Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-022Temp. Reso. # 12153 FEBRUARY 22, 2012 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2012 ' --?p2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 12-03B TO AND APPROVING AN AGREEMENT WITH CITYWORKS CONSTRUCTION LLC FOR THE TAMARAC MULTI- PURPOSE CENTER RENOVATION PROJECT IN ACCORDANCE WITH BID NO. 12-03B FOR A CONTRACT AMOUNT OF $256,77.90; A CONTINGENCY IN THE AMOUNT OF $38,500.00 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $295,277.90; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, a significant portion of the existing building envelope at the Multipurpose Center (MPC) has an exterior shell constructed out of translucent panels, originally installed when the facility was constructed in 1990, now considered to be obsolete; and WHEREAS, in the time between the original installation and the proposed replacement, building codes and hurricane wind standards for South Florida have changed dramatically, causing the existing panels to be out of compliance with current codes; and WHEREAS, due to the age, together with the structural and aesthetic condition of the panels, it is recommended that the existing system be replaced and brought up to current code; and WHEREAS, a complete replacement of the translucent panels would require significant structural improvement to meet current code; and WHEREAS, the translucent panel systems are very maintenance intensive, Temp. Reso. # 12153 FEBRUARY 22, 2012 Page 2 requiring periodic cleaning, caulking and fastener tightening; and WHEREAS, as an alternative to the maintenance intensive translucent panel system, we are recommending replacing them with an engineering Sure -Board Wall System, which will meet current building codes and match the exterior stucco finish of the remainder of the building; and WHEREAS, it is estimated that a complete replacement of the translucent panel system could be double the cost of the recommended Sure -Board Wall System; and WHEREAS, the translucent panels are no longer consistent with the architectural features of the adjacent facilities (recently completed Recreation Center and Tamarac Elementary); and WHEREAS, the proposed Sure -Board System will have a stucco finish and a standing seam hip -roof, consistent with the Recreation Center; and WHEREAS, the City published Invitation to Bid No.12-03B for the Tamarac Multi - Purpose Center Renovation Project, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on January 12, 2012 the City of Tamarac received four (4) proposals for the MPC Renovation Project, with Cityworks Construction LLC, being the lowest responsive bidder, a bid tabulation attached hereto as Exhibit "1 ", incorporated herein and made a specific part of this resolution; and WHEREAS Cityworks Construction LLC possesses the required knowledge and experience for the Tamarac Multi -Purpose Center Renovation Project and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of Bid No. 12- 03B; and Temp. Reso. # 12153 FEBRUARY 22, 2012 Page 3 WHEREAS, it is the recommendation of the Director of Public Services and Purchasing and Contracts Manager that the appropriate City Officials award Bid No. 12- 03B and execute the agreement with Cityworks Construction LLC for the MPC Renovation Project attached hereto as Exhibit "2", incorporated herein and made a specific part of this resolution; and WHEREAS, the City Commission of the City of Tamarac, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. 12-03B and execute the agreement for the Tamarac Multi -Purpose Center Renovation Project with Cityworks Construction LLC for a contract cost of $256,777.90 and a contingency in the amount of $38,500.00 will be added to the Project Account, for a total project budget of $295,277.90. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 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. All exhibits attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission HEREBY awards Bid No. 12-03B to Cityworks Construction LLC and approves an Agreement between the City of Tamarac and Cityworks Construction LLC ("the Agreement") and the appropriate City Officials are hereby Temp. Reso. # 12153 FEBRUARY 22, 2012 Page 4 authorized to execute the Agreement, hereto attached as "Exhibit 2", to provide for the MPC Renovation Project located at 7301 N. University Drive, Tamarac. SECTION 3: An expenditure for a contract cost of $256,777.90 and a contingency in the amount of $38,500.00 for a total project budget of $295,277.90. for said purpose is hereby approved. SECTION 4: Funding for the MPC Renovation Project located at 7301 N. University Drive, Tamarac for a contract cost of $256,777.90 and a contingency in the amount of $38,500.00 for a total project budget of $295,277.90 is available in Project Number GP10B in Account Number 326-7002-572.62-01. SECTION 5: The City Manager, or his designee, are hereby authorized to make changes, issue change orders in accordance with section 6-156(b) of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. SECTION 6: All budget amendments for proper accounting purposes are hereby authorized. SECTION 7: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 8: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. # 12153 FEBRUARY 22, 2012 Page 5 SECTION 9: This Resolution shall become effective immediately upon its passage and adoption. AND APPROVED this °� day of �1'� , 2012. PASSED, ADOPTED A y PAMELA BUSHNELL MAYOR ATTE PETER M. J. PXHARDSON, CRM, CMC CITY CLERK, RECORD OF COMMISSION VOTE: I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM. y,SAM EL S. GOREN r CITY ATTORNEY 1 MAYOR BUSHNELL -7-" DIST 1: COMM. SWENSOfi DIST 2: COMM GOMEZ DIST 3: V/M GLASSER DIST 4: COMM. DRESSLER BID TABULATION MULTI -PURPOSE CENTER RENOVATION PROJECT BID NO. 12-03B OPENED: 01/12/12 CITYWORKS CONSTRUCTION LLC $256,777.90 AZU LEJO INC. 316, 690.00 ABC CONSTRUCTION 344,610.00 ARZ BUILDERS, INC. 397,110.00 Note: All recommendations for award are unofficial until Board approval. City of Tamarac Purchasing and Contracts Division AGREEMENT BETWEEN THE CITY OF TAMARAC AND CITYWORKS CONSTRUCTION LLC THIS AGREEMENT is made and entered into this day of , 2012 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 Cityworks Construction LLC., a Florida corporation with principal offices located at 20356 NE 16th Place, Miami, FL 33179 (the "Contractor") for renovations at the Tamarac Multi -Purpose Center. 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, Bid Document No. 12-03B, 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 12- 03B as issued by City, and Contractor's Proposal, 12-03B as issued by City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Document, this Agreement shall prevail. Work for this project includes, but is not limited to the replacement of all existing Translucent Panels with a new impact resistant Sure -Board Wall Panel System and other minor structural improvements. 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 complete the scope of work, as outlined in the contract documents. 2.1.2 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 operation of equipment and in the performance of the work. Contractor shall at all times have a Agreement City of D.itrtarac Purchasing and Contracts Division competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 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 changes caused by inclement weather. 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, Builder's Risk 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. 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 General 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 4.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be substantially completed within (160) calendar days from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, completion shall mean the issuance of final payment. 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations Agreement City of T=.7tnar'ac Purchasing and Conliacts, Division hereunder, so that all required permits for the construction portion of the work may be obtained by City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the pre - construction or construction portion of the work occur, despite diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of time for substantial completion hereunder and any resulting increase in general condition cost. 5) Contract Sum The Contract Sum for the above work is Two Hundred Fifty Six Thousand Seven Hundred Seventy-seven Dollars and ninety cents ($256,777.90). 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. Retainage of ten percent (10%) will be deducted from monthly payments until 50% of project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of work. Invoices must bear project name, project number and bid P.O. number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. Contractor shall invoice the City and provide a written request to City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before warranty period begins. All payments shall be governed by Florida Prompt Payment Act, F.S., Part VII, Chapter 218. City desires to be able to make payments utilizing City's Visa Procurement Card as a means of expediting payments. It is highly desirable that the successful proposer have the capability to accept a Visa Procurement/Credit card as a means of payment. 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. 3 Agrapment City of Tamarac 8) Change Orders Purchasing and Ccmtracts Division 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. 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 _-.----......_.__ -._ .__... ____._._.._.....__.-._ 4 Acirr emenf City of Tomarx, _........_............... ....Purchasing and Contia(;ts [division 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 City and Contractor for any item requiring a change in the contract, and a change order has not been issued, 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 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 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 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 Agreement City of Famara(, Purchasing and Cont;ncts Division 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 and as additionally provided for in the contract documents. 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 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. 12) Indemnification 12.1 Contractor shall indemnify and hold harmless 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 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 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 claim may be made after the termination hereof. 12.2 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 performance of Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: Agreement _..... _.............. .... ._.._ City of 7`cam araa(:: Purchaasi ng ood Contracts Division 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 shall agree to post in conspicuous places, available to 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 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 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: Agi eemen£ City of 7"amefaa CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 Purchasing anti Contracts Division With a copy to the City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Cityworks Construction LLC 20356 NE 16th Place Miami, FL 33179 (305) 249-5885 17) Termination 17.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party 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. 17.2 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 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) 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. 19) 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. Ap eement Cji y of Tamarac porchasfog Find contlacts Division 20) 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. 21) 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. 22) Uncontrollable Circumstances 22.1 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. 22.2 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. 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. Agreement City of Tim<atac Purchasing 'tied Contracts Division 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 right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. Remainder of Page Intentionally Blank 10 Figr'e)enaernt of Tamarac Purchasing and Contn'icts Divisiori IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Managing Member duly authorized to execute same. ATTE Peter Richardson,', CIVIC City Cleric G _ V7,0all Date ATTEST: Sign Noe Gucovschi rporate Secretary Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC L U'3�*4 f Pamela Bushnell, lWayor anager Date Approved as to form and legal sufficiency: City orn y Date 6 Gc>�rKs Z� vv ry le ComparVName Signature of�Member Noe Gucovschi Type/Print Na a of anaging Member Date 11 Agreement City of TwTi atac Ruch asiog tared Cotaticwts Uivisroo CORPORATE ACKNOWLEDGEMENT STATE OF O C�C�_ ; SS COUNTY OF nIOM'\_�� 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 Noe Gucovschi, Managing Member of Cityworks Construction LLC, a Florida 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 day of a� , 2012. Stature of Nota Public tate of Florida at Large Print, Type or Stamp Name of Notary Public 5 Personally known to me or ❑ Produced Identification Type of I.D. Produced 12/ DID take an oath, or RAOUEL CA5TILL0 Notary Public - State of Florida My Comm. Expires Dec 1, 2013 commission # DO 943696 12 ---- _._ /aCffP.W' —tat DATE (MWDWYYYY) ACORD. CERTIFICATE OF LIABILITY INSURANCE 02/01/2012 PRODUCER (854) 966-9993 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Gulfstream Insurance Agency, NLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE �J y, Inc.. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5833 Johnson Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Hollywood FL 33021- INSURED Cltyworks Construction, LLC 20356 N.E. 16th Place ami rrn,coer_cc FL 33179- !RS AFFORDING COVERAGE A:Mid-Continent Casual B:Commerce & Industry 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR ADD' I TYPE OF INSURANCE POLICY NUMBER PDATEYM DDIYY) CnVE DATE MMID� nON LIMITS A GENERAL LIABILITY 04—GL-000839925 01/15/2012 01/15/2013 EACH $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE Fx� OCCUR / / / / �O�CC'�'QURRENCE PREM,ElO(Ea�rrenca $ 100,000 MED EXP (Any one son $ PERSONAL& ADV INJURY $ 1,000,000 I I I I GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 X POLICY 7 JECTP'- LOC AUTOMOBILE LIABILITY ANYAUTO / / / / COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS / / / / BODILY INJURY (Per accident) $ HIRED AUTOS NON-0WNED AU70S / / / / PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHER THAN FA ACC $ ANY AUTO / / / / $ AUTO ONLY: AGG EXCESSIUMBRELLA LIABILITY EACH OCCURRENCg $ AGGREGATE $ OCCUR CLAIMS MADE $ DEDUCTIBLE / / / / $ RETENTION $ $ WORKERS COMPENSATION AND NCO09-87-0866 05/27/2011 05/27/2012 X ER E.L. EACH ACCIDENT S 1,000,000 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICERfMEMBEREXCLUDED? / / / / E.L.DISEASE - EA EMPLOYEES 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONVLOCATIONSNERCLES!EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS City of Tamarac is listed as Additional Insured with respect to General Liability. Project: Tamarac Multi Purpose Center Renovation CERTIFICATE H(JLUEK UAI4%.cLLM I rvry SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER NRLL ENDEAVOR TO MAIL i 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT City of Tamarac FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY RIND UPON THE 7525 NW Bath Avenue INSURER, ITS AGENTS ORREPRES ATIVES. AUTHORIZED REPRESENTATIVEr � ' Tamarac FL 33321- ACORD 25 (2001108) V ® ACORD CORPORATION 1988 INS025 (cim).os