Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2010-073Temp. Reso. #11828 May 13, 2010 Page 1 CITY OF TAMARAC, FLORIDA r RESOLUTION NO. R-2010- / 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING AN AGREEMENT WITH SPECIFIED ARCHITECTURAL SYSTEMS, INC., A SOLE SOURCE DISTRIBUTOR, FOR THE REPLACEMENT OF THE TRANSLUCENT PANEL ROOF SYSTEM COMPONENTS AT THE CITY OF TAMARAC CITY HALL BUILDING LOCATED AT 7525 NW 88T" AVENUE; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE SAID AGREEMENT; AUTHORIZING AN EXPENDITURE NOT TO EXCEED $43,350.00, WHICH INCLUDES A CONTRACT PRICE OF 39,350.00 AND A PROJECT CONTINGENCY OF $4,000.00 A; PROVIDING FOR CONFLICTS, PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the existing roof system at City Hall was installed in 2004 and consists of translucent panels which provide protection from the elements while supplying natural daylight to the interior of the atrium area; and WHEREAS, the roof system has been compromised due to the premature discoloration and deterioration of the roof panels on the south side of the City Hall roof; and WHEREAS, to prevent property damage from leaks, maintain the integrity of the roofing system, and preserve the aesthetics of City Hall, replacement of the affected roof panels is recommended; and WHEREAS, in the Fiscal Year 2001 Budget, a "sinking fund" was created for the purpose of setting aside smaller increments of funding each year until such time that the full replacement cost would be accumulated, thereby allowing for the Temp. Reso. 911828 May 13, 2010 Page 2 planned replacement of the roof without an unusually large financial commitment in one particular year; and WHEREAS, the manufacturer of the existing panel system, Kalwall Corporation, has only one certified installer in the state of Florida and staff research revealed that there is no other manufacturer which produces an equivalent roof system which meets the specifications of the existing system; and WHEREAS, City of Tamarac Code §6-151 grants the authority to waive competitive bid requirements for the purchase of supplies and services available from only one (1) source; and WHEREAS, the vendor has agreed to provide the replacement translucent panel roof components at no cost due to the premature deterioration; and WHEREAS, the cost proposal submitted by Specified Architectural Systems, Inc. for installation is both fair and reasonable and is equal to or better than what would be extended to another customer with similar needs; and WHEREAS, consideration for another system would require significant structural modifications, including electrical and lighting changes, at a cost that would greatly exceed the proposed replacement cost; and WHEREAS, funding is available for this project in the "Buildings — Roofing Systems Repair and Replacement" capital improvement project (PW98H); and WHEREAS, the Director of Public Works and Contracts Manager recommend that the appropriate City Officials enter into an agreement with Specified Architectural Systems, Inc., a sole source distributor, for the replacement of the translucent panel roof system at City Hall in an amount not to Temp. Reso. #11828 May 13, 2010 Page 3 exceed $43,350.00, which includes a contract price of $39,350 and a project contingency of $4,000; 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 execute an agreement with Specified Architectural Systems, Inc. for the replacement of the translucent panel roof system at City Hall in an amount not to exceed $43,350.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: 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. All exhibits attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission hereby approves the Agreement between the City of Tamarac and Specified Architectural Systems, Inc. ("the Agreement") and the appropriate City Officials are hereby authorized to execute the Agreement attached hereto as Exhibit 1" for the replacement of the translucent panel roof system components at City Hall SECTION 3: An expenditure in an amount not to exceed $43,360, which includes a contract price of $39,350 and a project contingency of $4,000, is hereby authorized to be funded from the General Capital Project Fund (310) as a part of the Buildings — Roofing System Repair and Replacement Capital Improvement Project (SW98H). SECTION 4: All resolutions or parts of resolutions in conflict Temp. Reso. #11828 May 13, 2010 Page 4 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. 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. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 14�4 2010. BETH TALABIS O MAYOR ATTEST: eZP/-/,W 61V Record of COMMISSION VOTE: ARION--SWENS6ff, CMC MAYOR TALABISCO CITY CLERK DIST 1: COMM BUSHNEL DIST 2: COMM ATKINS-GRA DIST 3: COMM GLASSER DIST 4: VM DRESSLER �f I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SA EL S. G CITY ATTOR Y City of T1171arac Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND SPECIFIED ARCHITECTURAL SYSTEMS INC. THIS AGREEMENT is made and entered into this day of , 2010 by and between the City of Tamarac, a municipal corporation with principay offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Specified Architectural Systems, Inc., a Florida corporation with principal offices located at 9942 Currie Davis Drive, Suite C, Tampa, FL 33619 (the "Contractor") to provide for the replacement of the Kalwall translucent panel system for City Hall. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, and the Contractor's proposal dated May 13, 2010, included herein, 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 therein. In the event that there is a conflict between this document and the Contractor's Proposal dated May 13, 2010, this document shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to replace the existing Kalwall Translucent Roof Panel System with a new Kalwall Panel System at the City Hall facility located at 7525 NW 88th Avenue in Tamarac, Florida, including the removal and disposal of the existing panels from the area. 2.1.2 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. 2.1.3 Contractor shall provide the City with a written installation schedule for approval including specific dates and times prior to i Aci!c : n'ient City of Tamarac Purchasing and Contracts Division the beginning of work under this Agreement. Contractor shall provide the City with seventy-two (72) hours written notice prior to any schedule change with the exception of changes caused by inclement weather. Contractor shall adjust the method of installing the roof during regular business hours to avoid interference with the regular activities of employees and visitors of the CITY HALL facility to include work at night or on weekends as necessary. 2.1.4 All equipment must be stored in a safe manner and the worksite must be kept free of debris when the Contractor is 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 and clean the worksite. 2.1.5 Contractor shall only remove those panels which could be replaced and sealed against water intrusion before the end of work each day and Contractor shall adequate take safety measures to ensure the protection of persons and property within the CITY HALL facility at all times. Contractor shall keep the work site reasonably free from debris and properly dispose of all materials in a timely manner. 2.1.6 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 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. 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 General Liability Insurance policies shall be 2 Agreement C;rty of Trarnar a , _. - F�tu<,IlFlsrrrc� �,/Rf C o dr,a,,Js Dvlsfm 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 4.1 The work to be performed under this Agreement shall be commenced after execution of the Agreement at a time mutually agreeable to both parties. Drawings must be completed and reviewed prior to material fabrication. The total project shall be substantially completed as mutually by City and Contractor. For the purposes of this Agreement, completion shall mean the issuance of final payment. 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the pre -construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 5) Contract Sum The Contract Sum for the above work is Thirty -Nine Thousand Three Hundred Fifty dollars and Zero Cents ($39,350.00). 6) Payments 6.1 Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments until 50% of the project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. 6.2 All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. The City desires to be able to make payments City of Tatnatac ar;d Coit!eacl�� Divisiot, utilizing City's Visa Procurement Card as a means of expediting payments. It is highly desirable that the successful proposer have the capability to accept a Visa Procurement/Credit card as a means of payment. 7) Remedies 7.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non- conformance and the quality of workmanship. 8) Change Orders 8.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractors expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for Cityof Tarr _...__... .. ..._.. ....... ........ _. _.... -- _....__.._. an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 8.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 8.6 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9) No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or, avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of ............... � hc:ic(:irci,' City of 7c)1T"atn"; F1( °i 3S!(7C7 (1( (L°lt(aci_ Divis)on damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 10) 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 City from all claims of liability by Contractor in connection with the agreement. 11) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid. 12) Indemnification 12.1 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 City r,f 7a im.,lia+ 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. 12.2 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 13) Non -Discrimination & Equal Opportunity Employment During performance of Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified_ Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 14) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will ............ / -------------- tarty of Vain arric, f'ur„ h�suic acid (3oncrac:ts D osion not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 15) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 16) 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 either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Specified Architectural Systems, Inc. 9942 Currie Davis Dr., Ste C Tampa, FL 33619 Attn: Jon Thornton 17) Termination 17.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for 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 City of 7arnai ac Pal(l ql.;ulcr wO Corill j.iOs blvi'siol' this termination. 17.2 Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, 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. 18) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 19) Liquidated Damages Upon failure of Contractor to complete the work within the time specified for completions (plus approved extensions if any), Contractor shall pay City the sum of $250.00 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to .each portion of the work for which a time of completion is given_ The City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 20) Venue City of Tatw:tac at,u Cootraots Divisloo 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. 21) 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. 22) 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 non- enforcement 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. 23) Uncontrollable Circumstances 23.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 23.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 24) 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 1 /j,rrrr:crrror,i City of Tarrnarac ('urc:hasrruf and (.c)ntiautw Division document executed by both the Contractor and the City. 25) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. Remainder of Page Intentionally Blank 1 i /crru c n; rat City or Tamarac Purchasing and Contracts Division IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its President/Owner duty authorized to execute same. ATTEST: CITY OF TAMARAC Beth FIan sbaum-T abis , Mayor Date Jeffrey ill r, City Manager rMAN i! r bate �r Date ATTEST: r, Signature of Corporate Secretary X11fr-1E r d' Type/Print Name ol Corporate Secy. (CORPORATE SEAL) Appro as to for and legal sufficiency: , A40 City ttorney .s114 Date SPECIFIED ARCHITECTUAL. SYSTEMS, INC. Company Name Si ur of resi ent/Owner Jon Thornton President ate - ___.-_ ....._._. ...... -. 92 Agiec ment City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF jjC-,f-1Q— :SS L COUNTY OF .X0'0U 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 Jon Thornton, President, of Specified Architectural Systems, Inc, a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of ; , 20� Signature of Notary Public NOTE`, '•� i'UBLIC-STATE OF FLORIDA State of Florida at Large Michele L. Reed Commission #DD690222 -° Expires: ,r �28, 20H -- BONDED TIIRU ATLANTIC BONDING Co., INC, Print, Type or Stamp Name of Notary Public F Personally known to me or Produced Identification Type of I.D. Produced ❑ DID take an oath, or DID NOT take an oath. 13 Agre�tt�E:r t SpEamEDARCHITECTURAL SYSTEMS., INC. 9942 Currie Davis Drive, Ste. C - Tampa, FL 33619 (813) 915-6100 • Fax (813) 626-7623 www.specaresys.com • CGC1508102 COST PROPOSAL DATE: May 13, 2010 TO: City of Tamarac RE: Tamarac City Hall Complex Public Works Department Tamarac, FL 6011 Nob Hill Road, 2"d Floor Kalwall Skyroof System Tamarac, FL 33321-6206 Attention: Bill Lewis We are pleased to submit the following revised proposal for the work associated with correcting the leak issues of the Kalwall center -ridge skyroof located above 2" `' floor lobby: DESCRIPTION: Replacement of entire south side of center -ridge skyroof (approx. 2430 SF of material). This consists of all new Kalwall panels, battens, ridge cap and flashings for this portion of the skyroof. Notes: 1) New panel system to utilize existing structural support. 2) New Kalwall panel system to match specified requirements and design loads of existing system and shall be in conformance with current Building Code requirements. 119 1_\S•I9T-'i&-_1 $39,350.00. INCLUDED IN THIS PROPOSAL: - Protection of surrounding roof materials during installation - Removal and disposal of existing skyroof panels and battens - New material delivered and installed - Manufacturer's (1) year material warranty and Installer's standard 5-year weathertight warranty for the area being replaced. - Florida state sales tax EXCLUDED IN THIS PROPOSAL: - If required, replacement or repair of existing structure, perimeter curbs and or counter -flashing below our the skyroof system being replaced - Protective Safety materials for space below (i.e. safety netting) - Removal and reinstallation of lightning protection - Performance bond and Permits - Any item not specifically noted herein GENERAL NOTES: 1) This bid proposal is based on the dimensions from Kalwall's drawing #K03-1534. 2) The Kalwall system has Florida Product Approval for use in Broward County and meets the wind- borne debris requirements of the Florida Building Code. 3) Pricing is subject to review after (30) days and upon final engineering and approval. We appreciate the opportunity to submit this revised proposal and look forward to working with you on this project. Jon Thornton Client#: 1897 i&J;J *d.1i-N 'AGORD. CERTIFICATE OF LIABILITY INSURANCE p51,� 0DNYYYI PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Willis of Florida, Inc. 6771 Professional P W St-101 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Sarasota, FL 34240 941 554-3140 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: FCCI Insurance Co. 10178 Specified Architectural Systems Inc. 9942 Currie Davis Dr. Suite C Tampa, FL 33619 INSURER B= INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS_ INSR LTR ADD' NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (INAMOfM POLICY DATE 110111 TKINMM LIMITS A GENERAL LIABILITY GL00021187 06/26109 OW6110 EACH OCCURRENCE $1 000 000 MERCIAL GENERAL LIABILITY PREMISES ( Ea ocavrenoel RENTED DAMAGnXC—P"D $100 000 CLAIMS MADE � OCCUR MED EXP (My are person) $5 000 PERSONAL & ADV INJURY $1 000 000 Ded:500 GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2 000 000 X LOC POLICY JET A AUTOMOBILE LIABILITY CA00073714 06/26109 06/26/10 COMBINED SINGLE LIMIT (FA —went) $1,000,000 X ANY AUTO BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (P- ) BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (per fir) PROPERTY DAMAGE $ (Peraoddelt) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESS/UMBRELLA LIABILITY UMS00016147 06/26109 OW26110 EACH OCCURRENCE $5 000 000 X1 OCCUR CLAIMS MADE AGGREGATE $5 00O 000 $ $ DEDUCTIBLE $ X RETENTION $10000 A WORKERS COMPENSATION AND 47917 01 /01110 01/01/11 x I JIM I 10rTR EMPLOYERS' LIABILITY El. EACH ACCIDENT $1 000 000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $1,000 000 OFFICER/MEMBER EXCLUDED? IF yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1 000 000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS 10 Days notice of cancellation due to non-payment of premium Project: Tamarac City Hall Complex The certificate holder is named as additionally insured with regard to General Liability. City of Tamarac 7525 N.W. 88th Ave. Tamarac, FL 33321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL All DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 25 (2001/08)1 of 2 #S301145/M289767 TSTEA Q ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGUKU Z5-5 (2001105) 2 of 2 #S301146/M289767