the City of Tamarac, dated , 199 6 , in connection with the following public work: CONTRACT NO. A does hereby acknowledge receipt of the full contract price $ , as modified by change order, addenda, etc., and hereby releases and discharges all liens, lien rights, claims or demands of any kind whatsoever which the undersigned contractor now has or might have against the City of Tamarac arising out of said contract or in connection with the aforesaid public improvement. That all claims, liens or other entitlements for labor, services, materials or supplies furnished, in connection with the aforesaid improvement have been fully paid. That an affidavit on behalf of the contractor, signed by , has been furnished to the City of Tamarac, as well as final releases of lien executed by all materialmen and subcontractor regardless of their tier. 0 - - 96 15 / "A" Madsen/Barr FRL 1 Cpn619A0 960604 IN WITNESS WHEREOF, the contractor has caused this release to be executed in its name and under its seal by its proper officers, this the day of , 199 Signed, Sealed and Delivered in the Presence of: Contractor (Signature) Corporate Secretary (Type Name) (SEAL) (Signature) President (Type Name) The foregoing instrument was acknowledged before me this day of 199, by (officer or agent and title) of , a corporation, (name of corporation) (State or place of corporation) on behalf of the corporation. He/She is (personally known to me or has projected identification) and (did/did not) take an oath. (type of identification) My Commission Expires: (SEAL) Notary Public, State of Florida (Type or print name of Notary) Commission No. (Title or Rank/Serial No., if any) 96 -15 / "A" Madsen/Barr FRL - 2 Con615A0 960604 ".. ,_ �; iZ-/ (; 0 AFFIDAVIT ON BEHALF QF.CONTRACTOR STATE OF FLORIDA COUNTY OF BROWARD: The undersigned, first being duly sworn, deposes and says on oath as follows: 1. That is a contractor in a certain contract with the City of Tamarac, Florida, dated 199 6 in connection with the following public work: 2. That Affiant is (President, Sole Proprietor or Partner) of the above -named Contractor. I That the work contracted to be performed has been performed and completed in accordance with the plans and specifications, addenda, change orders and contract documents, such work having been completed on 4. That all persons who furnished labor, supplies or materials or did work in connection with such improvement set out in the contract have been paid in full, including all subcontractor, materialmen and laborers. 5. This Affidavit is made for the purpose of obtaining final payment by the contractor from the City of Tamarac. 6. That the Affiant has the authority to represent the Contractor and to execute this Affidavit on behalf of Contractor. FURTHER, AFFIANT SAYETH NAUGHT. Affiant 0 96 -15 / "A" Madsen/Barr PRL - 3 Con615A0 960604 of The foregoing instrument was acknowledged before me this 199, by (officer or agent and title) day of a corporation , (name of corporation) (State or place of corporation) on behalf of the corporation. He/She is (personally known to me or has projected identification) and (did/did not) take an oath. (type of identification) My Commission Expires: (SEAL) 0 96 -15 / "A" Madsen/Barr Notary Public, State of Florida (Type or print name of Notary) Commission No. (Title or Rank/Serial No., if any) FRL - 4 Con615A0 960604