Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2021-109Temp. Reso. No. 13656 September 4, 2021 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2021 - A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AGREEMENT BETWEEN THE CITY OF TAMARAC AND TSC ASSOCIATES, INC. TO PROVIDE HOME INSPECTOR, SPECIFICATION WRITER AND CONSTRUCTION LIAISON SERVICES AT A MAXIMUM AMOUNT OF $2,800 PER PROJECT FROM SEPTEMBER 22, 2021 THROUGH SEPTEMBER 22, 2024, WITH AGREED UPON RENEWAL OPTIONS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AGREEMENT ATTACHED HERETO AS EXHIBIT 1" AND INCORPORATED HEREIN; PROVIDING FOR RENEWALS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac currently utilizes TSC Associates, Inc. as the City's Home Inspector, Specification Writer and Construction Liaison for the implementation of the City's various housing programs; and WHEREAS, the City issued Request for Proposal 21-13R for a Home Inspector, Specification Writer, & Construction Liaison for the Community Development Housing Rehabilitation Programs on June 13, 2021; and WHEREAS, the City received three (3) responses to this Request for Proposal from TSC Associates, Inc., Housing and Assistive Technology, Inc. and TRC Worldwide Engineering, Inc.; and WHEREAS, TSC Associates, Inc. submitted the highest ranked proposal based on scoring of the evaluation committee; and WHEREAS, the evaluation committee consisted of various city staff: Housing & Community Development Manager, Housing and Community Temp. Reso. No. 13656 September 4, 2021 Page 2 of 5 Development Programs Coordinator II, City Engineer, Risk & Safety Manager, and Permit Services Supervisor; and WHEREAS, TSC Associates, Inc. has agreed to serve as the home inspector, specification writer and construction liaison for a three (3) year term with potential for renewal; and WHEREAS, a renewal option beyond September 22, 2024 may be permitted under the Agreement at the option of the City subject to mutual agreement and subject to successful performance by TSA Associates Inc.; and WHEREAS, the maximum value per project is $2,800 for the entire term of the Agreement; and WHEREAS, there are funds available in the CDBG, HOME, and SHIP programs to cover all costs associated with the performance of the home inspector, specification writer and construction liaison services provided by TSC Associates, Inc; and WHEREAS, it is the recommendation of the Community Development Director and the Purchasing and Contracts Manager that the Interim City Manager be authorized to execute the Agreement and any subsequent renewal options subject to mutual agreement and successful performance by TSC Associates, Inc.; 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 Agreement, Exhibit "1" (attached hereto, incorporated herein, and made a specific part thereof); and Temp. Reso. No. 13656 September 4, 2021 Page 3 of 5 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 and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The appropriate City officials are hereby authorized to execute the Agreement and any subsequent renewal option subject to mutual agreement and successful performance by with TSC Associates, Inc. to serve as the City's Home Inspector, Specification Writer and Construction Liaison, a copy of said Agreement is attached hereto as Exhibit 1". SECTION 3: The City Commission approves this Agreement, and authorized expenditures under the Agreement for an amount not to exceed $2,800 per project. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or Temp. Reso. No. 13656 September 4, 2021 Page 4 of 5 invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) Temp. Reso. No. 13656 September 4, 2021 Page 5 of 5 PASSED AND ADOPTED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THISv 9""� DAY OF SEPTEMBER, 2021. ATTEST: JEN ER H' S Cl CLERK I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS l Q\FORM: � � • CITY OF TAMARAC, FLORIDA Michelle J. Gomez, 10YOR M. GOMEZ M. BOLTON `S M. GELIN E. VILLALOBOS U,S D. PLACKO TAMAR C The City For Your Life AGREEMENT BETWEEN THE CITY OF TAMARAC AND TSC ASSOCIATES, INC. ''✓i THIS AGREEMENT is made and entered into this vV� day of S�1/� Z 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 TSC ASSOCIATES, INC, a Florida corporation with principal offices located at P.O. Box 120487 Fort Lauderdale, FL 33312 (the "Contractor") to provide for City-wide HOME INSPECTOR, SPECIFICATION WRITER & CONSTRUCTION LIAISON FOR COMMUNITY DEVELOPMENT DEPARTMENT HOUSING REHABILITATION PROGRAMS 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, Invitation for Request for Proposal (RFP) Document # 21-13R, "HOME INSPECTOR, SPECIFICATION WRITER & CONSTRUCTION LIAISON FOR COMMUNITY DEVELOPMENT DEPARTMENT HOUSING REHABILITATION PROGRAMS", 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 RFP # 21-13R, "HOME INSPECTOR, SPECIFICATION WRITER & CONSTRUCTION LIAISON FOR COMMUNITY DEVELOPMENT DEPARTMENT HOUSING REHABILITATION PROGRAMS" as issued by the City, and the Contractor's Proposal response dated 0111lEM, Request for Proposal RFP #21-13R as issued by the City shall take precedence over the Contractor's Bid. 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 labor, materials, and equipment necessary to perform the services required for the locations included in the bid package RFP #21-13R, HOME INSPECTOR, SPECIFICATION WRITER & CONSTRUCTION LIAISON FOR COMMUNITY DEVELOPMENT DEPARTMENT HOUSING REHABILITATION PROGRAMS 2.1.2 Contractor shall furnish all labor, supplies, materials, equipment, tools, service and supervision necessary to properly perform and maintain each City facility in a neat, clean and orderly manner as per the specifications listed within the bid document. 2.1.3 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the TAMARAC The City For Your Life if I ; i,,•:�iC Pt��ch , ;art[, �;r�d C;t:,ntl ,,, �i'v �, , operation of equipment and in the performance of the work. 2.1.4 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 Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in 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 The following are required types and minimum limits of insurance coverage that the Contractor agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability $1,000,000 Occurrence & Aggregate Limit Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 Occurrence & Aggregate Limit Workers' Compensation & Employer's Liability Statutory Professional Liability (Claims Made Policy) $1,000,000 Occurrence & Aggregate Limit 3.3 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 3.4 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. The TAMARAC The City For Your Life 1 i 1, �7�t.-RG r (.IGi7 �. lr711 �1i71 (,(ilkf UlV, .7x City reserves its right to select its own defense counsel. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4. Term of Contract The initial contract period shall be for three (3) years beginning upon award final contract execution and award of the Agreement. The City reserves the right to exercise the option to renew for an additional two (2) year period, for a total contract period not to exceed five (5) years. The City requires a firm price for the initial three (3) year contract period. Renewals will be based on the successful contractor agreeing to the same terms and conditions and by filing written notice to the City not less than ninety (90) days prior to renewal date of any adjustment in the contract amount. Contract renewal shall be based on satisfactory performance, mutual acceptance, and determination that the contract is in the best interest of the City. In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Purchasing and Contracts Manager. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the City. 5. Contract Pricing Contract pricing shall be per the unit pricing enumerated in the Schedule of Values shown in Exhibit A, herein. The "Total Bid Price" to Perform Services and Tasks" price (item 1) for each individual project shall include all costs for the Contractor to provide the services and tasks enumerated in Request for Proposal #21-13R, "HOME INSPECTOR, SPECIFICATION WRITER & CONSTRUCTION LIAISON FOR COMMUNITY DEVELOPMENT DEPARTMENT HOUSING REHABILITATION PROGRAMS", Article VII, "TECHNICAL REQUIREMENTS AND SPECIFCATIONS", "REQUIRED SERVICES AND TASKS", except for Section 5.22, which shall be an "Additional Fee" (as shown in Exhibit A, item 7). Contractor shall provide individual quotations for each project executed under this when only certain components are required, as requested by the City. Accordingly, It may be necessary to remove or deduct some items from the Total Bid Price due to requirements of that project. Items 2 through 6 on the Schedule of Values are included as "A La Carte Cost Schedule" items; and reflect tasks that may be deducted from the Total Bid Price. Please note that the sum of A La Carte items shall not be greater than the Total Bid Price. 6. Payments 6.1 Payment will be made monthly for work that has been completed, inspected and properly invoiced. Invoices must bear the project name, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits shall be processed before the warranty period begins. 6.2 All payments under this Agreement shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. TAMARAC The City For Your Life Cri 7. Remedies 7.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. 8. Change Orders 8.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 8.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. TAMARAC The City For Your Life City of Tamarac - ----- -- -- - _ Iurclr�,��,��}�n'C — ---- ----- ---- -- 8.6 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9. No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and TAMiR- C The City For Your Life ;ihi ot` rtirrarrc Purchasing and Contracts Division exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 10. Waiver of Liens Prior to final 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. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 11. Warranty Contractor warrants the work against defect for a period of one (1) year from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 12. Indemnification 12.1 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. 12.2 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. 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 CONTRACTOR'S RESPONSIBILITY of Contractor under the indemnification agreement. TAMARAC The City For Your Life r ,.! Dui-,C �i.liClh 5ll1jJ 1P1 �.ii!l1i; :lilt;'("a? 12.3 The City and Contractor recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Contractor and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Contractor. Furthermore, the City and Contractor understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Contractor's responsibility to indemnify. 12.4 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. 12.5 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. 13. Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, 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 and its subcontractors shall agree to post in conspicuous places, available to its 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 all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 14. 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 TAMARAC The City For Your Life t ofm<<r;:,r, ; r ! r ;;rr <r r11(C; nrr, c v 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. 15. 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. 16. 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 City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the following address: Fox Rothschild LLP 2 South Biscayne Boulevard One Biscayne Tower, Suite 2750 Miami, FL 33131 Attn: John R. Herin, Jr., Partner CONTRACTOR TSC Associates, Inc. Mr. Wm. La'Marr Ruffin P.O. Box 120487 Fort Lauderdale, FL 33312 954-316-8952 Tscinspectservices(abgmail. com 17. Termination 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon thirty (30) 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. 12.2 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 TAMARAC The City For Your Life 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. 18. Addition or Deletion of Services & Budgetary Constraints The City reserves the right to add to the services specified in this agreement, or to delete any portion of the resulting Contract, at any time, and if such right is exercised by the City the total fee shall be increased or decreased in the same ratio as the service is to the monthly flat rate quoted by contractor and accepted by the City. In the event the City is required to reduce contract costs due to budgetary constraints, all services specified in this document may be subject to a permanent or temporary reduction in budget. In such an event, the total cost for the affected service shall be reduced as required. The Contractor shall also be provided with a minimum 30-day notice prior to any such reduction in budget. 19. 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. 20. 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. 21. 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. 22. 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. 23. 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. 24. 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 TAMARAC The City For Your Life City of Tamarac Purctr�s n�i ny � C'"Ol 1r ON ., ar right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 25. Uncontrollable Circumstances 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, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 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. In the event that any City facility is closed due to uncontrollable forces as indicated in Section 19 of this Agreement, the Contractor shall not bill the City for the cost of hourly employees who are not working, unless such employees have been tasked to complete maintenance at the facility in an effort to restore the facility to operational status. 26. Scrutinized Companies - 287.135 AND 215.473 26.1 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. 26.2Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 27. Public Records 27.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 27.1.1 Keep and maintain public records required by the City in order to perform the service; 27.1.2 Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 27.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. 27.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. 27.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 28. E-Verify Definitions: "Agency" or "Public Employer" for purposes of this section shall mean the City of Tamarac, a Municipal Corporation which is a political subdivision of the State of Florida. "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E-Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. TAMARAC The City For Your Life Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of, the E-verify system in order to verify the work authorization status of all newly hired employees. Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: a) All persons employed by Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including sub-vendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City. The Contractor acknowledges and agrees that use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the City of Tamarac. Should Vendor become the successful Contractor awarded for the above -named project, by entering into this Agreement, the Contractor becomes obligated to comply with the provisions of § 448.095, FL. Statutes, as amended from time to time. This includes but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees; and requiring all Subcontractors to provide an affidavit attesting that the Subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a Subcontractor knowingly violates the statute, the Subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract by the City for a period of 1 year after the date of termination. By signing below, the Vendor acknowledges these terms shall be an integral part of its bid and the Contract. 29. Custodian of Records IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG TAMARAC The City For Your Life Purchasing and Contracts Division 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. (Name ofparty with whom Agreement is nnodn), signing by and through ite-----(Preoident. Ovvner. C.E.O., etc.) duly authorized to execute same. `/`�`I// /////// ` � T4 ---� City Manager Irix C. City Cl Jo App as to form an legal sufficiency: Jr., 6ity Attorney OatV CtrNTRACTOR ATTEST: —Ts C, Vic TV nk, AMU: Signaturb-6V(Y6rporate Secretary Signature df'P/e/ident/Owner 6m LC'Kw Pgil% WM L 4 RL, VV � L., ffl'w� Type/Print Name of Corporate Secy. TypeTrint Name of President/Owner (CORPORATE SEAL) Dote TAMARAC The City For Your Life purchasing and Contracts !Division CORPORATE ACKNOWLEDGEMENT STATE OF Fjbr( (( - :SS COUNTY OF fdu G' ( 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 VJ(q L L�` of 'TSC- A--11-1c6dJ-esl a Flc)V-"d-a.- 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 0' day of (44pj Notary Public State of FloWa My CoDebra M Chat4sjon G n My Commiaafon G4 3812t0 Expires 07/3V2023 I't ' C Signature of Notary Public State of Florida YLla�ge Yam_ (I,l Print, Type or Stamp Name of Notary Public V] Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or DID NOT take an oath. TAMARAC City of Tamarac The City For Your Life Purchasinq anal Coraract, Divisio., EXHIBIT A — SCHEDULE OF VALUES Pricing included below is all-inclusive of labor, travel time equipment, materials, insurance, incidental and accessory items as needed. 1. TOTAL BID PRICE TO PERFORM SERVICES AND TASKS The Total Bid Price reflects the pricing to perform the required services and tasks defined in Article VII "Technical Requirements and Specifications" of RFP #21-13R except for Item 5.22, which states that in the event the City receives customer complaints regarding a project, and on an as needed basis, the Contractor is required to perform inspections, submit photos and written report of findings on previously completed projects outside of the current fiscal year that may or may not be under warranty. Item 5.22 is included as an "Additional Fee" shown in item 7 below. TOTAL BID PRICE $2450.00 A LA CARTE COST SCHEDULE (Items 2 through 6) There are instances in which portions of the Scope of Work are not performed due to ineligibility or cancellation of the project. As such, when Contractor calculates individual project quotes, Contractor may be required to list a line item break out of cost. This is the agreed upon line -item cost to be subtracted from the Total Price based upon the Scope of Work completed. The total of all line items must not exceed the Total Bid Price 2. Initial inspection, preparation of checklist to document a preliminary inspection of each structure and determine deficiencies and submission of photographs. EA $525.00 3. Complete Property Information Spreadsheet (PIS) form used in the RCMP program and submission of photographs. EA $250.00 4. Prepare scope of work ready for bid purposes and cost estimates EA $575.00 5. Conduct pre -bid meeting, which includes inviting contractors on City's pre - qualified list to participate in the bid process, collecting pre -bid sign in sheet at property, answering questions at pre -bid, and issuing addendum as necessary as a result of pre -bid meeting. Attend preconstruction meeting with Homeowner, Contractor and Housing Manager or his/her designee EA $500.00 TAMARAC The City For Your Life us:n ar7 Cantrrr 5 ; c;r. 6. Perform a minimum of two (2) in -progress inspections. Submit in -progress inspection report and photos. Review and approve/disapprove all change orders from contractors. Assist with homeowner and contractor conflict resolution regarding repairs. Conduct Final Inspection to include the review and approval of construction work required for contractor payment. Submit punch list for contractor's review. Conduct follow-up inspections for properties that do not pass initial final inspection. Submit final inspection report and photos. Report and photos must correspond with initial inspection report and photos. EA $600.00 7. ADDITIONAL FEE (Section 5.22) Perform inspections, submit photos and written report of findings on previously completed projects outside of the current fiscal year that may or may not be under warranty. EA $350.00 Remainder of Page Intentionally Blank A _Uz1JCERTIFICATE OF LIABILITY INSURANCE �AT09/10D/YYYY) �I _ _ __ _ 09/10/20 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE H40LDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER P CONTACT NAME: KAYE T.HERMANN ^ Freeway Insurance Florida #29 7377 Spring Hill Drive _ !C0 o t . (352) 688-0109 tac, Nol: (352) 688-6050 DR�E�s:__khermann@freewayinsuranceti.com INSURER(S) AFFORDING COVERAGE NAIC d Spring Hill, FL 34606 INSURERA: SCOTTSDALE INSURANCE CO. Phone (352) 688-0109 Fax (352) 688-6050 INSURED INSURER B INSURER C : — WILLAIM L. RUFFIN TSC ASSOCIATES, INC. INSURER D : P.O.BOX 120487 INSURER E : SCOTTSDALE INSURANCE CO. FORT LAUDERDALE, FL 33312 INSURER F : COVERAGES L;tKIII IL;A►t NUn/IrttK: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE NSR WVD POLICY NUMBER MMIDDY� MMIDDIYYYY LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY ❑ F-/] CLAIMS -MADE ❑ OCCUR El Y N RBS0070381 09/06/2020 09/06/2021 EACH OCCURRENCE $ 1,000,000.00 DAMAGE TO RENTED PREMISES Ea occurrence $ 100,000.00 $ 5,000.00 MED EXP (Any one person) _ PERSONAL PERSONAL & ADV INJURY $ 1,000,000.00 ❑ _ GENERAL AGGREGATE $ 2,000,000.00 GEN'L AGGREGATE LIMIT APPLIES PER: W POLICY ❑ PRO- ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,000.00 Y $ -- AUTOMOBILE LIABILITY ❑ ANY AUTO ❑ ALL OWNED SCHEDULED AUTOS LJ AUTOS NON -OWNED ❑ HIRED AUTOS ❑ AUTOS ❑ ❑ COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ BODILY INJURY Per accident ( $ PROPERTY DAMAGE (Per accident) _ $ $_ UMBRELLA LIAB ❑ OCCUR ❑ EXCESS LIAR ❑ CLAIMS -MADE _ EACH OCCURRENCE $ AGGREGATE $ ❑ DED ❑ RETENTION$ — $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? El (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below / A El W C STATU- ❑ OTH- —�I $ E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE — — --- $ E.L. DISEASE -POLICY LIMIT ------- --- $ E PROFESSIONAL LIABILITY N RBS0070381 09/06/2020 09/06/2021 1,000,000/11,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Romarks Schedule, If more space is required) APPRAISALS & INSPECTIONS: WILLAAM LAWAR RUFFIN LICENSE #CGC061653 CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED WITH REGARDS TO GENRAL LIABILITY. CERTIFICATE HOLDER CITY OF TAMARAC PURCHASING & CONTRACTS DIVISION 7525 NW 88th AVE. TAMARAC, FL. 33321 CANCELLATION SHOULD ANY OF THE ABOVE DESCRI13ED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE tsm ACORD 25 (2010/05) QF ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A l--Af & " e'1® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDYYYY) 12/03/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy (i Is) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions the of policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Scott Black NAME: Black, Agent PHONE (352) 567-22G0 FAX Most & Black Agency enc AI NAIL o Ext : A/C. NO); I M E- ADDRESS: Scott MoStinS.COm 14022 5th Street Dade City INSURERS) AFFORDING COVERAGE y NAIC FL 33525 Owners INSURED 32700 : Tsc Associates Inc 1171 Nw 27Th Ave EMSURER FORT LAUDERDALE FL 33311-5712 COVERAGES CERTIFICATE NUMBER: CL2012328374 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD POLICY NUMBER MM/DD)YYY MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS40ADE OCCUR EACHOCCURRENCE S TO R AMAGE ED PREMISES (Ea occurrence 5 MED EXP (Any one person) g GEN'LAGGREGATE LIhfITAPPLIES PER, PERSONAL 8 ADV INJURY S GENERALAGGREGATE POLICY Dj[CT LOC PRODUCTS - COMP/OP AGG S OTHER: S AUTOMOBILE LIABILITY ANY AUTO SINGLE LIMIT' COMBINEDaccident' (Eaaccltlenl` 3 1,000,000 A OWNED SCHEDULED Y BODILY INJURY (Per person) S X AUTOS ONLY AUTOS HIRED NON-OV.1NED 5208229400 12/05/2020 12/05/2021 BODILY INJURY (Per accident) S PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident S Employee Discount s UMBRELLA LIAB OCCUR EXCESS LIAO CLAIMS -MADE EACH OCCURRENCE $ DED RETENTION S AGGREGATE S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PERY/N STATUTEAtJY PROPRIETORJPARTN[R/EXECUTIVEOFFICEWMEMBER E.L. EACH AC(Mandatory EXCLUDED? NIA In NH) DISEASE es,describeunderE.L. DESCRIPTION OF OPERATIONS belo:rE.L. DISEASE N DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Rr.[ riw, TE CITY OF TAMARAC 7525 NORTHWEST 88 AVE TAMARAC ACORD 25 (2016103) hed II more space Is required) LD ANAOF THE ABO E DESCRIBED POLICIES BE CANCELLED BEFORE XPIRATI N DATE THEEOF, NOTICE WILL BE DELIVERED IN RDANCEti1flTH THE POLICY PROVISIONS, FL 33321 FJ 198 2015 ACdj\D CORPORATION. All rights reserved. The ACORD tame and logo are registered marks of AC0 .D �a CERTIFICATE OF LIABILITY INSURANCE Date Producer: Plymouth Insurance Agency 3/1/2021 6gltificate is issued as a matter of information only and confers no 2739 U.S. Highway 19 N. on the Certificate Holder. This Certificate does not amend, extend Holiday, FL 34691 the coverage afforded by the policies below.(727) 938-5562 Insurers Affording CoverageInsured: NAIC #South East Personnel Leasing, Inc. & Subsidiaries: Lion Insurance Company 110752739 U.S. Highway 19 N. :Holiday, FL 34691 ; Insurer E: Coverages The Policies of Insurance listed below have been Issued tot the insured named above or the policy period indicated.Notwithstanding any requirement, term or condition of any contract or other document ',vith respoct to which this certifiaato may be Issued or may pertain, the insurance athaded by the policies described herein is subject to all the terms, exclusions, and conditions of such -Ides. limits shown may have been reduced by paid claims. j Po Aggregate �.e INSR ADDL PolicyEffgill polio LTR wsRD Type of Insurance Policy Number atPolicyExpiration Limits (MM/DD(MM/DD/YY) ENERAL LIABILITY Commercial General Liability Each Occurrence Claims Made ❑ Occur Damage to rented premises (EA t I occurrence) l aggregate limit applies per: i onal AdV Injury PolicyProject ❑LOC kMedExpeneral ral Aggregate cts - Cnmp/Op Agg UTOMOBILE LIABILITY bined single Limlt Any Auto (EA Accident) AN Owned Autos Bodily Injury Scheduled Autos (Per Person) Hired Autos Bodily Injury Non-Chrmed Autos I[ (Per Accident) Property Damage (Per Accident) EXCESS/UMBRELLA LIABILITY Occur ® Claims Made Each Occurrence Deductible Aggregate A - Workers Compensation and WC 71949 01/01/2021 O1/0112022 Employers' Liability x WCStatu- OTH- 0T Any proprietor/parer/executive officer/member It to Limits EIR excluded? NO E.L. Each Accident If Yes, describe under special provisions below. E.L. Disease - Ea Employee E.L. Disease - Policy Limits $1,000,000 S 1.000,000 $1,000,000 Other Lion Insurance Company is A.M. Hest Company rated A (Excellent). AMB # 12616 Descriptions of Operations/LocationsNehbcies/Exclusions added by Endorsement/Special Provisions: Coverage only applies to active employees) of South East Personnel Leasing, Inc. & Subsidiaries that are leased to the following "Client Company"Client ID: 84 65 201 TSC Associates, Inc Coverage only applies to injuries incurred by South East Personnel Leasing, Inc. & Subsidiaries active employee(s), while working in: FL Coverage does not apply to statutory employee(s) or independent contractor(s) of the Client Company or any other entity. A list of the active employee(s) leased to the Client Company can be obtained by faxing a request to (727) 937-2138 or email certificates@lioninsurancecompany.com Project Name: ISSUE 02-04-21 (PH), REISSUE 03-01-21 (PH) CITY" OF TAMARAC PURCHASING AND CONTRACT DIVISION 7525 NW 88TH AVENUE TAMARAC, FL 33321 ne Issuing insurer will endeavor to mail 30 days written notice to the cedificaia holder namaie ed to Ora left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives.