Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-97-178Temp. Reso. #7920 Page 1 July 23, 1997 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-97-/ 78 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #97-12B FOR THE REROOFING OF THE MULTIPURPOSE BUILDING TO HURRICANE ROOFING, INC; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE A CONSTRUCTION SERVICES AGREEMENT FOR ROOFING REPAIRS; AUTHORIZING AN EXPENDITURE WITHIN THE GENERAL FUND IN AN AMOUNT NOT TO EXCEED $23,333; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the roof of the Multipurpose Center has been repaired on numerous occasions in an attempt to stop active water leaks; and WHEREAS, an inspection of the roofing system indicates that these repair attempts have been ineffective in stopping the flow of water through the roof membrane; and WHEREAS, engineering analysis has indicated the need to reroof this facility to prevent further water infiltration and to avoid potential structural damage; and WHEREAS, the City of Tamarac publicly advertised Bid #97-12B for the reroofing of the Multipurpose Building in the Sun -Sentinel on January 19th and 26th, 1997; and WHEREAS, on April 3, 1997, eleven (11) bids were opened and reviewed to determine cost and responsiveness to the City's technical specifications; and WHEREAS, Hurricane Roofing Paint submitted the lowest responsive bid proposal at $23,333; and Temp. Reso. #7920 Page 2 July 23, 1997 WHEREAS, it is the recommendation of the Director of Public Works, the Public Works Operations Manager and the Purchasing/Contracts Manager that Bid #97-12B be awarded to the lowest responsive and responsible bidder, Hurricane Roofing; and WHEREAS, available funds exist in the General Fund Budget for said purpose; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the award of Bid #97-12B for reroofing the Multipurpose Center to Hurricane Roofing in an amount not to exceed $23,333. 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 award of Bid #97-12B to Hurricane Roofing in the amount of $23,333 is hereby approved, a copy of the Bid Tabulation being hereto attached as Exhibit 1". SECTION 3: That the appropriate City Officials are hereby authorized to execute an agreement with Hurricane Roofing for reroofing the Multipurpose Center, a copy of said agreement being hereto attached as Exhibit "2". SECTI,QN4: Authorizing the City Manager or his designee to close the bid award, including but not limited to making final payment and releasing of funds upon the satisfactory completion of work. Temp. Reso. #7920 Page 3 July 23, 1997 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. SE T.� ION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 1997. JOE SCHREIBER MAYOR ATTEST: - - CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I RECORD OFWOMPSKN+I Ol a roved this RESOLUTION as to f MAYOR SCHREIBER DIST 1: COMM. McKAYE DIST 2: WM MISHKIN DIST 3: 'COMM. SUt TAM)F { T #: MM. BERTS MITCHELL S. CITY ATTORNEY MAG (Comm. Mtg. 7/23/97) K Lf'/ / /Q III A • AID Co n W r l N OD N V N W N r 1 W 1a N .A N C� N 00 W O 4 C O C Q C C to C w tfi N to w t� m fA O c CD CD o: tv o: W v N 00 V W V A w 0 w w v a o ►^+ a �O o �Q $ Oo a tJ v W LA OQ Lh roc O LA aH a r� n O C 9 ov �tzt w tv �°o y V r� g�b�dC�rJ �d to d 0 EXHIBIT "2" TEMP RESO # 7920 rATel a:10T1;QqI BETWEEN THE CITY OF TAMARAC AND HURRICANE ROOFING CORPORATION FOR REROOFING THE TAMARAC MULTIPURPOSE BUILDING T1q s'vc y THIS AGREEMENT is made and entered into this jO day of ,tare, 1997 by and between the City of Tamarac, a municipal corporation with principle offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Hurricane Roofing Corporation with principle offices located at 5424 NW 24 Street #205, Margate, Florida 33064 (the "Contractor") to provide for Reroofing the Tamarac Multipurpose Building at 7531 N. University Drive, Tamarac, FL. 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary, and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated herein. 2) The Work The Contractor shall perform all work for the City required by the bid specifications including but not limited to the following: 1. Contractor shall furnish all labor, materials, and equipment necessary to Reroof the Tamarac Multipurpose Building. 2. Contractor shall furnish all labor, materials, transportation, equipment, and any other services required to remove and/or prepare surfaces for removing the old gravel roof system and replacing with a roofing system asspecified in the bid specifications. G-S S-YsTV;n.S 3. Contractor shall clean up and remove each day all debris and material created by the work at Contractor's expense. 4. Contractor shall supervise the work force to ensure that all workmen conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 5. All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. wwpdata/roo&ng 9?-i/Y TEMP RESO # 7920 6. Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of inclement weather. 7. Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workmen's Compensation Insurance, Unemployment Insurance, Contractor's Liability Insurance, and all other insurance required by law. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this . Agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than fifteen (15) days after the date that Contractor receives the Purchase order. 5) Contract Sum The Contract Sum for the above work is Twenty -Three Thousand Three Hundred and Thirty -Three Dollars ($23,333.00). The Contract Sum is determined by the cost of labor and materials for the job located at 7531 N. University Drive, Tamarac, FL, also known as Tamarac Multipurpose Building. 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City wwpdaWrooFmg K`7 • TEMP RESO #7920 shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty/ �u►ELJC Contractor warrants Reroofing of the Multipurpose Building against material and labor defect for a period of -years from the date of completion of the work. In the event that defect occurs during this time, Contractor shall perform the appropriate steps to rectify the defects to the satisfaction of the City of Tamarac. Contractor shall be responsible for any damages caused by defect to affected area or to interior of structure. 0 9) Indemnification The contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent contractors, property damage solely attributable to the gross negligence or wilful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all Federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. wwpdata/roofing le9`7 /f7/ C� r� u TEMP RESO # 7920 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personal policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior written consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the City. 13) Notice Whenever either party desires or is required under this Agreement to give notice to nay other party, it must be give by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY Robert N. Noe, City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. Richard F. Milanese, Jr. President Hurricane Roofing Corporation 5424 NW 24th Street #205 Margate, FL 33064 (954) 975-0500 u:wpdata/rWfing (,� 0 1 rl i' TEMP RESO # 7920 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon thirty (30) days written notice by the terminating party to the other party of 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. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of three (3) days after receipt by Contractor of written notice of such neglect or failure. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. 16) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 18) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be Supplemented and/or amended only by a written document executed by both the Contractor and the City. u:wpdata/roofing /C - 5 '? -- / 19 1? r� C� J is TEMP RESO # 7920 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Hurricane Roofing Corporation, signing by and through its President, duly authorized to execute the same. ATTEST: Carol Evans, City Clerk Date: .3 0 / % 7 7 ATTEST: C ta-t-e Se reta Type/Print Name of borporate Sec. (CORPORATE SEAL) wwpdMa/rooring CITY OF TAMARAC � �-Q 1.� Schreiber, Mayor Date: 19 �30 / 99 7 Robert S. Noe, Jr., City M Mager Date: .36 /fig 7 Approved as to form and legal s ncy 7 itch S. Kraft, City At r ey HURRICANg ROOFINGCORP TION ichard F. Milanese, Jr., Presi ent Richard F. Milanese, Type/Print Name of President Date:^C /f v 7 k1- 9� - / q/ • • STATE OF FLORIDA ) ) SS: COUNTY OF BROWARD) 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 -.T66F to me known to be the person(s) described in and who executed the foregoing instrument and r,�cy acknowledged before me that 7��y executed the same. WITNESS my hand and official seal in the County and State last aforesaid this 30 7N- day of S-in 19 . f) Personally know to me or ) Produced Identification ( ) DID take an oath DID NOT take an oath NOTARY PUBLIC, State of Florida (Name of Notary Public: Print, Stamp or Type as Commissioned) Type of I.D. produced tttttttattttttttttttttttttttatttttttttttttttttti k, Patricia Marcurio Notary Public. State of Florida Commission No. CC 422913 < OF Ro�My Commission Expires 11/27/91 14M$ NOTARY - M Nouey Savix k HaadWy Co, E • TEMP RESO # 7920 STATE OF FLORIDA :SS COUNTY OFF : HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in h County aforesaid totake acknowledgments, personally appeared _ Corporate n, to me known T be the person(s) described in and who executed the foregoing Instrument and acknowledged before me that _executed the same. WITNESS my hand and official seal this day of ersonally known to me or ( Produced Identification NO Aft UBLIC, StaWOF�1 redo at Large (Name of Notary Public: Print, Stamp, or Type as Commissioned) Type ofI.D. Produced ( ) DID not take an oath, or ( ) DID NOT take an oath. NARY W`�r4,D�r����+.. IA wwpdaWrooring