Loading...
Signed Contract_Experienced Roofing for Municipal Services Center Roof RepairCity of Dubuque City Council Meeting Consent Items # 010. Copyrighted October 3, 2022 ITEM TITLE: Signed Contract(s) SUMMARY: Dubuque Community School District for School Resource Officers for School Year 2022-2023; Dubuque Community School District for Drug Abuse Resistance Education Cooperative Program from School Year 2022-2023; Experienced Roofing for the Municipal Services Center Roof Repair; Gavilon Grain, LLC for salt transfer and handling services; Graymont Western Lime, Inc. for the Eagle Point Water Plant High Calcium Quicklime; Hawkins Inc. for the Eagle Point Water Plant Sodium Hypochlorite; James Orr Coating I nspection, LLC for multiple water tank inspections; MSA Professional Services, Inc. for the Briarwood Subdivision Water Connection; W/K Construction for the 2022 Asphalt Milling Project - Project Number 2022-6. SUGGESTED Suggested Disposition: Receive and File DISPOSITION: ATTACHMENTS: Description Type Drug Abuse Resistance Education Cooperative Supporting Documentation Program from School Year 2022-2023 Contract School Resource Officers for School Year 2022-2023 Supporting Documentation Contract Municipal Services Center Roof Repair Contract Supporting Documentation Salt Transfer and Handling Services Contract Supporting Documentation Eagle Point Water Plant High Calcium Quicklime Supporting Documentation Project Eagle Point Water Plant Sodium Hypochlorite Contract Supporting Documentation Multiple Water Tank Inspections Contract Supporting Documentation Briarwood Subdivision Water Connection Contract Supporting Documentation 2022 Asphalt Milling Project Contract Supporting Documentation THE CITY OF DUB E Masterpiece on the Mississippi CITY OF DUBUQUE,IOWA SHORT FORM VENDOR SERVICE AGREEMENT City of Dubuque Public Works Department 925 Kerper Court Dubuque, IA 52001 (563) 589-4250 THIS VENDOR SERVICE AGREEMENT(the Contract), made in triplicate, between the City of Dubuque, Iowa (City), by its City Manager, through authority conferred upon the City Manager by its City Council and Experienced Roofing (Vendor) of the City of Dubuque (VendorName) PO Box 1687 52004-1689 (VendorAddress- City and State) PROJECT TITLE: MUNICIPAL SERVICES CENTER ROOF REPAIR For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows. VENDOR AGREES: 1. To furnish all material and a ui mentand to perform all labor necessa for the Project): On the main level roof at the wall adjacent to the upper level there is a 270' long wall that the rubber roofing membrane is pulled away from the angle change where the wall meets the roof. This is getting worse due to the ballasted roof. This means the rock is what is securing the rubber in place. And as the rubber shrinks as it gets older, the pull on the roofing membrane at the base of the walls becomes greater. l . Relocate the rock for the entire 270' length of this wall at least 3' away from the wall. 2. Cut the rubber at the wall -roof juncture. 3. Provide and install new securement at this juncture using 6" QA RTS with screws and plates. 4. Clean the rubber on the wall and the rubber on the roof, removing all dirt and debris. 5. Provide and install new 60 mil rubber membrane and totally adhere it to the wall and make field seams onto the wall and onto the old roofing membrane on the flat roof. 6. Reflash four small curbs and 5 pipes. Page 1 of 5 The work described above shall be completed at the following locations : All work will be completed at the Municipal Services Center, The Project shall be completed in strict accordance with the terms as described in this Contract; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque. 2. Contract Documents shall mean and include the following: This Contract; all ordinances and resolutions heretofore adopted by the City Council having to do with this Project; the Vendors Proposal; and any, Plans and Specifications and General Requirements as adopted by the City Council forthe Project which are listed in the Special Conditions section of this Contract. 3. All materials used by the Vendoron this Project shall be of the quality required by the Contract Documents and shall be put in place in accordance with the Contract Documents. 4. The Vendorshall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Vendor. 5. The Vendor has read and understands the Contract Documents and has examined and understands the project description described in Section 1 of this Agreement and any attached Special Conditions herein referred to and agrees not to plead misunderstanding or deception becauseof estimates of quantity, character, location orother conditions surrounding thesame. 6. The Vendorshallfullycomplete the Project underthisContracton or before NOVEMBER 1 2022 (HATE) 7. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, Vendor shall defend, indemnify and hold harmless City, its officers and employees, from and againstall claims, damages, losses and expenses claimed by third parties, but not including any claims, damages, losses or expenses of the parties to this Contract, including butnot limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injuryto or destruction of property, including loss of use resultingtherefrom, butonlyto the extent caused inwholeorin partby negligentactsoromissionsof Vendor,or anyone directlyorindirectly employed by Vendor or anyone for whose acts Vendor may be liable, regardless of whetheror not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 8. Unless otherwise specified in the Contract Documents, prior to the commencement of any work on this Project and at all times during the performance of this Contract, the Vendor shall provide evidence of insurancewhich meets the requirements of the City's Insurance Schedule attached to this Contract and listed in the Special Conditions section. 9. The Vendoragrees that no work underthis Contract shall commence on the Project until the City has issued a written "Notice to Proceed" to the Vendor. Anywork started by the Vendorprior the issuance of the Notice to Proceed shall be considered unauthorized and done atthe sole risk to the Vendor. Page 2 of 5 10. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuantto this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration foran award. THE CITY AGREES: Upon the completion of this Contract, and the acceptance of the Project by the City Manager, the City agrees to pay the Vendor as fu If compensation forth e complete performance of this Contract, the amount determined forth e total work completed at the prices stated in the Vendor's Proposal and less any liquidated damages provided for in the Contract Documents. The work as stated in the Contract Documents is approximate only, and the final payment shall be made for the actual work completed as listed below in this Contract. CONTRACT AMOUNT $14,800.00 THE MAXIMUM CONTRACT AMOUNT SHALL BE LIMITED TO AN INCREASE OF 10 % OF THE ABOVE LISTED ESTIMATED AMOUNT CITY OF DUBUQUE,IOWA By: AAZLW4 k 09/11 /2022 ichael C. Van Mi ligen Date City Manager VENDOR: By:11 #�r .R. i 7 Date rf /rJ Printed Name Page 3 of 5 Title Page 4 of 5 The following Special Conditions shall apply to this Nroject: NO SPECIAL CONDITIONS APPLY TO THIS PROJECT RFV. 07/18 Page 5of5