Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-1071 and Temp. Reso. #11239 Page 1 June 20, 2007 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007- 10 -7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD 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 EFFECTIVE UPON AWARD OF THE AGREEMENT, FOR A PERIOD OF ONE YEAR, WITH THE OPTION TO EXERCISE UP TO THREE (3) 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. #11239 Page 2 June 20, 2007 WHEREAS, specifications were submitted and bids were solicited for the purchase of roof tarps on an annual basis on behalf of the City and the Southeast Florida Governmental Purchasing Cooperative; and a copy of said bid is on file with the Office of the City Clerk; and WHEREAS, bids were received on June 8, 2007, from the following bidders, a copy of said bid tab is included herein as Exhibit "1 ": Harpster Sherwin - United DMCG Style Williams Rentals W.W. Grainger Economy $54,100.00 $37,663.40 $62,006.85 $70,049.85 Incomplete — Non - Tarps responsive Heavy -Grade $12,771.00 $12,826.00 $14,858.80 $21,211.30 No Bid Tarps ; and WHEREAS, the best interest of the City and the Southeast Florida Governmental Purchasing Cooperative is served by awarding agreements to the lowest aggregate groups for economy tarps and heavy grade tarps, respectively; and WHEREAS, the bid submitted by W.W. Grainger was deemed non- responsive, due to a failure to bid all required sizes of economy tarps; and WHEREAS, The Sherwin-Williams Company was the lowest responsive and responsible bidder for the economy tarps, with an aggregate price of $37,663.40; a copy of said response is on file with the Office of the City Clerk; and WHEREAS, Harpster of Philipsburg Inc. was the lowest responsive and responsible bidder for the heavy grade tarps, with an aggregate price of $12,771.00; a copy of said response is on file with the Office of the City Clerk; and Temp. Reso. #11239 Page 3 June 20, 2007 WHEREAS, funding is available in the event that roof tarps are required for emergency use by the City in the FY 07 budget for said purpose; and WHEREAS, the Financial Services Director and the Purchasing and Contracts Manager recommend that the City award the bid to The Sherwin- Williams Company for the purchase of annual requirements for economy roof tarps and to 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 award the bid for the annual requirements for economy roof tarps for the City of Tamarac and the Southeast Florida Governmental Purchasing Cooperative to The Sherwin-Williams Co. for a total price estimate of $37,663.40, and to award the bid for heavy grade roof tarps for the City of Tamarac and the Southeast Florida Governmental Purchasing Cooperative to Harpster of Philipsburg Inc. for a total estimate of $12,771.00, for purchases as may be necessary to provide for the safety of City residents as well as residents of members of the Southeast Florida Governmental Purchasing Cooperative. 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. Temp. Reso. #11239 Page 4 June 20, 2007 SECTION 2: The appropriate City Officials are. hereby authorized to award Bid Number 06-26B, and execute an Agreement, attached herein as Exhibit "2" for the purchase of the annual requirements for economy roof tarps for the City of Tamarac and the Southeast Florida Governmental Purchasing Cooperative to The Sherwin-Williams Co., in the estimated amount of $37,663.40, for purchases as may be deemed necessary to provide for the safety of residents. SECTION 3: The appropriate City Officials are hereby authorized to award Bid Number 06-26B, and execute an Agreement, attached herein as Exhibit "3" for the purchase of the annual requirements for heavy grade roof tarps for the City of Tamarac and the Southeast Florida Governmental Purchasing Cooperative to Harpster of Philipsburg, Inc.., in the estimated amount of $12,771.00, for purchases as may be deemed necessary to provide for the safety of residents. SECTION 4: Furthermore, the bid submitted by W.W. Grainger is deemed non -responsive, due to a failure to submit a complete bid response. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: 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 1 Temp. Reso. #11239 Page 5 June 20, 2007 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of v [U 2007. r r BETH FLANSBAUM-TAL BISCO MAYOR ATTEST: i MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 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 TR11239 EXHIBIT 1 w ro M N m m m N O o O � C �u�ppi o ow p N N w N M M z Z z F w w w N........�.. _ N N W M S ¢ ir W z z 0 4 U N N w 0 ui p 8 ffl j 4 w w ¢ ¢ Q h W Z z Z N v S $ ip O 6 �G z N N H Q J = p p U O O 4 S Vr 6 O O Z w z z z z 3 � w w vv��v °'NryNm oo ri U= U) c'i thM �O � Ni �O �➢ 1+Nr Nf` � � nnn 0400 OOOOO t�1'v NM a 0.0 _w wwinw wwwwin v`"iw�ww wwwww' wurwwu'/ wwwww wwwww S z ¢ z a z z z a v a S $ pS m8 Q W M m N u�i w r N w w Z K F w N N C LU a s s a' a' z z z z u S o .....,..._.__.. o� o ry o w w yo N w w U 7 J Qi fr N M O Q Ow+ v~i S O w z z w Z Z vl w w r w (' pp O 0 0 D O 0 0 0 C7 C7 0 v v w w w w ow ¢ ¢ ¢ •[ az C W LL Z z Z Z w m ' uryi M ly _ n n S F z' z z z w z m 2. aom �u�mmN mmm IT. T. T. wmem`� m M0'0''0 mo g'�'�' omm�cn oimr� vi2 ul ty0 ri �o^�i ay' �'��ron maorn� pd Q N^wines Nww OwW w06Nt9 Om �cpi c�pr W M✓iN tm+i W w wvi O u"i f~ � � � � a NNE � N Q C `Y w f r O o i w w u w w w w w z z z `fl O O w w w [N[yy w r W N w h¢ C7 C�z M 0www 00000 mmmm 0av v �nro 8$ Muni wmmm PO = �. . . .r- gal-1 1 . Av, u"i ul`i ul`i f W2N00N WLL ,w N 0000 ."Woo 0u 0 0Vam wm mw w0 w z z z Q Z V Oti V �N P? mN 4 V V V V OOPS4 wN1�N O o0v a wu1mN2 (O U a V v m N N N vpj V m W N 0 N r f- w w m�'n m Y wI- w W wN �ww w Swwww ww r a g a r� Nwwww 6w000 z z z = w ur w w w m O y+. O Q O 4 S pp * pa p + hp E.-oo.L N Eoo'FEa��S V N �j N N O Q�v Q N b oo�v _ Q N O N W O Y� W N p O N N W N eA a O W c� a C 0 ) E m O wOz EO �v oW C py O N0 aWp W W W W O 2 S o c a C a H Z e- e- y�j e- , e- S g .-. E a O H F R Ha . Hirr cry -E �o FF^^ :2 r r City of iarnivac Pcirchasing and Contracts Divisiof) AGREEMENT BETWEEN THE CITY OF TAMARAC AND THE SHERWIN-WILLIAMS CO. THIS AGREEMENT is made and entered into this Lj day of J 20A-1 by and between the City of Tamarac, a municipal corporation with p incipal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "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") to provide for economy roof tarps for the City, and for agencies within the Southeast Florida Governmental Purchasing Cooperative (the "Co-op"). 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, Bid Document No. 07-26B, "Annual Requirements for Roof Tarps", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal 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 Invitation for Bid #07-26B, "Annual Requirements for Roof Tarps" as issued by the City, and the Contractor's Proposal, dated June 8, 2007, Bid #07-26B, "Annual Requirements for Roof Tarps" as issued by the City 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 economy roof tarps in the size and grade as ordered by the City or other member of the Co-op. 2.1.2 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. When required by the City, the Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in City of Tamarac Purchasing and Contracts Division --- ... .. ..... ---. (0--- - 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, 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 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) Contract Term The term of this Agreement shall be for one (1) year period from the effective date of this Agreement. This Agreement may be renewed for up to three (3) additional one (1) year terms at the same terms and conditions as the original term, upon mutual agreement of both parties. 5) Pricing 5.1 Prices quoted shall be F.O.B. destination, according to the rate in effect on the date set forth in the proposal and shall include all fuel surcharges and demurrage charges. Pricing shall remain and firm and fixed through the contract period. 5.2 No price increase will be accepted during the initial contract period. The successful contractor may submit a price increase or decrease request to be effective on the anniversary date of the Agreement, based on contractor's actual material, freight or fuel cost. To qualify for this increase, the contractor must submit justification and written verification from material/freight/fuel distributor(s) to the Purchasing Division prior to initial contract term expiration, including copies of actual invoices, or other appropriate documentation. Under NO circumstances will the contractor be permitted to request additional profit. The City will accept a price decrease at any time. 5.3 The prices for economy tarps and accessories are as follows: Tarp, Economy, 15' x 20' $13.14 Each Delivered Tarp, Economy, 20' x 30' $16.29 Each Delivered Tarp, Economy, 25'x 30' $ 27.50 Each Delivered Tarp, Economy, 30' x 40' $ 33.40 Each Delivered Tarp, Economy, 30' x 50' $ 40.59 Each Delivered ..... ......... ... 2 City of Tamarac Purch,,asing and Contracts Division 6) Payments Payment will be made after proper delivery of compliant products, and receipt of a properly completed invoice. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. Each member of the Co-op shall be responsible for their payment arrangements. 7) Warranty Contractor shall provide the manufacturer's standard warranty of merchantability, and fitness for a particular purpose. All warranties are to be provided to the Purchasing & Contracts Manager prior to the effective date of this Agreement. 8) Indemnification 8.1 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 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. 8.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 8.3 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. 9) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, of Tamarac Purchasing and Contracts Division 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. 10) 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 not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 11) 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. 12) 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 of ianrarac; Purchasing anti Contracts Division CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR The Sherwin-Williams Company 101 Prospect Avenue, N.W. Cleveland, OH 44115 Mr. Louis Stellato 13) Termination 13.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor 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 this termination. 13.2 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. 14) Uncontrollable Forces 14.1 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, 5 of Tamarac,, c,, Purchasing and Contracts Division storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 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. 15) 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. 16) 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. 17) 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. 18) 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. 19) 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. 20) No Construction Against Drafting Party N City of Tamarac; t- Purchasing and Contracts Division 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 of Tamarac Purchasing and Contracts Divisiorx 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 duly authorized to execute same. ATTEST: -_ Marion Swenson, CMC City Clerk -� lll�;� 1 c Ddte CITY OF TAMARAC Date Jeffrey . Mi er, City Manager -�11 Date ATTEST: THE SHERWIN-WILLIAMS COMPANY Company ame ignatu a of Cor r e Secretary a Vice President eo tzoi� Louis Stellat Joan L..Ault Type/Print Name of Corporate Secy, Type/Print Name (CORPORATE SEAL) June 27, 2007 Date City of 7wriarac W Ptlrctlasimg and Contracts division CORPORATE ACKNOWLEDGEMENT STATE OF OHIO 1�9 COUNTY OF _ cuYAxoGA 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 Louis E. Stellato & John L. Ault, of The Sherwin-Williams Company an Ohio Corporation, 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. WITNESS my hand and official seal this . day of June 28 , 2007 . 1, ­� I Signature of Notary,Public ^Sj?te %mica" at large d fro Notary puwiiC, State of Ohio, Cuy. C:y, My commission ExpirF14 Print,Type or Stamp Name of-flotary Public Rr_ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID TAKE AN OATH, OR ❑ DID NOT TAKE AN OATH. 6 of 6 ACg'ree me/7t Cotporate Acki7owterige ent City of Tamarac e..chasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND HARPSTER OF PHILIPSBURG, INC. THIS AGREEMENT is made and entered into this X day of Jv n- e , 20 a 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 Harpster of Philipsburg, Inc., a Pennsylvania corporation, with principal offices located at 202 Airport Road, Philipsburg, Pennsylvania 16866 (the "Contractor") to provide for heavy duty roof tarps for the City, and for agencies within the Southeast Florida Governmental Purchasing Cooperative (the "Co-op"). 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, Bid Document No. 07-26B, "Annual Requirements for Roof Tarps", including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal 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 Invitation for Bid #07-26B, "Annual Requirements for Roof Tarps" as issued by the City, and the Contractor's Proposal, dated June 8, 2007, Bid #07-26B, "Annual Requirements for Roof Tarps" as issued by the City 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 heavy -grade roof tarps in the size and grade as ordered by the City or other member of the Co-op. 2.1.2 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. When required by the City, the Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in of Tamarac and Contracts Divisioi'r 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, 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 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) Contract Term The term of this Agreement shall be for one (1) year period from the effective date of this Agreement. This Agreement may be renewed for up to three (3) additional one (1) year terms at the same terms and conditions as the original term, upon mutual agreement of both parties. 5) Pricing 5.1 Prices quoted shall be F.O.B. destination, according to the rate in effect on the date set forth in the proposal and shall include all fuel surcharges and demurrage charges. Pricing shall remain and firm and fixed through the contract period. 5.2 No price increase will be accepted during the initial contract period. The successful contractor may submit a price increase or decrease request to be effective on the anniversary date of the Agreement, based on contractor's actual material, freight or fuel cost. To qualify for this increase, the contractor must submit justification and written verification from mate rial/freight/fueI distributor(s) to the Purchasing Division prior to initial contract term expiration, including copies of actual invoices, or other appropriate documentation. Under NO circumstances will the contractor be permitted to request additional profit. The City will accept a price decrease at any time. 5.3 The prices for heavy grade tarps and accessories are as follows: Tarp, Heavy Grade, 30' x 40' $103.20 Each Delivered Tarp, Heavy Grade, 30' x 50' $129.00 Each Delivered Industrial Bungee Cord, 24"L, 9mm Diam. $ 0.50 Each Delivered Industrial Bungee Cord, 36"L, 9mm Diam. $ 0.70 Each Delivered Tarp Tape, 2"w x 35', waterproof $ 3.50 Each Delivered of Tamarac Purchasing and Contracts Division 6) Payments Payment will be made after proper delivery of compliant products, and receipt of a properly completed invoice. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. Each member of the Co-op shall be responsible for their payment arrangements. 7) Warranty Contractor shall provide the manufacturer's standard warranty of merchantability, and fitness for a particular purpose. All warranties are to be provided to the Purchasing & Contracts Manager prior to the effective date of this Agreement. 8) Indemnification 8.1 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 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. 8.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 8.3 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. City of Tamarac 9) Non -Discrimination & Equal Opportunity Employment Purchasing and Contracts Division During the performance of the Contract, the 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. 10) 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 not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 11) 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. 12) 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 of Tamarac Purrhasing and Contracts Division U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: Cd111 VA City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney_ at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Harpster of Philipsburg, Inc. 202 Airport Road Philipsburg, PA 16866 Douglas W. Harpster, President 814-342-2930 13) Termination 13.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor 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 this termination. 13.2 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. 14) Uncontrollable Forces 14.1 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 5 of Tamarac Purchasing and Contracts Division nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 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. 15) 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. 16) 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. 17) 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. 18) 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. 19) 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. 6 City of Tamarac 0 - 1--,----,---,-,-, 1-1-1111111- 1--- Purrhasing and Contracts Division 20) 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 of Tamarac Purrhasing 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:. Marion- Swenson, CIVIC City Clerk 0 ID to ATTEST: SignatwW Corpofatd,,SkretM�� Douglas W. Har ster Type/Print Name of Corporate Secy. (CORPORATE SEAL) Beth •. .• • Mayor -1li (alco Ddte z 4. IA7WA Jeffre L. Wler, City Manag II(.,.loq Da et HARPSTER OF PHIILIPSBURG, INC. Compan a P(esdent Douglas W. Harpoer Type/Print Name Date � � M of Tamarac _ _ _ _ Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF P(5 .J .SYLVehatr, :SS COUNTY OF C-6 PZ-A-D 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 Douglas W. Harpster, President , 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�Way of IlUkLC— 92001. Signature ot Notary Public COMMONWEALTH OF PENNSYMVW Notarial Seal Michael A. Czap, Notary Public Decatur Tarp Gleaffield GB My Commission Expires July 11, 2007 P Member, Penns;Avenia association Of NoteW of nt, Type or Stamp e of Notary Public 1/1 Personally known to me or ❑ Produced Identification Type of I.D. Produced U D I D TAKE AN OATH, OR ❑ DID NOT TAKE AN OATH. 6 of 6 Agreernent Corporate Acknowledgement