Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-97-115Temp. Reso. # 7790 Page 1 May 15, 1997 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-97 %/5- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF BID NUMBER 97-10B TO HYDRO -PUMPS, INC. FOR ELECTRICAL REPAIRS AND SAFETY IMPROVEMENTS TO STORMWATER PUMP STATIONS IN AN AMOUNT NOT TO EXCEED $35,578; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE AN AGREEMENT WITH HYDRO -PUMPS, INC. FOR SAID REPAIRS; AUTHORIZING A BUDGET TRANSFER WITHIN THE STORMWATER MANAGEMENT FUND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Works Department maintains three stormwater pump stations which control the elevation of City waterways to prevent residential flooding ; and WHEREAS, electrical repairs and safety improvements are required to maintain the operational effectiveness of these stations; and WHEREAS, the City of Tamarac publicly advertised Bid No.97-10B for electrical repairs and safety improvements to Stormwater Pump Stations in the Sun -Sentinel on January 19, 1997 and January 26, 1997; and WHEREAS, in order to solicit a competitive price the City invited nine vendors to participate in the bidding process; and WHEREAS, only one bid was received and that bid was publicly opened on February 6, 1997; and Temp. Reso. # 7790 Page 2 May 15, 1997 WHEREAS, this bid submitted by Hydro -Pumps, Inc. in the amount of $35, 578 was reviewed by the Public Works Department and the Purchasing and Contracts Manager and was determined to be fully responsive to the City's technical requirements; and WHEREAS, a reference and qualifications check performed by the Purchasing and Contracts Manager indicated that Hydro -Pumps, Inc. was fully qualified and highly recommended to perform the requested work; and WHEREAS, it is the recommendation of the Public Works Operations Manager and the Purchasing and Contracts Manager that Bid No.97-1013 be awarded to the lowest responsive and responsible bidder, Hydro -Pumps, Inc.; and WHEREAS, available funds exist in the Stormwater Management Fund Budget for said purpose; 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.97-10B for Hydra -Pumps, Inc., in an amount not to exceed $35,578. 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 upon adoption hereof. Temp. Reso. # 7790 Page 3 May 15, 1997 SECTION 2: A budget transfer in the amount of $35,578 within the Stormwater Management Fund from the account entitled "Contingency Special Projects" to the account entitled "Repairs Machinery and Equipment" is hereby approved for correct accounting purposes. SECTION 3: The award of Bid Number 97-10B to Hydro Pumps, Inc. in the amount of $35,578 is hereby approved, a copy of the bid opening hereto attached as Exhibit "1." SECTION _4: That the appropriate City Officials are hereby authorized to execute an agreement with Hydro -Pumps, Inc., a copy of said agreement being hereto attached as Exhibit "2." 5EQII- 55: Authorizing the City Manager or his designee to close the bid award, including but not limited to making final payment and releasing of bonds, when work has been successfully completed within the terms and conditions of the contract and within the bid price. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. 1 1 Temp. Reso. # 7790 Page 4 May 15, 1997 This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 29 day of M ,09- Y 1997. ATTEST: 0 NO-. CAROL. I HEREBY CERTIFY that I approved this RE -SOLUTION as to form. ITCHELL S-KF CITY ATTORN MAG:mf (Commission Mtg.5/28/97) JOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR S HREIBER DIST 1: COMM. MCKAYE` DIST 2: V!M MISHKIN DIST 3: COMM. SULTANOF DIST 4: MM, ROBERTS K 7) /_,,IN, �z O N ca .� z o404 U a� �U H � CI 4 O p � O O PC a a n H to M 69 PC rQ CD b ta co GQ as a z a a U 0 "EXHIBIT 2 ORIGINAL Hydro Pumps, Inc. TEMPAES0.Na„Z7., P.O. Box 16295 6512 NW 13th Court Plantation, FL 33318 Br6 d: (305) 583-3303 Toll Free (FL) 1-800-306-7867 Fax: (305) 583-3305 March 24, 1997 CITY OF TAMARAC • CONTRACT DOCUMENTS PUMP STATION REPAIR AND INSTALLATION 'pF TA_/l�9 �h LINDA TYSON Buyer PHONE (954) 724-2450 FAX (954) 724-2408 7525 N.W. 88 Avenue Tamarac, FL 33321-2401 e , � /is -- ORIGINAL TEMP. RESO. No..7 � q c, 0 AGREEMENT BETWEEN THE CITY OF TAMARAC AND HYDRO PUMPS INC. FOR PUMP REPAIR AND INSTALLATION TO EXISTING PUMPS STATIONS 1, 2, AND 3 THIS AGREEMENT is made and entered into this I ? day of 1997 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 Hydro -Pumps with principal offices located at 6512 NW 13 Ct, Plantation, FL 33313 (the "Contractor") to provide for pump repair and installation to existing pump stations at 8400 Southgate Boulevard (Pump Station #1), 8801 Southgate Boulevard (Pump Station #2), and 10600 Southgate Boulevard (Pump Station #3) located along the C14 Canal off Southgate Boulevard. 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary, and other Conditions), the 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 and as set forth below. Contractor shall furnish all labor and materials for installation of parts and perform all necessary repairs and additions to existing pump stations one (1), two (2), and three (3) located along the C14 Canal off Southgate Boulevard. 2. Contractor shall be responsible for matching new parts for compatibility with existing equipment already in place. All wire utilized for this project must be copper. 3. At each location, the Contractor shall be required to furnish and install a Square D #8539 combination motor starter with Mag guard circuit breaker. The motor starter 0 shall include the following components: phase monitor; lightning protector; surge protectors; HOA switch; 480/120V control transformer 500va to supply 120V contal is rcuit; elapsed time meter; lockout capabilities (per OSHA requirements); motor run light; automatic shutoff timers; and horn. ORIGINAL .Agreement between City of Tamarac and Hydro Pumps • TEMP. REED. NO, 4. The contractor shall install new 110V/60w amber color motor running lights with lxan lenses using new line leads. These lights must be visible from Southgate Boulevard from all three pump stations. 5. The contractor will be required to obtain all necessary permits from the City of Tamarac and is responsible for coordinating any power questions/problems with FPL. The City's electrician and staff involved in the operation of the pumps must be informed of any power problems. After complete installation, the contractor must arrange and provide a walk-through with instructions of the new operating procedures of each station for designated staff. 6. The contractor must supply and install two (2) 150 HP 460V three (3) phase foot mounted enclosed fan cooled motors with space heater at 8400 Southgate Boulevard (Pump Station #1) and 10600 Southgate Boulevard (Pump Station #3). A total of 8 new belts to be supplied and installed by Contractor at each new installation of new motors. Belt type - B.F. Goodrich C-144 Prime Mover Plus Belt. 7. The contractor will be required to work on one station at a time. The work must be completed at one station before moving to the next station. This will allow remaining pumps to be operational during heavy rain to control flooding or emergency conditions. 8. The contractor shall provide a detailed construction time schedule before execution of this agreement. 9. Contractor shall clean up and remove each day all debris and material created by the work at Contractor's expense. 10. 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. 11. 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. i►A ORIGINAL Agreement between City of Tamarac and Hydro Pumps TEMP.-RESO. No. 12. Contractor shall provide the 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. 13. 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 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 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 shall be carried on at a rate to ensure its full completion within Fifty -Six (56) calendar days after receipt of Purchase Order. 5) Contract Sum The Contract Sum for the above work is Thirty -Five Thousand Five Hundred Seventy -Eight Dollars and no cents ($35,578.00). The contract sum is determined by the cost of labor materials and equipment necessary to complete the pump repair and installation at 8400 Southgate Blvd. (Pump Station #1), 8801 Southgate Blvd. (Pump Station #2), and 10600 Southgate Blvd. (Pump Station #3), located along the C14 Canal off Southgate Blvd. 3 R OrRl- IGINAL .Agreement between City of Tamarac and Hydro Pumps • 6) Payments TEMP, RESO. No. 7 The City shall pay in full the 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 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 All work and equipment must have a minimum of a one (1) year warranty. All parts shall be UL listed and all wire shall be copper. In the event that defects occurs during this time, Contractor shall perform such steps required under Paragraph 2 of this Agreement to the affected areas of the work performed. Contractor shall be responsible for any damages caused by defect to effected area. 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 wilful 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. 4 (0.q - s ORIGINAL • TEMP. RES0. No. Agreement between City of Tamarac and Hydro Pumps 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 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. 5 K5 ORIGINAL TEWRES0. No. -7/0 Agreement between City of Tamarac and Hydra Pumps 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 City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRAQTOR E.L. Canter President Hydro Pumps 6512 NW 13 Court Plantation, FL 33313 (954) 583-3303/3305 14) Termination Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, 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 Bidder 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 Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub- contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 6 C, J ORIGINAL Agreement between City of Tamarac and Hydro Pumps TEMR-RESO. No. �7 `/0 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. 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 not 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. 7 f� `3 7- // s ORIGINAL Agreement between City of Tamarac and Hydra Pumps TEMP. RESO. No.� 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 HYDRO PUMPS, signing by and through its President, duly authorized to execute same. ATTEST: arol Evans, City Clerk Date: May 28, 1997.. • ATTEST: Corporate Secretary TH C+ L m ra M . (— 4� Type name of Corporate Secretary (CORPORATE SEAL) E 8 CITY OF TAMARAC By: ayor Joe.Schreiber Date: May 28, 1997 "'� '--j— �- o Robert S. Noe, Jr., City Ma ager Date: May 28, 1997____ ,Approved as to form and legal / sufiMncr iMhell S. Kraft, C' y ttorney HYDRO PUMPS E.L. Canter, President C.L. C.d N ;t--V— Type/Print Name of President Date: 71 A 2 �'t ci -7 ORIGINAL Agreement between City of Tamarac and Hydro Pumps STATE OF FLORIDA SS COUNTY OF TEMP. RESO. No. 77 c/0 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 (officer or agent and title) (name of corporation) a _ Ft n r.l� Corporation, to me known to be the person(s) described in and (State or place of corporation) who executed the foregoing instrument and NE acknowledged before me that A E executed the same, WITNESS my hand and official seal this i 1 day of 01 A!Zc i;, , 19"V7. NOTARY P(ILIC, State of Florida at Large of Nciti,74RtMoPrint, Stamp, or Type .v:ti ��Y C0"\1MI5.SI0N eYR FF.A. Personally known to me or ( ) Produced Identification Type of I.D. Produced ( ) DID not take an oath, or( ) DID NOT take an oath. u:\contr2cts\paint\eagle rI L 7 Rr97- /i� O R I G I NA L Hydro Pumps, Inc. P.O. Box 16295 6512 NW 13th Court Plantation, FL 33318 (305) 583-3303 (305) 583-3305 INSURANCE DOCUMENTS CITY OF TAMARAC/HYDRO PUMPS, INC. TEMP. RESO. No. �1 Toll Free (FL) 1-800-306-7867 HYDRO PUMPS' INSURER NATIONWIDE HAS PROVIDED THE CITY OF TAMARAC WITH A CERTIFICATE OF INSURANCE NAMING THE CITY AS AN ADDITIONAL INSURED WITHIN THE LAST 12 MONTHS. OUR SUBJECT POLICIES EXPIRE APRIL 9, 1991 AT WHICH TIME, WE LL CAUSE A NEW CERTIFICATE OF INSURANCE NAMING THE CITY AS AN ADDITIONAL INSURED WITH DUE CONSIDERATION AS TO THE FACE AMOUNTS REQUIRED. 0