HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-0911
and
Temp. Reso. #11427
June 5, 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
EXERCISE THE FIRST RENEWAL OPTION FOR
BID NUMBER 07-26B FOR ROOF TARPS TO THE
SHERWIN-WILLIAMS COMPANY FOR ECONOMY
ROOF TARPS AND TO HARPSTER OF
PHILIPSBURG, INC. FOR HEAVY GRADE ROOF
TARPS TO PROVIDE FOR THE PURCHASE OF
ANNUAL REQUIREMENTS FOR ROOF TARPS FOR
THE CITY OF TAMARAC AND ON BEHALF OF THE
SOUTHEAST FLORIDA GOVERNMENTAL
PURCHASING COOPERATIVE FOR A PERIOD OF
ONE YEAR, WITH THE OPTION TO EXERCISE UP
TO TWO (2) ADDITIONAL ONE (1) YEAR
RENEWALS, PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac is located in a high velocity wind zone;
WHEREAS, as a result of a hurricane, substantial roof damage may occur
to roofs throughout the City; and
WHEREAS, it is in the best interest of the City and its residents to be able
to assess roof damage for structures within the City in an expeditious manner
immediately following a storm; and
WHEREAS, provision of roof tarps to residents will help to control
additional damage resultant from unprotected roofs; and
Temp. Reso. #11427
June 5, 2008
Page 2
WHEREAS, the City Commission of the City of Tamarac approved
number R-2007-107 for the purchase of Roof Tarps at its July 11, 2007 regular
meeting copy of said resolution is on file with the Office of the City Clerk; and
WHEREAS, the original resolution provided for up to three (3) one (1) year
renewal options subject to satisfactory performance by the contractors; and
WHEREAS, the original agreement provides for an annual price escalation
on the anniversary of the Agreement; and
WHEREAS, roof tarps are fabricated from materials that are petroleum
based; and
WHEREAS, both roof tarp contractors have requested price escalations
due to the increased cost of oil; and
WHEREAS, the best interest of the City and the Southeast Florida
Governmental Purchasing Cooperative is served by renewing roof tarp
agreements with consideration for increased costs; and
WHEREAS, it is recommended to renew the agreement for economy tarps
with The Sherwin-Williams Company, who has performed satisfactorily over the
past year; and
WHEREAS, it is recommended to renew the agreement for heavy grade
tarps with Harpster of Philipsburg, Inc., who has performed satisfactorily over the
past year; and
WHEREAS, funding is available in the event that roof tarps are required
for emergency use by the City in the FY 08 budget for said purpose; and
Temp. Reso. #11427
June 5, 2008
Page 3
WHEREAS, the Financial Services Director and the Purchasing and
Contracts Manager recommend that the City exercise the first renewal option for
agreements with The Sherwin-Williams Company for the purchase of annual
requirements for economy roof tarps and with Harpster of Philipsburg Inc. for the
purchase of annual requirements for heavy grade roof tarps; 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 first renewal option for the agreements for the annual requirements
for economy roof tarps for the City of Tamarac and the Southeast Florida
Governmental Purchasing Cooperative with The Sherwin-Williams Co. and for
heavy grade roof tarps for the City of Tamarac and the Southeast Florida
Governmental Purchasing Cooperative with Harpster of Philipsburg Inc..
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.
SECTION 2: The appropriate City Officials are hereby authorized to
exercise the first renewal option for Bid Number 06-26B, and execute an
Agreement, attached herein as Exhibit 1" for the purchase of the annual
requirements for economy roof tarps for the City of Tamarac and the Southeast
Florida Governmental Purchasing Cooperative with The Sherwin-Williams Co.,
for purchases as may be deemed necessary to provide for the safety of
Temp. Reso. #11427
June 5, 2008
Page 4
residents.
SECTION 3: The appropriate City Officials are hereby authorized to
exercise the first renewal option for Bid Number 06-26B, and execute an
Agreement, attached herein as Exhibit "2" for the purchase of the annual
requirements for heavy grade roof tarps for the City of Tamarac and the
Southeast Florida Governmental Purchasing Cooperative with Harpster of
Philipsburg, Inc., for the safety of residents.
SECTION 4: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: 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.
SECTION 6: This Resolution shall become effective immediately upon its
passage and adoption.
n
u
P
Temp. Reso. #11427
June 5, 2008
Page 5
PASSED, ADOPTED AND APPROVED this o 7,!fA day of
2008.
ATTEST:
MARION SWENSON, C
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
n
MUEL S. GOREN
CITY ATTORNEY
RECORD OF COMMISSION VOTE:
MAYOR FLANSBAUM-TALABISCO
DIST 1: COMM PORTNER
DIST 2: COMM ATKINS-GRAD
DIST 3: V/M SULTANOF _
DIST 4: COMM. DRESSLER
11
_ ".
City of Tamarac Purchasing Division
AGREEMENT AMENDMENT #1
BETWEEN THE CITY OF TAMARAC
AND
HARPSTER OF PHILIPSBURG, INC
The City of Tamarac, a municipal corporation, with principal offices located at 7525 NW
88th Avenue, Tamarac FL 33321 (CITY), and Harpster of Philipsburg, Inc., a
Pennsylvania corporation, with principal offices located at 202 Airport Road, Philipsburg,
Pennsylvania 16866 (the "Contractor") agree to amend the original Agreement dated
July 17, 2007 to provide for heavy-duty tarps pursuant to Bid Number 07-23B.
1. Pursuant to the terms of Section 4, Contract Term of the original
Agreement dated July 17, 2007, between the City and Harpster or Philipsburg, Inc., and
in recognition of satisfactory performance under the current term of the Agreement, the
CITY hereby exercises its rights to exercise the first of three one year renewal options
of the Agreement for the term July 16, 2008 through July 15, 2009, and Contractor
agrees to such renewal.
2. Amend Section 5, Pricing, paragraph 5.3 as follows:
The prices for heavy grade tarps and accessories are as follows:
Tarp, Heavy Grade, 30' x 40' $103.20 $120.71 Each Delivered
Tarp, Heavy Grade, 30' x 50' $429.00 $150.89 Each Delivered
Industrial Bungee Cord, 24"L, 9mm Diam. $040 $0.51 Each
Delivered
Industrial Bungee Cord, 36"L, 9mm Diam. $-04.0 $0.76 Each
Delivered
Tarp Tape, 2"w x 35, waterproof $3-.N $3.56 Each
Delivered
All other provisions of the original agreement remain in effect as written.
U:\File\RENEWAL AMENDS & ADDENDA\Tarps\Harpster Agreement Amendment 2008.doc
City of Tamarac
Purchasing Division
IN WITNESS WHEREOF, the parties have made and executed this Agreement
on the respective dates under each signature. CITY OF TAMARAC, signing by and
through its Mayor and City Manager, and Harpster of Philipsburg, Inc., signing by and
through its President, duly authorized to execute same.
AT
non Swenson, CIVIC
pity Clerk
Date
CITY OF TAMARAC
A4
Beth Flansbaum-Talabisco, Mayor
ALE
Date
Jeffre L. IVlflle� City Manager
Date
Approved as to form and legal sufficiency:
y5amu$I S. Goren, City Attorney
t
Date
ATTEST: HARPSTER OF P ILIPSBURG, INC.
Compa a
(Cbrpf6rate Secretary SioatdFe o President/Owner
Douglas W. Harpster
Type/Print Name of Corporate Secy.
.. (CORPORATE SEAL)
Douglas W. Harpster
Type/Print Name
0c,,. e 3 , �Go
Date
U:\File\RENEWAL AMENDS & ADDENDA\Tarps\Harpster Agreement Amendment 2008.doc
fit y of Tai-narac Ptrrci asi and Contracts Division --
CORPORATE ACKNOWLEDGEMENT
utc�su Ott+ F PA
:SS
COUNTY OF �,�t L�
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
t�Es,oellt of Harpster of Philipsburg, Inc., a
Pennsylvania 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 -;� Juk., , 2008.
Notarial Seal .-s
Mchael A. Czap, Notary Public
DecaturTwp., Clearfield County
My commission Expires July 11.2011
Member, Pennsylvania Associati0r of Notl
otary Public
lesPrint, Type or Stamp
Name of Notary Public
[[ Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
❑ DID NOT take an oath.
or~ PA
City of Tamarac Purchasing Division
AGREEMENT AMENDMENT #1
BETWEEN THE CITY OF TAMARAC
A N D
THE SHERWIN WILLIAMS COMPANY
The City of Tamarac, a municipal corporation, with principal offices located at 7525 NW
88th Avenue, Tamarac FL 33321 (CITY), and The Sherwin-Williams, Co. an Ohio
corporation duly registered as a Florida Foreign Corporation, with principal offices located
at 101 Prospect Ave., N.W., Cleveland, Ohio 44115 (the "Contractor") agree to amend
the original Agreement dated July 17, 2007 to provide for economy tarps pursuant
to Bid Number 07-2313.
1. Pursuant to the terms of Section 4, Contract Term of the original
Agreement dated July 17, 2007, between the City and The Sherwin Williams Co., and in
recognition of satisfactory performance under the current term of the Agreement, the
CITY hereby exercises its rights to exercise the first of three one year renewal options
of the Agreement for the term July 16, 2008 through July 15, 2009, and Contractor
agrees to such renewal.
2. Amend Section 5, Pricing paragraph 5.3 as follows:
The prices for economy tarps and accessories are as follows:
Tarp, Economy, 15' x 20' $13.14 $14.32 Each Delivered
Tarp, Economy, 20' x 30' $16.29 $17.76 Each Delivered
Tarp, Economy, 25'x 30' $27.50 $29.97 Each Delivered
Tarp, Economy, 30' x 40' $33.40 $36.41 Each Delivered
Tarp, Economy, 30' x 50' $40.55 $44.24 Each Delivered
All other provisions of the original agreement remain in effect as written.
U:\File\RENEWAL AMENDS & ADDENDA\Tarps\Sherwin Williams Agreement Amendment
2008.doc
City of Tamarac
Purchasing 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 The Sherwin Williams Co., signing by and
through its authorized representative, duly authorized to execute same.
ATT
�_.
V Marion Swenson, CMC
City -Clerk
16* A��
Date
ATTEST:
orporate Sec
Louis E. Ste4lato
Type/Print Name of Corporate Secy
(CORPORATE SEAL)
CITY OF TAMARAC
Be'Th Flansbaum-Talabisycjo[,1, Mayor
F V V
Date
Jeffrey L. iller, City Manager VZL(fuj¢
Date
Approved as to form and legal sufficiency:
Samuel S. Goren, City Attorney
CoIal��
Date
THE SHERWIN WILLIAMS COMPANY
Company Name
� xa'-'e�
Si ure
John L. Ault
Type/Print Name of Vice President
June 9, 2008
Date
U:\File\RENEWAL AMENDS & ADDENDA\Tarps\Sherwin Williams Agreement Amendment
2008.doc
1 R t
City__of Tamarac Purchasing_and Contracts Division
CORPORATE ACKNOWLEDGEMENT
STATE OF OHIO
: SS
COUNTY OF CUYAHOGA
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 John L.
Ault of The Sherwin Williams Company, a Florida Foreign Corporation, to me known to be
the person described in and who executed the foregoing instrument and acknowledged
before me that he executed the same.
WITNESS my hand and official seal this day of June 9, 2008.
-� Signature of Notary Public
ELTZA_`��.TH ROSE State of Ohio
Notary PUbiic,State of 0hio,CUy.C1y.
My comrn ss n exn'res Dec. 9, 2008
Print, Type or Stamp
Name of Notary Public
5( Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
❑ DID NOT take an oath.