Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-1311 1 Temp. Reso. #11455 September 4, 2008 Revision#1- September 11, 2008 Page 1 CITY OF TAMARAC RESOLUTION NO. R-2008-131 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA DESIGNATING TD BANK, N.A. D/B/A COMMERCE BANK AS THE CITY DEPOSITORY AND PROVIDER OF BANKING SERVICES; AND EXECUTING AN AGREEMENT FOR A PERIOD OF FIVE (5) YEARS, WITH AN OPTION TO RENEW THE AGREEMENT FOR ONE (1) ADDITIONAL TWO (2) YEAR PERIOD; PROVIDING FOR CONFLICTS; DIRECTING CITY ADMINISTRATION TO NEGOTIATE A CONTRACT WITH TD BANK, N.A. D/B/A COMMERCE BANK IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE CITY'S REQUEST FOR PROPOSAL; AUTHORIZING THE CITY MANAGER TO EXECUTE THE NEGOTIATED CONTRACT; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, The City Charter, Section 7.08(a) stipulates that the City Commission of the City of Tamarac shall designate the City's depository; and WHEREAS, in addition to naming a City Depository, it is necessary to contract with a financial institution to provide the City with various Banking Services, including depository services, custodial services and account maintenance services; and WHEREAS, the City formally advertised and competitively solicited Request for Proposal #08-14R for Banking Services ("RFP"), which closed on July 9, 2008, (a copy of said request for proposal document is on file in the City Clerk's Office); and WHEREAS, as a result of the Request for Proposal, four (4) responses were received from the following firms: Bank of America Temp. Reso. #11455 September 4, 2008 Revision#1- September 11, 2008 Page 2 TD Bank, N.A. d/b/a Commerce Bank Sun Trust Bank Wachovia Bank, N.A.; and WHEREAS, an Evaluation Committee comprised of five (5) members including the Director of Financial Services, the Financial Services Controller, the Parks & Recreation Community Services Manager, the Financial Services Accounting Supervisor and the Financial Services Customer Services Supervisor, as facilitated by the Financial Services Senior Procurement Specialist evaluated all proposals, and determined that the response from Wachovia Bank, N.A., provided the best overall value to the City (a copy of the Wachovia response is on file in the City Clerk's Office, and the evaluation ranking is attached hereto as Exhibit I"); and WHEREAS, the Evaluation Committee, the Director of Financial Services and the Purchasing & Contracts Manager recommend designating Wachovia Bank, N.A., as the City's Depository and Banking Services contractor; and WHEREAS, at its August 27, 2008 City Commission meeting, the Commission voted to defer the award of the RFP until such time as the City Commission interviewed each of the top two proposers: Wachovia Bank, N.A. and TD Bank, N.A. d/b/a Commerce Bank; and WHEREAS, the City Commission interviewed the top two proposers at a Special Commission Workshop held on September 8, 2008; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to designate TD Bank, N.A. d/b/a Commerce Bank as the City's depository and Banking Services Temp. Reso. #11455 September 4, 2008 Revision#1- September 11, 2008 Page 3 contractor and to authorize the appropriate city officials to negotiate and execute an Agreement attached hereto as Exhibit "2" for a period of five (5) years, with an option to renew the Agreement for one (1) additional two (2) year period. 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. Section 2: The City Commission of the City of Tamarac hereby awards Request for Proposal 08-14R and designates TD Bank, N.A. d/b/a Commerce Bank, as the City Depository and Banking Services contractor and further authorize the appropriate city officials to negotiate an Agreement with TD Bank, N.A. d/b/a Comm�rce Bank for a period of five (5) years, with an option to renew the agreement for one (1) additional two (2) year period attached herein as Exhibit "2". Section 3: The City Manager is hereby authorized to execute the negotiated Agreement with TD Bank, N.A. d/b/a Commerce Bank. 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 invalid, in part or in application, it shall not affect the validity of the remaining portion or applications of this Resolution. 1 Temp. Reso. #11455 September 4, 2008 Revision#1- September 11, 2008 Page 4 Section 6: This Resolution shall become effective immediately upon its adoption. i PASSED, ADOPTED AND APPROVED this day cL of , 2008 ATTEST: MARION SWEN ON, CIVIC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. RECORD OF COMMISSION VOT MAYOR FLANSBAUM-TALA81SC0 1 DIST 1: COMM PORTNER— DIST 2: COMM ATKINS-GRAD' DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER • 1 1 8/20/2008 BANKING SERVICES Committee Evaluation Totals TR11455 EXHIBIT 1 RFP 08.14R Proposer's Name: BOA Wachovia Commerce sunTrust No Conflict of Interest Adhered to the Instructions Z=WMIT50- POINTS) ACTING CONTROLLER 40 45 50 35 DIRECTOR, FINANCE 40 45 50 35 COMMUNITY SERVICE MGR 40 45 50 35 ACCOUNTANT 40 45 50 35 CUSTOMER SERVICI E SUPERVISOR 50 QUALITY OF RESPONSE (30 POINTS) ACTING CONTROLLER 20 26 27 20 DIRECTOR, FINANCE 25 26 25 25 COMMUNITY SERVICE MGR 22 28 26 22 ACCOUNTANT 25 30 25 25 CUSTOMER SERVICI E SUPERVISOR 25 25 PRIOR EXPERIENCE OF CONTRACTOR (15 POINTS) ACTING CONTROLLER 14 15 10 13 DIRECTOR, FINANCE 12 15 13 12 COMMUNITY SERVICE MGR 13 15 10 12 ACCOUNTANT 15 15 5 15 CUSTOMER SERVICI E SUPERVISOR 15 OTHER FINANCIAL SERVICES AVAILABLE FROM BANK POINTS) ACTING CONTROLLER 4 4 4 4 DIRECTOR, FINANCE 3 4 3 3 COMMUNITY SERVICE MGR 3 3 3 2 ACCOUNTANT 5 5 2 5 CUSTOMER SERVICI E SUPERVISOR TOTAL POINTS ACTING CONTROLLER 78 90 91 72 0 DIRECTOR, FINANCE 80 90 91 75 0 COMMUNITY SERVICE MGR 78 91 89 71 0 ACCOUNTANT 85 95 82 80 0 CUSTOMER SERVICI E SUPERVISOR 406 461 438 378 0 TOTAL RANKING ACTING CONTROLLER 3 2 1 4 DIRECTOR, FINANCE 3 2 1 4 COMMUNITY SERVICE MGR 3 1 2 4 ACCOUNTANT 2 1 3 4 CUSTOMER SERVICI E SUPERVISOR 3 1 2 4 Udrive/2006 Bids/06-04R/EVALUATION TOTAL WORKSHEET.xls City of Tamarac AGREEMENT =31 V144 ►s-ra12111540-eg+7 ;a f_\►'i /_1:7_T93 AND TD BANK, N.A. D/B/A COMMERCE BANK THIS AGREEMENT is made and entered into this 11*'day of & Contracts Division , 2008, 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 TD Bank, N.A., a national association d/b/a "Commerce Bank", with principal offices located at Two Portland Square, Portland, ME 04112 (the "Contractor") to provide for Banking Services for the City of Tamarac. 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 shall consist of this Agreement, Document No. 08-14R, Request for Proposal for Banking Services as issued by the City of Tamarac, including all conditions therein, (including any General Terms and Conditions, Supplementary Conditions, Statement of Work or any other provisions contained within the document), any and all addenda, Proposal executed and submitted by Contractor, along with revised proposal pricing dated September 9, 2008, and insurance certificate(s) (excluding the "Custody Agreement" in Section 6 of Contractor's original proposal response, and excluding Section 9 of the "Master Agreement for Banking Services" of Contractor's original proposal response), the City Resolution awarding the project, and all modifications issued after execution of this Agreement. These 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 of a conflict between this document and any other contract documents, this Agreement shall prevail, followed in precedence by the Request for Proposal for Banking Services as issued by the City of Tamarac, followed by the revised proposal pricing dated September 9, 2008 and followed by the original proposal response dated July 9, 2008. 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 provide Banking Services for the City of Tamarac. 2.1.2 Contractor shall provide Banking Services for the City of Tamarac in accordance with the Contracts Documents contained herein. City of rarmarac Purchasing & Contracts DIVISIOn 2.1.3 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 sub -Contractors, 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 or proposal 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. 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) Contract Term The work to be performed under this Agreement shall be commenced after City execution of this Agreement. The term of the Agreement shall be for a five (5) year period, with the option to renew the Agreement for one (1) additional (2) two-year period, subject to a performance review conducted by the City, and the determination that the work performed has been satisfactory to the City. 5) Contract Pricing The Contract pricing shall be in accordance with the pricing shown in RFP submittal superseded in part by revised Proposal pricing dated September 9, 2008, which is included herein as a Contract Document. 6) Payments The City shall pay the Contractor on a monthly basis, upon receipt of a properly executed invoice document. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VI I, Chapter 218. 2 City of Tamarac Purchasing & Contracts Division 7) Indemnification 7.1. GENERAL INDEMNIFICATION: Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, their agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractor, any sub -Contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b), violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Contractor in the performance of the Work; or c). liens, claims or actions made by the Contractor or any sub - Contractor under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Contractor. 7.2. 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. 7.3. 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. 7.4. 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 responsibility of Contractor under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 8) 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, 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, 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 City of Tamarac Purchasing & Contracts Division 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. 9) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, Social Security Act, Federal Unemployment Tax Act, the provisions of Internal Revenue Code, State Worker's Compensation Act, and 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. 10) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City, which consent shall not be unreasonably withheld. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. Acquisition of Contractor by a third party shall not be deemed an assignment. 11) 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 4 City of Tamarac Purchasing & Contracts Division With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR TD Bank, NA d/b/a Commerce Bank 5900 North Andrews Avenue Ft. Lauderdale, FL 33309 ATTN: Scott D. Kreiger, Vice President (954) 233-2037 (954) 233-2060 (fax) 12) Termination 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) 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 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. 13) Uncontrollable Forces 13.1 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. City of Tarnarac Purchasing & Contacts Division .................... .._. __.. .___,,.,...,,..., ...,........_.......... _........------ 13.2 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. 14) 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. 15) 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. 16) 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. 17) 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. 18) 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. 19) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results of Tamarac Purchasing & Contracts Division 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 7 Cay o` irruna!a,: Puir,hasing & 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 Vice President, duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk - CITY OF TAMARAC Beth Flansbaum-Talabisco, Mayor /0/a 310 9 Date Jeffrey L. iller, City Manages Date: /0 / z I/Os-' c Ap ro ed as to for and legal sufficiency: Date anyll) /D 6 ik CKj Attorn y ATTEST: /,(Corporate Secretary) Type/Print Name of Corporate Secy. TD Bank, NA n. ,)Comp ny Name ignature Scott D. Kreiger Type/Print Name of Vice President —OcLa6e-r 17_ zaaa (CORPORATE SEAL) Date M -A of Tamarac Pu chasiog & Contracts Division .. ..... .... ...... __... ._.._...__._..... - —-----------........._._........__._.._.-_._.__...._ ---- CORPORATE ACKNOWLEDGEMENT STATE OF r1QF-1 b P :SS COUNTY OF&OW.- f9 L : 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 Scott D. Kreiger, Vice President, of TD Bank, N.A., a National Banking Association, 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 ( � ®�f � i'% LO. SPRY P</8,� WENDE LITTERIO Igna ure of Notary Public Notary Public - State of Florida State of Florida at Large shy My Commission Expires Apr 22, 2009 '•. of N" Commission * DD 386070 Print, Type or Stamp Name of Notary Public 19( Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or [� DID NOT take an oath. J1. SUPPLEMENTAL CERTIFICATION All of the information supplied, and Exhibits and Appendices, in connection with the response to RFP submitted on behalf of TD Bank, N.A. ("TD') are, to the best of the TD representative's actual knowledge, information and belief, accurate and true and correct in all material respects with the exception of those items listed below, the compliance with which TD cannot accommodate and hereby requests a waiver. To the extent there are any inconsistencies between the obligations of TO, as set forth in the RFP, local ordinances and rules, and the subsequent contract for services (collectively, the "Contract Requirements') and the rules, statutes and regulations to which TD is required to adhere by virtue of its regulators and status as a national banking association (collectively, the "Banking Requirements'), the Banking Requirements shall supersede and govern and TD shall be held harmless as a result of its failure to comply with any inconsistent Contract Requirements. DOCUMENT REFERENCE COMMENT Conflict of Interest RFP, IV. Instructions to To the best of the TD's knowledge and Offerors & Standard belief, none of the Proposer's officers, Terms and Conditions. directors, partners, proprietors, associates or agents is also an officer or employee of Section 10 - Conflict of the City or any of its agencies. Interest. TD Banknorth Inc. holds 100% interest in TD Bank, N.A. Qualifications of RFP, IV. Instructions to Employment at TD is contingent upon Proposers Offerors & Standard receipt of a satisfactory investigative Terms and Conditions, consumer report which examines criminal records, credit history, employment history Section 16.2 and educational records. This review is a Qualifications of standard procedure and is required by our Proposers, bonding company. Once employed, the Company has the right to periodically re- check any employee for the status of such information. Federal regulations require financial institutions to take the necessary steps to avoid hiring individuals who have a criminal record of conviction for a felony or for any criminal offense involving dishonesty or a breach of trust. TD cannot provide consent on behalf of its employees for the sheriff to conduct criminal background checks. However, given the current procedure set forth above, TD is confident in the integrity of the employees that will be servicing the City. Warranties RFP, IV. Instructions to With respect to compliance with all Offerors & Standard applicable federal, state and local laws, Terms and Conditions. regulations and orders, please note compliance is subject to consistency with Section 21.3 - Proposer's Banking Requirements as Warranties defined above. DOCUMENT REFERENCE COMMENT Inspections and Audit RFP, IV. Instructions to The City's right to inspect and audit shall Rights Offerors & Standard be available subject to regulations Terms and Conditions. governing privacy and other banking regulations. Section 25 — Inspections Section 33 — Audit Rights Non-discrimination and RFP, IV. Instructions to We are unable to fully comply, while we Equal Opportunity Offerors & Standard comply with federal and state laws with Employment Terms and Conditions. respect to EEO, we do not fully comply with Section 26. Specifically the groups that are Section 26 Non- not covered in our policy include: familiar discrimination and Equal and political affiliation, moreover, we are Opportunity Employment unable to modify our contracts with Subcontractors to include provisions Sample Agreement regarding the nondiscrimination clause. Section 8 — Non - Discrimination & Equal Opportunity Employment Assignment and RFP, IV. Instructions to Acquisition of Offeror by a third party shall Subcontracting. Offerors & Standard not be deemed an assignment for Terms and Conditions. purposes of this RFP. City's prior written Section 34.1 - approval of assignments shall not be Assignment unreasonable withheld. Sample Agreement Section 10 —Assignment and Subcontracting Vendor Drug -Free Vendor Drug -Free TD complies with the spirit of the drug free Workplace Workplace Form workplace form; however, there are minor differences. Attached is TD's Drug and Alcohol Policy. Sample Agreement Sample Agreement Section 1 of the Sample Agreement will need to be modified to reflect that the The Contract Section 1 — The Contract contract documents shall include: The Documents Documents Bank's Master Agreement for Banking Services, and the Account Rules and Regulations and any other account specific agreements. In addition, our Merchant Card Vendor, Heartland Payment Systems, will require the execution of card services agreements. TD Bank, N.A. BY: DATE 0G:O6r_,' 7 Z�aS