HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-109Temp Reso. #11445
July 29, 2008
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2008-
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 08-
20B TO TLC DIVERSIFIED AND EXECUTE AN AGREEMENT
BETWEEN THE CITY OF TAMARAC AND TLC DIVERSIFIED
FOR AN AMOUNT OF $217,700.00 FOR THE FILTER MEDIA
REPLACEMENT PACKAGE FILTERS 5 AND 6 PROJECT
LOCATED AT THE TAMARAC UTILITIES WATER
TREATMENT PLANT SITE; AND APPROVING FUNDING
FOR THIS PROJECT FROM THE APPROPRIATE UTILITIES
OPERATIONAL ACCOUNTS; AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO ADMINISTER THE
CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING
FORSEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the Utilities Department of the City of Tamarac is responsible for the
operation and maintenance of the water and wastewater utilities which requires the
treatment and distribution of potable water in a safe, efficient and economical manner; and
WHEREAS, to maintain the City's water consumption demands and to eliminate
potential health hazards in the event of additional filter system disruptions at the Utilities
Water Treatment Plant, the Filter Media Replacement Package Filters 5 and 6 Project
(hereinafter "Filters 5 and 6") is critical; and
WHEREAS, the replacement of the media in Filters 5 and 6 is necessary to maintain
maximum water production capabilities to ensure efficient treatment plant operations and to
maintain compliance with water quality standards; and
Temp Reso. #11445
July 29, 2008
Page 2 of 4
WHEREAS, the City of Tamarac publicly advertised Bid No. 08-20B for the Filter
Media Replacement Package Filters Sand 6 Project in the Sun -Sentinel on June 22, 2008
and June 29, 2008 (incorporated by reference and on file in the office of the City Clerk);
and
WHEREAS, the City solicited competitive bids and on July 24, 2008, received,
opened and reviewed four (4) bids as follows:
; and
COMPANY NAME
TOTAL BID $
TLC Diversified
$217,700.00
Akerblom Contracting, Inc
$232,780.00
G&G Industries
$238,830.00
Chaz Equipment
$266,670.00
WHEREAS, TLC Diversified was deemed the most responsive and responsible
bidder (incorporated by reference and on file in the office of the City Clerk); and
WHEREAS, funding for this project in the amount of $217,700.00 is available from
the Utilities Operational account; and
WHEREAS, it is the recommendation of the Director of Utilities and the Purchasing
and Contracts Manager that the appropriate City Officials award Bid No. 08-20B, Filter
Media Replacement Package Filters 5 and 6 Project to, and execute an agreement with
TLC Diversified, in an amount not to exceed $217,700.00 for this Filter Media Replacement
Package Filters 5 and 6 Project; and
u
Temp Reso. #11445
July 29, 2008
Page 3 of 4
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 award
of Bid No. 08-20B, Filter Media Replacement Package Filters 5 and 6 Project and to
execute an agreement with TLC Diversified, in an amount not to exceed $217,700.00.
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.
SECTION 2: The award of Bid No. 08-20B, Filter Media Replacement
Package Filters 5 and 6 Project to TLC Diversified is hereby authorized.
SECTION 3: The appropriate City Officials are hereby authorized to execute
an agreement between the City of Tamarac and TLC Diversified, I(a copy of which is
attached hereto as "Exhibit A") as part of said award.
SECTION 4: An expenditure in the amount of $217,700.00 is approved to be
funded from the appropriate 2008 Utilities Operational account.
SECTION 5: The City Manager, or his designee, be authorized to make
changes, issue Change Orders not to exceed $30,000 per Section 6-156(b) of the City
Code, and close the contract award including, but not limited to, making final payment and
releasing bonds when the work has been successfully completed within the terms and
conditions of the contract and within the contract price.
SECTION 6: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
Temp Reso. #11445
July 29, 2008
Page 4 of 4
SECTION 7: 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.
SECTION 8: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this .:>�- ' day of , 2008.
)4em"rl ;� _a4�
BETH FLANSBAUM-TA ABI CO
MAYOR
ATTEST:
RECORD OF COMMISSION VOTE:
MARION SWE SON, CMC MAYOR FLANSBAUM-TALABISCO
CITY CLERK DIST 1: COMM PORTNER
DIST 2: COMM ATKINS-GRAD .n✓
DIST 3: VIM SULTANOF
DIST 4: COMM. DRESSLER e
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
S MUEL S. GORE
CITY ATTORNE
1
of g & ContractDiisioni ch P Tamarac /q` v.,.° Purchasing s v
.�...� r;. (,'.-. � _...._.._.Y.__ __.._.
I•_TC]:»=1141=1ki1111
L=3=UTITJ=1=1kiid:1=116311M&C;11111IF_1iylF_1:T_T0
AND
T.L.C. DIVERSIFIED, INC.
THIS AGREEMENT is made and entered into thiso?7 day of 2008
by and between the City of Tamarac, a municipal corporation with p ncipal offices
located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and T.L.C.
Diversified, Inc, a Florida corporation with principal offices located at 2719 17th Street,
E., Palmetto, FL 34221 (the "Contractor") for the Filter Media Replacement of Package
Filters 5 & 6 Project.
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. 08-20B,
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 Bid No. 08-20B as issued by the City, and the
Contractor's Proposal, Bid 08-20B as issued by the City shall take precedence over the
Contractors Proposal. 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 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
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
Agreement
�r
of Tamarac _ 1 " r Purchasing & Contracts Division
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 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 45 calendar days from issuance of
City's Notice to Proceed with an additional 15 calendars from substantial
completion for final completion 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
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 pre -construction
Agreement
of Tamarac^ f V, Purchasing & Contracts Division
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 parties shall
agree on an equitable extension of time for substantial completion
hereunder and any resulting increase in general condition costs.
6) Contract Sum
The Contract Sum for the above work is Two Hundred Seventeen Thousand,
Seven Hundred Dollars and no cents ($217,700.00).
6) Payments
Payment will be made monthly for work that has been completed, inspected and
properly invoiced. A retainage of ten percent (10%) will be deducted from monthly
payments until 50% of the project is complete. Retainage will be reduced to five percent
(5%) thereafter. Retainage monies will be released upon satisfactory completion and
final inspection of the work. Invoices must bear the project name, project number, 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 and approval of Final Payments shall be processed
before the warranty period begins. All payments shall be governed by the Florida
Prompt Payment Act, F.S., Part VII, Chapter 218. The 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.
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
Agreement
(1Z,_1 of TamaracPurchasing & Contracts Division
�_
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.
8.6 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 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 City deems necessary to complete the work. The cost of any
4 Agreernent
of Tamarac
Purchasing & Contracts Division
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 Contractor's responsibility, and the amount of each
applicable bond shall be adjusted accordingly. Contractor shall furnish proof of
such adjustment to the City Failure of Contractor to obtain such approval from
the Surety may be a basis for termination of this Contract by 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 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 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 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 invoice and acceptance of such payment by
Contractor shall release City from all claims of liability by Contractor in connection with
the agreement.
5 Agreement
City of Tamarac
11) Warranty
Purchasing & Contracts Division
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 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:
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. 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.
Contractor further agrees that he/she will ensure that Subcontractors, if any, will be
made aware of and will comply with this nondiscrimination clause.
Agreement
of Tamarac Purchasing & Contracts Division
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. 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. Contractor agrees that it is a separate and independent enterprise
from 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 Contractor and City and City will not be liable for any obligation
incurred by Contractor, including but not limited to unpaid minimum wages and/or
overtime premiums.
16) 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 the City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
7 Agreement
City of Tamarac
CONTRACTOR
T.L.C. Diversified, Inc.
2719 171h Street, E.
Palmetto, FL 34221
Phone: (941) 722-0621
17) Termination
Purchasing & Gontr_acts Division
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.
20) Signatory Authority
The Contractor shall provide 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 -
Agreement
of Tamarac _.__._.__W .•....___-- ` "f _ T_-- on
9g Purchasing &Contracts !]ivisi
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 nonperforming 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.
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.
9 Agreement
of Tamarac
& Contracts Division
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
President duly authorized to execute same.
ATTEST:
Marion Swenson, CMC
City Clerk
Date
IM
ignajrfe of Corporate Secretary
Joanne Lamberson
Type/Print Name of Corporate Secy.
(CORPORATE SEAL)
CITY OF TAMARAC
Beth Flansbaum-Talabisco, Mayor
Date
jpA� � , %mil �rl•�t.tr_
Jeffrey L.Miller', City Mang r
7 QD G
Date
Approved as to form and legal sufficiency:
Ci Attorney
fl -116'Q
Date
T.L.C. Diversified. Inc.
Co pany Name
Signature of President/Owner
Thurston Lamberson, President _
Type/Print Name of President/Owner
Date
10 Agreement
of Tamarac
STATE OF
Florida
CORPORATE ACKNOWLEDGEMENT
COUNTY OF
Pianatee :SS
Purchasing & Contracts Division
I 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
Thurston Lamberson, President of T.L.C. Diversified, Inc.
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 20iff
Signature of Nary Public
IU►YL.CUNNING"AM State of Florida at Large
MY COMMISSION k DD 767306
SXPIRES; March 23, 2012
8ond4d Thra NaGry eubllc UndmvrKerb
Print, Type or Stamp
Name of Notary Public
Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
x❑ DID NOT take an oath.
11 Agreement