Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-205Temp Reso #11082 Page 1 October 5, 2006 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID #06-33B, "FURNISH, DELIVER AND DISCHARGE OF QUICKLIME" TO, AND EXECUTE AGREEMENTS WITH, CHEMICAL LIME COMPANY OF ALABAMA, INC. FOR THE CITY OF TAMARAC AND ON BEHALF OF FIFTEEN MEMBERS OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE; AND WITH CARMEUSE LIME SALES CORPORATION ON BEHALF OF TWO MEMBERS OF THE SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE, FOR A PERIOD OF ONE YEAR WITH FOUR (4) ADDITIONAL ONE-YEAR RENEWAL OPTIONS, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac served as "lead agency" on Bid 06-33B, "Furnish, Deliver and Discharge of Quicklime" issued on behalf of the Southeast Florida Governmental Purchasing Cooperative ("the Co-op"). Eighteen governmental agencies will utilize this bid to purchase approximately 59,000 tons of quicklime for the Co-op, of which approximately 2100 tons will be purchased for the City of Tamarac, a copy of said bid is attached hereto as Exhibit "A"; and WHEREAS, the City of Tamarac publicly advertised Bid 06-33B, "Furnish, Deliver and Discharge of Quicklime" in the Sun -Sentinel on September 6, 2006 and September 13, 2006; and 1 Temp Reso #11082 Page 2 October 5, 2006 WHEREAS, seven (7) vendors were solicited; and two (2) bids were opened and reviewed to determine cost and responsiveness to the City's specifications; and WHEREAS, Chemical Lime Co. submitted a delivered bid price of $176.91 per ton for the City, and prices as shown on the bid tabulation for other members of the Co-op, for an approximate total cost to the City of Tamarac of $371,511, a copy of the bid tabulation is attached hereto as Exhibit "B"; and WHEREAS, Chemical Lime Co. was deemed the lowest responsive and responsible bidder for the City of Tamarac, and for fifteen (15) of the members of the Co-op, with a copy of the bid submitted attached hereto as Exhibit "C"; and WHEREAS, Carmeuse Lime Sales Corporation was deemed the lowest responsive and responsible bidder for two (2) members of the Co-op, with a copy of the bid submitted attached hereto as Exhibit "D"; and WHEREAS, the City of Tamarac, acting as lead agency for the Co-op acts on behalf of the Co-op when awarding contracts for quicklime; and WHEREAS, sufficient funds are available from the Utilities Department Operating funds; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing and Contracts Manager that Bid #06-33B be awarded to and an agreement executed with Chemical Lime Company of Alabama, Inc. for furnishing, delivering and discharging quicklime, for a period of one year with four (4) additional one (1) year renewal options for the City of Tamarac, and on behalf of fifteen (15) agencies in the Co-op; and Temp Reso #11082 Page 3 October 5, 2006 WHEREAS, it is the recommendation of the Director of Utilities and Purchasing and Contracts Manager that Bid #06-33B be awarded to and an agreement executed with Carmeuse Lime Sales Corporation for furnishing, delivering and discharging quicklime, for a period of one year with four (4) additional one (1) year renewal options on behalf of two (2) agencies in the Co- op; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to award Bid 06- 33B and execute an agreement with Chemical Lime Company of Alabama, Inc. for furnishing, delivering and discharging quicklime, for a period of one year with four (4) additional one (1) year renewal options, on behalf of the City of Tamarac and fifteen (15) agencies in the Southeast Florida Governmental Purchasing Cooperative, and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to award Bid 06- 33B and execute an agreement with Carmeuse Lime Sales Corporation for furnishing, delivering and discharging quicklime, for a period of one year with four (4) additional one (1) year renewal options, on behalf of two (2) agencies in the Southeast Florida Governmental Purchasing Cooperative 1 Temp Reso #11082 Page 4 October 5, 2006 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. SECTION 2: The award of Bid 06-33B, "Furnish, Deliver and Discharge of Quicklime", to Chemical Lime Company of Alabama, Inc., on behalf of the City of Tamarac and fifteen (15) agencies in the Southeast Florida Governmental Purchasing Cooperative, is HEREBY AUTHORIZED. SECTION 3: The appropriate City officials are hereby authorized to execute an agreement with Chemical Lime Company of Alabama, Inc. as part of said award, a.copy of which is attached hereto as Exhibit "E" for a delivered price of $176.91 per ton, and for prices shown in Exhibit "B" on behalf of fifteen entities within the Southeast Florida Governmental Purchasing Cooperative. SECTION 4: The award of Bid 06-33B, "Furnish, Deliver and Discharge of Quicklime", to Carmeuse Lime Sales Corporation, on behalf of two (2) agencies in the Southeast Florida Governmental Purchasing Cooperative, is HEREBY AUTHORIZED. SECTION 5: The appropriate City officials are hereby authorized to execute an agreement with Carmeuse Lime Sales Corporation as part of said award, a copy of which is attached hereto as Exhibit "F" for prices as shown in Exhibit "B" on behalf of two (2) agencies in the Southeast Florida Governmental Purchasing Cooperative. 1 Temp Reso #11082 Page 5 October 5, 2006 SECTION 6: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. 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 Or�phPC 2006. ATTEST: MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER EXHIBIT "A" TO TEMP. RESO. 11082 INVITATION FOR BID #06-33B FURNISH, DELIVER AND DISCHARGE OF QUICKLIME ON FILE IN THE OFFICE OF THE CITY CLERK T R 11082 B M M O O Lo O O O O O O O O O O O O N O O O d r Lo M O (0 O Lo O Lo O O N 4 O O ui O N O 6 V t/1 O o0 — O M M O O r• N O Co 00 V v) v) � — Cr O d f" N r (o (.000 0') — O M — U') O O M rf (0 O v O O P': 00 r (fl O v M -�i N r'N CM r M C'� Lo O N O (fl E v Lo O O M o v v o O O M r oo r• r• Lo P- N Im a+ T r- " — EA 0 O NM Lo M q r- N (0 Lo C0 00 6fi 69 69 69 69 6-1 N 69 6A 69 69 69 ell 6q 69 69 69 69 H-> E9 d rn r- r 00 Lo 0 0 r o 0 0 o v v r r r- I-- r r 4. r• r• N Lo Ln r Lo ww r- r P- r- r r (M M L6) I`® N N M N (V N I`� N ('M M M C'M M M M C6 E p woo co to oo oo co oo o oo cc)oo 0o o oo oo co oo oo Ud E9 6Fi 69 r 6-,69 69 69 69 FA r 69 69 e-, 69 69 69 69 69 69 0 643 649. d r-- r oo 0 0 o r- O O O o O T v r r r r � r-- r-- r• N Lo Lo 0 r Lo Lo 0 U') Lo w M r r• r- r• r tl- i-� ao 0o O � r r oo r_ r_ r � r o6 oo co 0o ao 00 co 00 co c0 r co o co co 0 0 0 co c0 (0 o (o co (o (o 0 co V U. 69 Efl 69 69 69 69 69 6A 6A 6q 69 6q 69 Q4 69 69 69 6fi 69 EA 0 N G O O O O O O O O O O O O O O O O O 0 O o 3 O O O O O O O O O O O O O O O O O O O O d d U.) U') U-) O In Lo Lo Lo Lo vi O Lo Lo Lo Lo Lo In L6 6 Lo 013. 69 69 EA 69 69 6f) 69 69 69 6A 6,)- 69 69 69 69 69 69 69 6e3, 69 d v rn o I'- N o 0 0 M O Lo 0 0 0 0 0 6o 0 0 V O M 0 0L9 O) O L) - O O O U? O O O O Lo M O M O 0 (0 O Lo r r LoE coQo �t N O O M cN OLo MO COO - AO CNO ao O CO OM rrLo O O N Lo NA CO 'IT 'IT O N 0) r d(D (4 - v (0 ++ C) O (M M co cM co r- O- r- M M N Lo r• .- c0 Lo M Lo O M N M 0 M v — — N 0 Ln O r i EH b9 69 Efl 69 69 64 6f3 V9 69 69 69 69 69 69 6A Q91 EA a to a) Lo a) U) to A') 0) O) m E .a CO to co CO w C6 CO CO CG (o t0 (6 1`4 to P: r'.: (6 (D (p J U J i` PZ P, P+ F.1~ F.P+ F. F. 1` P+ F - ti r, I`+ P.- h C t46n- 6ef-69-t46n�69 to)- 60-6134449kt4t4to).t40} ee d t) 22 E t+l O O 03 0A (A 0A O O O O m m O Ln O f Lo O O O O m C •- C C O o O O O 0 O O O O 0 o O O O O O 0 O O 0 3 E d H o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O a> E r-: ti r--: r--: ti r-� r-� r-� ti r,�: r r r-� r-: r ti r,� E s s d co CO O M (0 0 O M (0 0 0 CO (D O (o 0 (0 (o 0 0 Y N It.E9 tf3 E9 E9 69 E9 6) 69 6ci 69 69 69 69 69 69 69 el,69 el,69 () O CO c y <� L fliC 0) O O (0 O O O 0 O O M N O L6 O Lo r O N O O O O O O O N ()(p (p L7 - Lo O } co (Lo r- O tl- Lo w N CO N (o co M m s m N O 'a = ' O O O N i e- N N 0 d N N_ N = 1Q a V to s w C> °� V 0 0 N > > R m m y a m C e0a = m r o o c U Q Q m � m .a E a m c. 3 M Cl .O Q ti U L d +�+ +�+ 0 s t a -a m � c`to F J J _ i, ML m ri m Z 4 m m 0 0 0 0 0 LL � 2 2 J 2 2 Z Z Z a d to O O O O O O •- I� O M — O O Lr V V) N U*) 00 O 6q M LO 69 69 1- f-- O ti ti U? OD 00 rl- (O (O (O 69 Efl 693 O O O O O O LO LO O •- �- O 69 (4 69 O O O O (yi O rl- M O L (7 , O co LO 69 69 Qi �39 rn CD to O I- r E9 O O O O CY) O Efl 64 69 O O O O O O (O (O (D Ki 69 6) O O O CD O ch N (M EXHIBIT "C" TO TEMP. RESO. 11082 BID SUBMITTED BY CHEMICAL LIME CO. ON FILE IN THE OFFICE OF THE CITY CLERK EXHIBIT "D" TO TEMP. RESO. 11082 BID SUBMITTED BY CARMEUSE LIME SALES CORPORATION. ON FILE IN THE OFFICE OF THE CITY CLERK TR 11082 EXHIBIT E EWIN4=L0I4Z►ki BETWEEN THE CITY OF TAMARAC AND CHEMICAL LIME CO. OF ALABAMA, INC. THIS AGREEMENT is made and entered into this 4 day of �)HZ)bff , 20_06 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 Chemical Lime Company of Alabama, Inc., (Chemical Lime), an Alabama corporation with principal offices located at 4720 Cleveland Heights Boulevard, Suite 203, Lakeland, FL 33813 (the "Contractor") to Furnish Deliver and Discharge Quicklime for the City of Tamarac, and participating agencies in the Southeast Florida Governmental Purchasing Cooperative (The "CO-OP") as shown in Exhibit A herein. 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. 06-33B, "Furnish, Deliver and Discharge Quicklime", 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, Contract Exhibit A, which lists specific agencies awarded, 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 Document No. 06-33B, "Furnish Deliver and Discharge Quicklime", as issued by the City, and the Contractor's Proposal, Bid Document No. 06-33B, as issued by the City shall take precedence over the Contractor's 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 Furnish, Deliver and Discharge Quicklime in accordance with the Technical Specifications, terms and conditions contained in Bid Document 06-33B, "Furnish, Deliver and Discharge Quicklime" for agencies listed in Contract Exhibit A. 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 competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 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 subcontractors, if any, with respect to the work and services described herein. 2.1.4 Contractor shall be required to complete the "Contractor Pass Request Form" (See attached Exhibit A to Bid Document No. 06- 33B), with photo identification of all personnel authorized to be on premises at City delivery sites. This form will be sent to the awarded vendor(s) with the notification of award letter. 2.1.5 Personnel additions and/or deletions shall be reported to the City's designated representative in writing, via fax to a number to be provided by the using agency, within twenty four (24) hours of the personnel change, by modification of the names submitted on the original Contractor Pass Request Form. 2.1.6 All personnel shall check -in with the Security Guard or Operator on duty immediately upon arrival at any delivery location. Photo identification, purpose of visit, and name of City staff contact, shall be required for entry. 2.1.7 Contractor shall ensure that only authorized Contractor employees and/or authorized City personnel shall have access to Contractor/City vehicles, work site, equipment, work products, reports, electronic data and any/all other information pertaining to the City. Contractor shall not admit any unauthorized personnel onto any work site. Contractor will not release, discuss or share any information on systems, equipment and/or operations, to any non - City personnel. 2.1.8 Upon leaving premises, all personnel shall be required to check out with the Security Guard or Operator on duty. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will Agreement 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) Term The term of this Agreement shall be for an initial one (1) year period, beginning November 1, 2006 through October 31, 2007. The City reserves the right to renew this Agreement for four (4) additional one (1) years periods subject to the Contractor's acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. 5) Contract Sum The Contract Sum for the above work is One Hundred Seventy -Six Dollars and Ninety -One cents ($176.91), delivered cost, per ton for the City of Tamarac, and pricing as shown in Contract Exhibit A for other participants in the Agreement. The Contract sum includes all labor, materials and freight charges for the job also known as Bid No. 06-33B, Furnish, Deliver, and Discharge Quicklime at the City of Tamarac Water Treatment Plant. Pricing for other entities within the Southeast Florida Governmental Purchasing Cooperative will be in accordance with Contractor's Bid Form, contained with Contractor's Bid response. All prices, terms and conditions shall remain firm for the initial period of the contract, except for allowances for fuel surcharges, as provided in Exhibit B to Bid document No. 06-33B. No price increase for quicklime material will be accepted during the initial contract period. Contract terms allow for a price increase request at the time of contract renewal based on actual costs or in accordance with a recognized index or set of indices to be mutually agreed upon by City and Contractor. To qualify for this increase, the vendor must submit justification and written verification from freight/fuel distributor(s) to the Purchasing Division prior to initial contract term expiration. 6) Payments A monthly payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of Bid 06-33B. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII; Chapter 218. Agreement 7) Warranty Contractor warrants the material to be acceptable for the use for which it is intended, and all applicable warranties shall be granted in accordance with the Uniform Commercial Code of the State of Florida. Contractor shall be responsible for any damages caused by defect to affected area or to equipment, as detailed in Section 5, of the Special Terms and Conditions for Bid document No. 06-33B as issued by the City. 8) Indemnification 8.1 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. 8.2 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. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 8.3 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. 9) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, Agreement color, gender, national origin, sex, age, 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. 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. 10) 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. 11) 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. 12) 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: Agreement CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 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 John Thompson Florida District Manager Chemical Lime Co. of Alabama, Inc. 4720 Cleveland Heights Blvd., Suite 203 Lakeland. FL 33813 13) Termination 13.1 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. 13.2 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. 14) Uncontrollable Forces 14.1 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 Agreement includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 14.2 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. 15) 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. 16) 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. 17) 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. 18) 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. 19) 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. 7 Agreement 20) 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 8 Agreement 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 Florida District Manager duly authorized to execute same. _ ATTEST: Marion Swenson, CIVIC City Clerk Da ATTEST: • -1 ignature of orporate Assistant Secretary Marcelino Rodri Type/Print Name of Corporate S,eey- Assistant Secretary (CORPORATE SEAL) CITY OF TAMARAC Beth Flansbaum-Talabisco, Mayor 41 Jeffre L. Miler, City Manager I t1) 62 Date Date CHEMICAL LIME CO. OF ALABAMA,INC. Co y Nam Signature of Florida District Manager Florida District Manager October 5, 2006 Date Agreement CORPORATE ACKNOWLEDGEMENT STATE OF Florida SS COUNTY OF Polk 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 John Thompson, Florida District Manager of Chemical Lime Co. of Alabama, Inc., an Alabama 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 October 5 , 20 06 N1"Pdit-ftbdF Signature of Notary Public M�! NMw�t►. State of Florida at Large Elizabeth A. Hart Print, Type or Stamp Name of Notary Public U Personally known to me or ❑ Produced Identification Type of I.D. Produced U DID TAKE AN OATH, OR ® DID NOT TAKE AN OATH. 10 Agreement CONTRACT EXHIBIT A Agencies to Be Supplied Total Delivered Material Freight/ Unit Price Per Agency Price/ Ton Ton Ton Broward Co. Dist. 1 $167.00 $9.91 $176.91 Broward Co. Dist. 2 $167.00 $9.91 $176.91 Coral Springs $167.00 $9.91 $176.91 Davie 76th Ave $167.00 $9.91 $176.91 Davie 64th Ave. $167.00 $9.91 $176.91 Deerfield Beach $167.00 $9.91 $176.91 Ft. Lauderdale (Five Ash) $167.00 $9.91 $176.91 Ft. Lauderdale (Peele-Dixie) $167.00 $9.91 $176.91 Hallandale Beach $167.00 $9.91 $176.91 Lauderhill $167.00 $9.91 $176.91 Margate $167.00 $9.91 $176.91 Miramar $167.00 $10.51 $177.51 North Lauderdale $167.00 $9.91 $176.91 North Miami $167.00 $10.51 $177.51 North Miami Beach $167.00 $10.51 $177.51 Pembroke Pines $167.00 $9.91 $176.91 Pompano Beach $167.00 $9.91 $176.91 Sunrise (Springtree) $167.00 $9.91 $176.91 Sunrise (Sludgemill) $167.00 $9.91 $176.91 City of Tamarac $167.00 $9.91 $176.91 11 Agreement TR 11082 EXHIBIT F AGREEMENT BETWEEN THE CITY OF TAMARAC AND CARMEUSE LIME SALES CORPORATION THIS AGREEMENT is made and entered into this day of OCfVbe , 20_p 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") on behalf of the Southeast Florida Government Purchasing Cooperative, and Carmeuse Lime Sales Corporation, a Delaware corporation with principal offices located at 11 Stanwix Street, 11th Floor, Pittsburgh, PA 15222 (the "Contractor") to Furnish Deliver and Discharge Quicklime for participating agencies in the Southeast Florida Governmental Purchasing Cooperative (The "CO-OP") as shown in Contract Exhibit A herein. 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. 06-33B, "Furnish, Deliver and Discharge Quicklime", 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, Contract Exhibit A, which lists specific agencies awarded, 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 Document No. 06-33B, "Furnish Deliver and Discharge Quicklime", as issued by the City, and the Contractor's Proposal, Bid Document No. 06-33B, as issued by the City shall take precedence over the Contractor's 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 Furnish, Deliver and Discharge Quicklime in accordance with the Technical Specifications, terms and conditions contained in Bid Document 06-33B, "Furnish, Deliver and Discharge Quicklime" for agencies listed in Contract Exhibit A. 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 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. 2.1.4 Contractor shall be required to complete the "Contractor Pass Request Form" (See attached Exhibit A to Bid Document No. 06- 33B), with photo identification of all personnel authorized to be on premises at City delivery sites. This form will be sent to the awarded vendor(s) with the notification of award letter. 2.1.5 Personnel additions and/or deletions shall be reported to the City's designated representative in writing, via fax to a number to be provided by the using agency, within twenty four (24) hours of the personnel change, by modification of the names submitted on the original Contractor Pass Request Form. 2.1.6 All personnel shall check -in with the Security Guard or Operator on duty immediately upon arrival at any delivery location. Photo identification, purpose of visit, and name of City staff contact, shall be required for entry. 2.1.7 Contractor shall ensure that only authorized Contractor employees and/or authorized City personnel shall have access to Contractor/City vehicles, work site, equipment, work products, reports, electronic data and any/all other information pertaining to the City. Contractor shall not admit any unauthorized personnel onto any work site. Contractor will not release, discuss or share any information on systems, equipment and/or operations, to any non - City personnel. 2.1.8 Upon leaving premises, all personnel shall be required to check out with the Security Guard or Operator on duty. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ��greerr�er�f 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) Term The term of this Agreement shall be for an initial one (1) year period, beginning November 1, 2006 through October 31, 2007. The City reserves the right to renew this Agreement for four (4) additional one (1) years periods subject to the Contractor's acceptance, satisfactory performance and determination that renewal will be in the best interest of the City. 5) Contract Sum The Contract Sum for the above work is as shown for entities listed in Contract Exhibit A, based on a delivered cost, per ton. The Contract sum includes all labor, materials and freight charges for the job also known as Bid No. 06-33B, "Furnish, Deliver, and Discharge Quicklime" for the Southeast Florida Governmental Purchasing Cooperative entities listed in Contract Exhibit A. Pricing under this Agreement shall be in accordance with Contract Exhibit A. All prices, terms and conditions shall remain firm for the initial period of the contract, except for allowances for fuel surcharges, as provided in Exhibit B to Bid document No. 06-33B. No price increase for quicklime material will be accepted during the initial contract period. Contract terms allow for a price increase request at the time of contract renewal based on actual costs or in accordance with a recognized index or set of indices to be mutually agreed upon by City and Contractor. To qualify for this increase, the vendor must submit justification and written verification from freight/fuel distributor(s) to the Purchasing Division prior to initial contract term expiration. 6) Payments A monthly payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of Bid 06-33B. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII; Chapter 218. 7) Warranty Contractor warrants the material to be acceptable for the use for which it is intended, and all applicable warranties shall be granted in accordance with the Uniform Commercial Code of the State of Florida. Contractor shall be responsible for any rxc�r,e.r,ient damages caused by defect to affected area or to equipment, as detailed in Section 5, of the Special Terms and Conditions for Bid document No. 06-33B as issued by the City. 8) Indemnification 8.1 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. 8.2 Upon completion of all Services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. i. The Contractor shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. ii. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Contractor under the indemnification agreement. 8.3 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. 9) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender, national origin, sex, age, 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. The Contractor shall 4 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. 10) 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. 11) 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. 12) 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 X t�c�r�„�rp::rtt 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 Bruce D. Routhieaux, Vice President, Sales Carmeuse Lime Sales Corporation 11 Stanwix Street, 1 lin Floor Pittsburah. PA 15222 13) Termination 13.1 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. 13.2 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. 14) Uncontrollable Forces 14.1 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. 14.2 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 A,flBF,fl1 Clf 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. 15) 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. 16) 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. 17) 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. 18) 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. 19) 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. 20) 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. "viraemont 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 of Sales duly authorized to execute same. ATTEST: = Marion Swenson, CMC City Clerk o k ol 0 Date I ATTEST: "� t � Signaturey Corporate ecretary Michael J. Collingwood Type/Print Name of Corporate Secy. Asst. Secretary (CORPORATE SEAL) CITY OF TAMARAC - r Beth Flansbaum-Talabisco, Mayor Dat Jeffrey4ZMiTer, City Manager io1,9-L1 Date Approve too and al fficiency: City Pittorney V Date CARMEUSE LIME SALES CORPORATION Company Name Signature of Vice President of Sales Bruce D. Routhieaux Vice President of Sales Oc'1-o1�e�- G2eo6 Date CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF 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 Bruce D. Routhieaux Vice President of Sales of Carmeuse Lime Sales Corporation, a Delaware 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 thigday of UC',� , 20j:�6 NOTARIAL SEAL Karen L. Little, Notary Public Pittsburgh, Allegheny County My commission expires April 13, 2008 1,7 Signature of Notary Public e Print, Type or Stamp Name of Notary Public �rsonally known to me or ❑ Produced Identification Type of I.D. Produced U DID TAKE AN OATH, OR DID NOT TAKE AN OATH. CONTRACT EXHIBIT A Agencies to Be Supplied Material Total Delivered Price/ Freight/ Unit Price Per Agency Ton Ton Ton City of Dania Beach $100.00 $67.50 $167.50 City of Hollywood - Pebble $100.00 $67.50 $167.50 City of Hollywood - Hi Cal $100.00 $67.50 $167.50 �Ci ,�1�'YE'Pr"P1E'l1� UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF CARMEUSE LIME SALES CORPORATION The undersigned, being all of the members of the Board of Directors of Carmeuse Lime Sales Corporation, a Delaware Corporation (the "Corporation"), do hereby vote for, consent to, authorize and adopt the following resolutions by unanimous written consent pursuant to Section 141(f) of the Delaware General Corporation Law, with the same force and effect as if the undersigned had been present at a meeting of the Board of Directors of the Corporation and had voted for the same: WHEREAS, the Corporation desires to restate its entire list of officers in order to reflect recent changes in the management of the Corporation; BE IT RESOLVED THAT the following persons be, and they hereby are, elected to the offices set forth opposite their names below, to hold such offices until their successors have been duly elected and qualified: Thomas A. Buck President and CEO Philip Johnson Senior Vice President, Sales and Marketing Bruce Routhieaux Vice President of Sales Jack Fahler Vice President Supply Chain Patrick Worms Chief Information Officer Mary D. Colin Treasurer, Assistant Secretary Kevin J. Whyte Vice President, General Counsel, Secretary John Bigley Assistant Secretary IVl�chaei Cc�lingv�ood, Assistant Secr BE IT FURTHER RESOLVED THAT the officers of the Corporation be, and they hereby are, authorized to do or cause to be done any and all such acts and things and execute and deliver any and all documents and papers as they may deem necessary or appropriate to carry out the purposes of the foregoing resolutions; and BE IT FURTHER RESOLVED THAT a copy of this Unanimous Written Consent of the Board of Directors be delivered to the Secretary of the Corporation with direction that it be filed and maintained with the corporate records of the Corporation. IN WITNESS WHEREOF, the unde-Aigned have executed this Unanimous Written Consent of the Board of Directors as of the ay o ,,,,Tho s A. Buck Philip Johnson Being all of the Directors of Carmeuse Lime Sales Corporation