Loading...
HomeMy WebLinkAboutR4- Facilities Management CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION From: James W. Sharer Subject: REROOFING OF AREA 3 Facilities Management CAROUSEL MALL Date: June 25, 1996 ------------------------------------------------------------------------------- Synonsis of Previous Council Action(s): On January 22, 1996, the Mayor and Common Council adopted Resolution 96-24 authorizing the execution of an agreement between the City of San Bernardino and Bryant Universal for the furnishing and delivery of reroofing of Area 3 at the Carousel Mall. ------------------------------------------------------------------------------- Recommended Motion(s): (Mayor and Common Council) MOTION: RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND TECHNICAL APPLICATIONS FOR THE FURNISHING AND DELIVERY OF REROOFING OF AREA 3 AT THE CAROUSEL MALL; AND REPEALING RESOLUTION NO. 96-24. James W. Sharer Facilities Management ------------------------------------------------------------------------------- Contact Person(s) : James Sharer Phone: 5244 Project Area(s) : Central City Projects Ward(s): Supporting Data Attached: Staff Report; Resolution Funding Requirements: Amount: $50,000 Source: Tax Increment Budget Authority: Approved 1995-96 EDA Budget ------------------------------------------------------------------------------- Council Notes: ------------------------------------------------------------------------------- JS:2190A COMMISSION MEETING AGENDA Meeting Date: 7/01/1996 , � Agenda Item Number—A+— CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT The proposed purchase is to reroof Area 3 , comprising 5000+ square feet of Carousel Mall Roof to be utilized in the daily operations of the Facilities Management Department . On January 22 , 1996, Resolution 96-24 was adopted authorizing the execution of an agreement between the City of San Bernardino and Bryant Universal for the furnishing and delivery of reroofing of Area 3 at the Carousel Mall . On May 30, 1996, it was learned that Bryant Universal had filed Bankruptcy and was out of business . On June 11, 1996, Technical Applications, the second low bidder, said they would still honor their bid of $46, 747 . 00 . The extra $3 , 253 . 00 (70-.) would be a contingency amount to cover any unforseen expenses that may arise . The previous contract had a 100 contingency included. Specifications as bid have been reviewed by Facilities Management and the Purchasing Agent, who concur that Technical Applications meets specifications and requirements . It is therefore recommended that the bid be accepted for contract . 75-0264 l . BIDDERS PROPOSAL AND ST �tTY �f ING DEP R TWIT AT �S For furnishing and delivering of Re-roofing Are&Lk3ff2D:'&a r"e10Mall In accordance with Bid Specification No. F-96-17 R E C E I V eD TO THE CITY OF SAN BERNARDINO SAN BERNARDINO, CALIFORNIA Gentlemen: The undersigned proposes and agrees to furnish and deliver to the City of San Bernardino Re-roofing Area 3 at Carousel Mall For the sum of: p► Price for EA _ $ Sales Tax .� $ Other (specify) $ TOTAL State total in words (note: in case of a discrepancy between words and fig es the wor all prevail-tot inc udes s es tax) . $ G�x (4W4 ed &4., Gds, For equipment and supplies: Make/Model: Manufacture: 1l Delivery to be completed w' 'n days of execution. Warranty information: Firm Name: Business Address: Icz�s�zl�t 433�a- Business Phone: 0 - - Fax: 0 -1cM7 Minority Business Status (?) (YINI(YIN Type By: (printed name) _M l ` Q C C60 It Title EXMA3 S ignature: �d C� L�6Wt� Date• /7%J NOTE: ONCE THIS OFFER IS ACCEPTED AND SIGNED BELOW, IT BECOMES A CONTRACT. All provisions of Specification F-96-17 apply. Some awards are subject to formal approval/resolution by the Mayor and Common Council of the City of San Bernardino. CITY OF SAN BERNARDINO Date: By: John P. Murphy, C.P.M. Purchasing Manager 44 SERVICES AGREEMENT THIS AGREFM is entered into this day of , 19 between Upon ("CONTRACTOR") and the CITY OF SAN ARDIN(�" ( CITY" ..................... WITNESSETH: 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 has 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-96-17 . 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. 5. 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 f 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 or 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 "D" Street San Bernardino, CA 92418 TO THE CONTRACTOR: C O T MUS 2 491 Nothing in this paragraph shall be construed to prevent the giving of notice by personal service. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above shown. Date: ��� By:<... . . ••��� �'3usiness" ame igriature CITY OF SAN BERNARDINO Date: Hy: John P. Murphy, Purchasing Manager City of San Bernardino ATTEST: Rachel Clark, City Clerk Approved as to form and legal content: James F. Penman, City Attorney By: 3 0 1