Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-061Temp. Reso. #11396 April 22, 2008 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2008 - A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AMENDMENT TO THE AGREEMENT BETWEEN THE CITY OF TAMARAC AND MELROSE SOUTH PYROTECHNICS, INC., EXERCISING THE OPTION TO RENEW FOR THE 2008 FIREWORKS AT A COST OF $20,000.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, The City of Tamarac awarded a contract based on Bid Number 07-16B, to Melrose South Pyrotechnics, Inc., for electronically fired fireworks displays for the July 4, 2007 celebration in Tamarac; and WHEREAS, the Agreement, dated April 11, 2007, incorporated by reference and available in the Office of the City Clerk, provides for an annual renewal option for five (5) additional one-year extension periods, at an annual cost of $20,000.00, which is a 0% increase; and WHEREAS, available funds exist in the Parks and Recreation Operating Fund budget for said purpose; and WHEREAS, it is the recommendation of the Parks and Recreation Director to renew for 2008, which is the first year of the five-year renewal option, with Melrose South Pyrotechnics, 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 exercise the option to renew for the 2008 Fourth of July fireworks display. Temp. Reso. #11396 April 22, 2008 Page 2 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. SECTION 2: The appropriate City officials are hereby authorized to execute an amendment to Agreement for the purchase of fireworks to be held on July 4, 2008, with Melrose South Pyrotechnics, Inc., a copy of which is attached hereto as "Exhibit 1 ". SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: 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 5: This Resolution shall become effective immediately upon its passage and adoption. 7 Temp. Reso. #11396 E 1 April 22, 2008 Page 3 PASSED, ADOPTED AND APPROVED this N*day of j , 2008. f cm A-V�� BETH FLANSBAUM-TALABISC MAYOR ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. ,S MUEL S. GOREN CITY ATTORNEY !6 RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISPC DIST 1: COMM PORTNERz2& DIST 2: COMM ATKINS-GRAD G DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER City of Tamar.-Ic Purchisiny and Corntracts Di fsioO w AGREEMENT AMENDMENT #1 BETWEEN THE CITY OF TAMARAC AND MELROSE SOUTH PYROTECHNICS, INC. The CITY OF TAMARAC (City) and Melrose South Pyrotechnics, Inc., (Contractor) a South Carolina corporation, with principal offices located at 4652 Catawba River Road, Catawba, South Carolina 29704, agree to amend the original Agreement as follows: 1. Pursuant to the terms of Section 4. Time of Commencement and Substantial Completion_, of the original Agreement dated April 11, 2007, the City and the Contractor exercise the first renewal option for the term April 11, 2008 — April 10, 2009, The CITY OF TAMARAC and Melrose South Pyrotechnics, Inc. agrees to amend the original Agreement as set forth herein. Amend Section 2) The Work to incorporate new paragraph (f) to read as follows: SECTION 2(f). The Work. 2.f. Delays for Inclement Weather: In the event that inclement weath r should grevent the discharge of the disglay on the date agreed upon herein and subseqWent to a gostgonement of the display as mutual) a reed upon by the Cit and Contractor the City and Contractor shall determine a mutually convenient alternate date within six 6 months of the original display date with the preferential date being July 5 1h . In the event of such postponement, Contractor shall be entitled to a sum not to exceed 10% of the original contract price as compensation for Contractor's additional expenses. This amount shall be paid in addition to the contract price and shall bepayable only on a one-time basis. In the event that the show is cancelled by the City, the Contractor shall be entitled to collect out of pocket expenses incurred in pregaration for the show including, but not limited to, material purchases, preparation, design costs, deposits, licenses and employee charges, but in no event shall such expenses exceed 40% of the original contract rp ice.. Amend Section 2) The Work to incorporate new paragraph (g) to read as follows: SECTION 2(g) The Work 2g. City shall provide the following items to Contractor: City shall provide a firing area that conforms to NFPA Code 1123-1995, which states that there must be at least seventy feet per inch of shell diameter betweenfiring site and any spectators, cars or buildings. This grogram requires a safety zones that has a radius of 350 feet because of the inclusion of five (5) inch shells. Adjustments will be made to the content of this program if necessa to conform to NFPA 1123-1995. City shall provide for protection of the display area by roping -off or similar facility, and will provide adequate security rotection to prevent Spectators from entering display area. Additionally, City shall conduct a search of the fallout area at first light following a nighttime display. City shall also grovide Contractor with applicable information related to the requirements of the Tamarac City code agglicable to the display. 4. Amend Section 14 Uncontrollable Forces, Paragraph 14.1 to now read as follows: 14 Uncontrollable Forces 14.1 Except as specifically provided for by Bid Document 07-16B, "Aerial Fireworks Display", or addressed by Section 2.f of this Agreement, neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be p i J amity of Tamarac - Purchasing and Contracts Division 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. All other portions of the original Agreement are in effect as written. Remainder of Page Intentionally Blank City of Taniar:'ac 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 duly authorized to execute same. ATTEST. Mariom Swenson, CIVIC City Cleo x Date ATTEST: Signature of Corporate Secretary Rose Cartolano Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TA ARA eth Flansbaum-Talabiisco, Mayor 10.7 CIL. Date ffrey L. RAer, City Manager Date Appr d as to form and legal sufficiency: City Morney Date MELROSE SOUTH PYROTECHNICS, INC. Company Name Signature of President Michael Cartolano Type/Print Name of President APRIL 10, 2008 Date City of Tarnar.:ic Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF SOUTH CAROLINA :SS COUNTY OF YORK 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 Michael Cartolano, President, of Melrose South Pyrotechnics, Inc. a South Carolina Corporation, duly registered as a Florida Foreign 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. 1OTH WITNESS my hand and official seal this. day of APRIL 20 08 . Signature of Notary Public State of Florida at Large JENNIFER CAULDER Print, Type or Stamp Name of Notary Public [' Personally known to me or ❑ Produced Identification Type of I.D. Produced ff DID take an oath, or ❑ DID NOT take an oath. rCommission Expires 6Wtember24,2009