HomeMy WebLinkAbout1996-192
I RESOLUTION NO. 96-192
2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF
SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT BETWEEN THE
3 CITY OF SAN BERNARDINO AND TECHNICAL APPLICATIONS FOR THE FURNISHING
AND DELIVERY OF REROOFING OF AREA 3 AT THE CAROUSEL MALL; AND
4 REPEALING RESOLUTION NO. 96-24.
5 NOW, THEREFORE BE IT RESOLVED, DETERMINED AND ORDERED BY
THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS
6 FOLLOWS:
7
SECTION 1.
That Resolution Number 96-24 authorizing the
8 execution of an agreement with Bryant Universal for the furnishing.
9 and delivery of the reroofing of Area 3 at the Carousel Mall be
10 repealed.
II
SECTION 2.
That Technical Applications is the lowest and
12 best responsible bidder for the furnishing and delivery of the
13 reroofing of Area 3 at the Carousel Mall, in accordance with Bid
14 specification F-96-17 for the total amount of $50,000.00; and all
15 other quotations therefore are hereby rejected.
16
SECTION 3.
That the Mayor of the City of San Bernardino
17 is hereby authorized and directed to execute on behalf of the City
18 of San Bernardino an agreement with Technical Applications for
19 reroofing of Area 3 at the Carousel Mall, inaccordance with Bid
20 specification F-96-17 for the total amount of $50,000.00.
21
SECTION 4.
The authorization to execute the above
22 agreement is rescinded if it is not signed within sixty (60) days of
23 the passage of this resolution.
24 II
25 II
26 II
27 II
28 II
III" 's 96-1921
I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF
SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT BETWEEN THE
2 CITY OF SAN BERNARDINO AND TECHNICAL APPLICATIONS FOR THE FURNISHING
AND DELIVERY OR REROOFING OF AREA 3 AT THE CAROUSEL MALL; AND
3 REPEALING RESOLUTION NO. 96-24.
4 I HEREBY CERTIFY that the foregoing Resolution was duly
5 adopted by the Mayor and Common Council of the City of San
9
10
II
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
6
7
Bernardino at the
regular
meeting thereof, held
on the 1st
day of
July
, 1996, by the following
8 vote, to wit:
Council Members: AYES
NEGRETE X
CURLIN X
ARIAS X
OBERHELMAN X
DEVLIN X
ANDERSON X
MILLER
of
The foregoing resolution is
July , 1996.
Approved as to form
and legal content:
JAMES F. PENMAN
City Attorney
~~
NAYS
ABSTAIN
ABSENT
X
~-~
hereby approved this sl:f.. day
~ J11J.~"~
, -
Tom Minor, Mayor
City of San Bernardino
RES ?6-1?2
96-,192
(
(
,
SBRVICBS AGRBBMBNT
THIS AGRBBM
19~ between
the CITY OF S
day of :J::q
("CONTRACTOR")
,
and
WITNBSSBTH:
A. WHEREAS, CITY has need for re-roofing services within
the CITY and,
B. WHEREAS, CONTRACTOR is competent, experienced and able
to perform said services: and,
C. WHEREAS, CONTRACTOR,h~s provided the lowest responsible
bid for the providing of such services;
NOW THEREFORE, the parties hereto agree as follows:
1. CONTRACTOR shall furnish re-roofing services to CITY in
accordance with Bid Specifications F-~~-17.
2. Over the term of this Agreement, CONTRACTOR shall be paid
for such services an amount in accordance with Bid Specification
F-96-17 Bidder's Proposal and statement.
3. CONTRACTOR shall provide the Facilities Management
Department with a monthly invoice in arrears and shall be provided
payment within thirty (30) days therefrom. CITY retains the right
to challenge all or any part of an invoice.
4. The term of this Agreement shall be one (1) year from the
date first above shown.
S. CONTRACTOR shall indemnify, defend and hold CITY, its
officers, employees and agents harmless from any claim, demand,
liability, suit, judgement or expenses (including, without
limitation, reasonable costs of defence) arising out of or related
to CONTRACTOR's performance of this agreement, except that such
duty to indemnify, defend and hold harmless shall not apply where
1
4
RES 96-192
. .
(
injury to person or property is caused by CITY's willful misconduct
or sole negligence.
6. While not restricting or limiting the foregoing, during
the term of this Agreement, contractor shall maintain in effect
policies of comprehensive public, general and automobile liability
insurance, in the amount of $1,000,000.00 combined single limit,
and statutory worker's compensation coverage, and shall file copies
of said policies with the CITY'S Risk Manager prior to undertaking
any work under this Agreement.
7. CONTRACTOR shall perform work tasks as directed by the
Facilities Management Department, but for all intents and purposes
contractor shall be an independent contractor and not an agent ~r
employee of the CITY.
8. In the performance of this Agreement and in the hiring and
recruitment of employees, contractor shall not discriminate on the
basis of race, creed, color, religion, sex, physical handicap,
ethnic background or country of origin.
9. Any notice to be given pursuant to this Agreement shall be
deposited with the United states Postal Service, postage prepaid
and addressed as follows:
TO THE CITY:
James Sharer, Director
Facilities Management Department
300 North "0" Street
San Bernardino, CA 92418
TO THE CONTRACTOR:
2
4-
RES 96-192
(
(
. "
Nothinq in this paragraph shall be construed to prevent the
qivinq ot notice by personal service.
ZN WZTNESS WBBREOP, the parties hereto have executed this
Agreement on the day and date first above shown.
Date:
..-
~
J.gnature .. .. ......... ..' ..... .. .. ....
CITY OF SAN BERNARDINO
Date:
7 - 3D-96
ay:
P. Murphy,
asing Manager
of San Bernardino
ATTEST':
Ra~~
~
City Clerk
Approved as to form
and legal content:
James F. Penman,
city Attorney
By:
3
4