HomeMy WebLinkAboutDocumentation_Regular_Tab 23_12/14/2023 Agenda Item #23.
Regular Council
STAFF MEMO
Y
Meeting: Regular Council - Dec 14 2023
Staff Contact: Marjorie Craig, Utilities Director Department: Utilities
Consider Approval of Agreement with Core and Main LP, to Purchase Water Meter Fittings and Water
Line Accessories, Piggybacking on Agreement with the City of Deerfield Beach/ Southeast Florida
Governmental Purchasing Group
The Utilities Department (UD) recommends approval of a piggyback agreement on the City of
Deerfield Beach's agreement with Core and Main LP, to purchase water meter fittings and water line
accessories for use in the water distribution system and water treatment plant piping systems. The
agreement provides discounted rates based on the agreement's established rate schedule. Extension
one and two are both attached to this agenda item.
The City of Deerfield Beach, acting as the lead agency for the Southeast Florida Governmental
Purchasing Cooperative Group, completed the agreement through a competitive selection process.
This agreement with Core and Main is the third of several "as needed" contracts that we will be
piggybacking, this year, to obtain the best prices by leveraging the purchasing cooperative.
UD maintains an inventory of parts and materials for the repair of water lines and components within
the water distribution and water treatment systems. Because of the volatility of prices, supplies, and
unknown emergent or emergency situations, it is not possible to accurately predict the amount that
will be spent with Core and Main. However, the annual spend is typically about $26,000 and we
anticipate that that spend level will continue, all things considered.
Funds for the purchase of these and other parts from other vendors are typically allocated
annually as follows in the General Ledger (G/L) categories of the budget:
Budget Department 411 - Renewal & Replacement - Operating Expenditures/ Expense
401-411-552.601 — Meters, Valves, & Hydrants — FY24 budget = $100,000
Beget Department 243- Water Distribution Division
401-243-546.342 - Water System Maintenance — FY24 budget = $667600
Budget Department 242 —Water Treatment Division
401-242-546.342 — Water System Maintenance — FY24 budget =$95,000
This document and any attachments may be reproduced upon request in an alternative format by
completing our Accessibility Feedback Form, sending an e-mail to the Village Clerk or calling 561-
768-0443.
BUDGET • - •
BUDGET AMOUNT $261,600 AMOUNT AVAILABLE EXPENDITURE AMOUNT:
Page 502 of 593
Agenda Item #23.
$261,600 $26,000 (est)
FUNDING SOURCES: Water Fund, potentially 3 IS THIS A PIGGYBACK:
accts depending on as needed services ❑x Yes ❑ N/A
DID YOU OBTAIN 3 QUOTES?
0 Yes ❑ N/A
QUOTE 1 - BUSINESS NAME N/A QUOTE AMOUNT N/A
QUOTE 2 - BUSINESS NAME N/A QUOTE AMOUNT N/A
QUOTE 3 - BUSINESS NAME N/A QUOTE AMOUNT N/A
COMMENTS/EXPLANATION ON SELECTIONN/A - Piggyback
POTENTIAL MOTION / DIRECTION REQUESTED:
The Utilities Department recommends approval of this agenda item
ATTACHMENTS: m
Tequesta Core and Main LP Water Line Accssories Piggyback Contract Signed
Deerfield Beach Extension 2
Deerfield Beach Extension 1
Page 503 of 593
Agenda Item #23.
VILLAGE OF TEQUESTA
AGREEMENT FOR WATER METER FITTINGS AND WATER 1ANE
ACCESSORIES
THIS AGREEMENT for water is entered into and effective this 14th of
December, 2023, by and between the VILLAGE OF TEQU EST A, a Florida municipal
corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and
existing in accordance with the laws of the State of Florida,, hereinafter ""the Village"; and Core
and Main LP, a Florida corporation, with offices located at 150 NE 2rid Avenue, Deerfield Beach,
FL 441, hereinafter""the Contractor" and collectively with the Village, "the Parties".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other crood and valuable consideration the receipt and sufficiency of which is hereby
acknowledged by both Parties, hereby agree as follows-.
1. SCOPE OF SERVICES-1 The Parties hereby agree to enter into this Agreement
whereby the Contractor shall provide water meter fittings, and water line accessories as needed by
the Village. The Parties agree to enter into this Agreement and piggyback for the pathway and
minor construction services at the unit prices described in the City of Deerfield Beach Agreement
awarded through IT B #2018-19/1.2. Said contract, including its terms, conditions., specifications,,
and attached exhibits/amendments are hereby fuliv incorporated into this Agreement and attached
hereto as Exhibit("A".
2, COMPENSATION: In consideration for the above Scope of Services,, pricing
shall be pursuant to the unit prices provided in Exhibit "A". The Parties herehv agree to the
I t-d
Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the
City of Deerfield Beach IT B #2018-19/12 agreement, as referenced by the proposal in Exhibit
164 A". In consideration for the above Scope of Services and pursuant to any Exhibits,, if applicable,
the Village shall pay the Contractor at the unit prices as described in Exhibit "A". The goods or
services shall be delivered on a per-order basis in a time, manner, and location acceptable to the
Village the "Performance Date."
I CHANGEORDERR: Seller is aware that price and time are of the essence in this contract
and that prompt and timely performance of all such obligations is strictly required. If conditions
change that would require an increase in price., scope, or time for perfon-riance Seller must notify
Page I o['8
Page 504 of 593
Agenda Item #23.
the Village in writincr detailing the conditions that have changed and requestincr a change order to
the contract within 30 days prior to the performance date"Chancre Order Deadline". Change orders
submitted after the change order deadline will not be considered. Seller shall not proceed with any
change to its obligations under a chancre order request unless documented in a Change Order
executed by both Parties. If Seller requests a change order prior to the change order deadline
Village at its discretion may accept the change order as is or with modifications,, deny the change
order, re-advertise and re-solicit providers for the required goods or services or ten-ninate this
contract. If the Village elects to re-advertise and re-so I I cl t the need for goods or services the Village
will have 30 days "Solicitation Period" in which to accept the conternplated change order or
terminate this contract.At any time after execution of this Agreement but prior to teller's Seller's delivery of the Goods, the Village reserves the right at its discretion to change, modify, revise add, or
remove any part of its order for the Goods as described by this Agreement and any Exhibits 7 if
applicable. If any such change to the Village's order causes an increase or decrease in the cost of
the G the Villa(Te shall make
oods or causes a change in the time required for delivery of the Goods, it,
an equitable adjustment in the contract price, the delivery schedule, or both. Any change to the
Village's order for the Goods and any subsequent equitable adjustment to the terms of this
Agreement shall be effectuated through a written Amendment to this Agreement as executed by
both Parties pursuant to Section 15. of this Agreement.
4. TERM; TERMINATION; NOTICE: Pursuant to the City of Deerfield Beach ITB
#2018-19/12x the original contract term expired on March 5"', 2022. The City of Deerfield Beach
renewed the contract through Amendment .41 and Amendment #2 to the contract,, extending the
term until March 5th 2024.This Agreement may be terminated by either party upon 3 0 days written
notice to the other party. Notice shall be considered sufficient when sent by certified mail or hand-
delivered to the Parties during regular business hours at the following addresses:
Village Contractor
Village of Tequesta Core and Main LP
345 Tequesta Drive Attn: Susan Reed
Tequesta, FL 33469-0273 43 10 NW 10 Avenue
Attn: [Department] Oakland Park, FL 33309
1
Page 2 of 8
Page 505 of 593
Agenda Item #23.
5. INSURANCE: The Contractor shall provide proof of workman' nsation
insurance and liability insurance in such amounts as are specified in Exhibit "A" and shall name
the Village as an "additional insured" on the liability portion of the insurance policy.
6. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and
hold harmless the Village, its agents, servants., and employees, from and against any claim,demand
or cause of action of whatsoever kind or nature, arising out of error, onus Sion, negligent act,
conduct, or misconduct of the Contractor, its agents, servants, or employees in the perfon-nance of
services under this Agreement. Nothing contained in this provision shall be construed or
interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond
the waiver provided in Section 768.28,Florida Statutes.
7. PUBLIC ENTITIES CRIMES ACT*. As provided in Sections 287.132-133,
Florida Statutes, by cmering into this Agreement or performing any work in furtherance hereof,
the Contractor certifics that it, its affiliates, suppliers, subcontractors and consultants who will
perform hereunder, have not becn placcd on the convicted vendor list maintained by the State of
Florida Department of Management Services within thirty-six (36) months immediately preceding
the date hereof. This notice is required by Section 287.133(3)(a), Florida Statutes.
8. INDEPENDENT CONTRACTOR*. It is specifically understood that the
Contractor is an independent contractor and not an employee of the Village. Both the Village and
the Contractor agree that this Agreement is not a contract for employment and that no relationship
of employee-employer or principal-agcnt is or shall be created hereby, nor shall hereafter exist by
reason of the performance of the services herein provided.
9. INSPECTOR GENERAL: PursUant to Sections 2-421-2-432 of the Palm Beach
County Code of Ordinances, the Officc of the Inspector General has jurisdiction to investigate
municipal matters, review and audit municipal contracts, and other transactions, and make reports
and recommendations to municipal governing bodies based on such audits, reviews, or
investigations.All parties doing business with the Village shall fully cooperate with the inspector
general in the exercise of the inspector general's functions, authority, and power. The inspector
general has the power to take sworn statements., require the production of records, and to audit,
monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists
Page 3 ol'8
Page 506 of 593
Agenda Item #23.
of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mis man agem entl
misconduct,, and abuses.
100 E.-VERIFY ELIGIBILITY-. The Contractor warrants and represents that it is in
compliance with Section 448.095,Florida Statutes, as may be amended. No later than January 1,
1, the Contractor shall.- (1) register with and use the E-Verify System (E-Verify.gov) to
electronically verify the employment eligibility of all newly hired workers, and (2) verify that all
of the Contractor}s subconsultants performing the duties and obligations of this Agreement are
registered with and use the E-Verify System to electronically verify the employment eligibility of
all newly hired workers, The Contractor shall obtain froin each of its sub-consultants an affidavit
stating that the sub-consultant does not employ, contract with,or subcontract with an Unauthorized
Alien, as that terra is defined in Section 448.095(1)(k), Florida Statutes, as may be amended, The
Contractor shall maintain a copy of any such affidavit from a sub-consultant for, at a minimum,
the duration of the subcontract and any extension thereof. This provision shall not supersede any
provision of this Agreement which requires a longer -retention period. The Village shall terminate
this Agreement if it has a good faith belief that the Contractor has knowingly violated Section
448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the
Contractor's subcon su I tan t h a s knowingly violated Section 448.09(l), Florida Sta tutes, as may be
amended, the Village shall notify the Contractor to terminate its contract with the sub-consultant
and the Contractor shall immediately terminate its contract with the sub-consultant. In the event
of such contract termination., the Contractor shall be liable for any additional costs incurred by the
Village as a result of the termination.
114 SCRUTINIZED COMPANIES: For Contracts under $1K the Contractor
certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to
Section 215.4725, Florida Statutes and that it is not engaged in aboycott of Israel. The Village
may terminate this Agreement at the Village's option if the Contractor is found to have submitted
a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has
been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section
215.4725, Floricla Statutes., or if Contractor is engaged in a boycott of Israel. For Contracts over
$1 M,, the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan
List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the
Scrutinized Companies that Boycott Israel mist created pursuant to Section 215.4725, Florida
Page 4 ol'8
Page 507 of 593
Agenda Item #23.
Statutes. The Contractor further certifies that it is not engaged in a boycott of Israel and that it does
not have business operations in Cuba or Syrial as similarly provided in Section 287.135, Florida
Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is
found to have submitted a false certification as provided under Section 287.135(5). Florida
Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant
to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at
the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in
business operations in Cuba or Syria, as defined in Section 287.135, Florida Statutes.
12. ATTORNEY'S FEES: In the event, a dispute arises concerning this Agreement,
the prevailing party shall be awarded attorney's fees,, including fees on appeal.
11 FORCE MAJEURE-, The Contractor shall not be considered in default by reason
of any failure in performance under this Agreement if such failure arises out of causes reasonably
beyond the control of the Contractor or its subcontractors and without their fault or negligence.
Such causes include, but are not limited to: acts of God; acts of war; natural or public health
emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather
conditions.
14. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed
and venue shall be in Palm Beach County
in accordance with the laws of the State of Florida.,
,should any dispute arise with regard to this Agreement.
15. AMENDMENTS & ASSI'GN MEET,S: This Agreement, all Exhibits attached
hereto and required insurance certificates constitute the entire Agreement between both parties,
no modifications shall be made to this Agreement unless in writing, agreed to by both parties, and
attached hereto as an addenduni to this Acrreement. The Contractor shall not transfer or assign the
provision of services called for in this Agreement without prior written consent of the Village.
16. PU BLIC RECORDS: In accordance with Section 119.070 1,Florida Statutes, the
Contractor must keep and maintain this Agreement and any other records associated therewith and
that are associated with the performance of the work described in the Scope of Services. Upon
request from the Village's custodian of public records, the Contractor must provide the Village
with copies of requested records, or allow such -records to be inspected or copied, within a
reasonable time in accordance with access and cost requirements of Chapter 119,Florida Statutes.
A Contractor who falls to provide the public records to the Village, or falls to make them available
Page 5 ol'8
Page 508 of 593
Agenda Item #23.
for inspection or copying, within a reasonable time may be subject to attorneys fees and costs
pursuant to Section 119.070 1,Florida Statutes, and other penalties under Section 119.10,Florida
Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated
with this Agreement or associated with the performance of the work described in Scope of Services
are not disclosed except as authorized by law for the duration of the Agreement term,and following
completion of the Agreement if the Contractor does not transfer the records to the Village. Finally,
upon completion of the Agreement, the Contractor shall transfer, at no cost to the Village, all
public records in possession of the Contractor, or keep and maintain public records required by the
Village. If the Contractor transfers all public records to the Village upon completion of the
Agreement, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the Contractor keeps and
maintains public records upon completion of the Agreement, the Contractor shall meet all
applicable requirements for retaining public records. Records that are stored electronically must
be provided to the Village,upon request from the Village's custodian of public records, in a format
that is compatible with the Village's information technology systems.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING
TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK,
RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT
1mcwi11iams(&,teguesta. OR AT 345 TEQUESTA DRIVE, TEQUESTA9
FLORIDA 33469.
17. HEADINGS: The headings contained in this Agreement are provided for
convenience only and shall not be considered in construing, interpreting or enforcing this
Agreement.
18. SEVERABILITY: The invalidity or unenforceability of any provision of this
Agreement shall not affect the validity or enforceability or any other provision of this
Agreement and this Agreement shall be construed and enforced in all respects as if the invalid
or unenforceable provision is not contained herein.
19. WAIVER: No waiver by the Village of any provision of this Agreement shall
Page 6 of 8
Page 509 of 593
Agenda Item #23.
be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the
Contractor of the same, or any other provision or the enforcement hereof. The Village"s
consent to or approval of any act requiring the Village"s consent or approval of any act by the
Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent to
or approval of any subsequent consent or approval of, whether or not similar to the act so
consented or approved.
b 20x 'b', EN TIRE AGR pare Tills eight pae Agreement i cy,in any E I its
constitutes the entire agreement between the parties; no modification shall be made to this
Agreement unless such modification is in.writing, agreed to by both parties and attached hereto as
an addendum to this Agreement. In the event of a conflict between this and any other document.,
this document shall prevail.
22. AUTHORITY TO OBLIGATE: Each person signing this agreement on behalf
of either Party warrants that he or she has the full legal power to execute this agreement on behalf
of the Party for whom he or she is signing and bind and obligate such party with respect to all
provisions contained in this agreement.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
IN W I T N E S S W H E RE 0 F, the parties hereto have executed this Agreement on the
date and year first above written.
WITNESSES: CORE and MAIN LP
Page 7 of 8
Page 510 of 593
Agenda Item #23.
r
By: Benjamin Strasser
Title: Municipal Quotations Specialist
r1
(Corporate Seal)
VILLAGE OF TEQUESTA
By: Molly Young, Mayor
ATTEST:
(Seal)
Lori McWilliams,MMC
Village Clerk
Page 8 of 8
Page 511 of 593
Agenda Item #23. 1EXHIBIT A I City of Deerfield Beach
Water Meter Fittings and Water Line Accessories, ITB #2018-19/12
THIS CONTRACT is entered into by and between the CITY OF DEERFIELD BEACH (CITY), a
municipal corporation and Core and Main LP, (CONTRACTOR), as follows
W I T N E S S E T H:
WHEREAS, pursuant to ITB #2018-19/12 (the ITB) the CITY accepted competitive bids for Water
Meter Fittings and Water Line Accessories (the Products); and
WHEREAS, the product is delineated in the ITB; and
WHEREAS, this Contract represents a cooperative procurement for the Southeast Florida
Governmental Purchasing Cooperative Group; and
WHEREAS, this Contract, the ITB and the CONTRACTOR's Submittal constitute the entire
Contract and describe the product to be provided; and
WHEREAS, after evaluation of price and other evaluation criteria specified in the ITB the CITY has
determined that the CONTRACTOR has the necessary resources, experience and ability to perform the
contract at a competitive price; and
WHEREAS, the CITY has awarded the contract to CONTRACTOR for the Product on March 5,
2019, Resolution No 20 1 q /0
NOW THEREFORE, be it agreed by and between the parties as follows:
ARTICLE I
INTRODUCTION AND SCOPE OF PRODUCTS
1.1 The above referenced Whereas clauses are true and correct and made a part hereof.
1.2 This Contract, the ITB, together with the response to the ITB of CONTRACTOR, Exhibit "A" shall
constitute the entire Contract, except to the extent specifically modified on Attachment "A"
Additional Terms and Conditions. The parties agree that the Detailed Specifications are a
description of CONTRACTOR's obligations and responsibilities and is deemed to include
preliminary considerations and prerequisites, and all labor, materials, equipment, and tasks which
are such an inseparable part of the work described that exclusion would render performance by
CONTRACTOR impractical, illogical, or unconscionable.
1.3 Except as specifically modified herein, CONTRACTOR shall be bound by the terms and conditions
and prices as set forth in the ITB and the CONTRACTOR'S Response to the ITB. When the terms
and conditions of this Contract may be read as consistent with the ITB, then and in that respect,
the terms of both the ITB and this Contract shall be read as being consistent and shall be binding
on both parties. Where terms and conditions of this Contract contradict anything as set forth in the
ITB or the response to the ITB, then the terms and conditions of this Contract shall be binding and
in full force and effect to the extent of any inconsistency.
Page 512 of 593
Agenda Item #23.
1.4 This is a non-exclusive contract. The CITY may, in its sole and absolute discretion, utilize other
parties to provide any of the products or services listed in the ITB, or any aspect of the Products if
the CITY deems it to be in the best interest of the CITY.
1.5 CONTRACTOR acknowledges and agrees that the Contract Administrator has no authority to make
changes that would modify the Products to be provided under this Contract.
ARTICLE 2
TERM AND TIME OF PERFORMANCE
2.1 The initial contract term shall be three (3) years beginning on 3/6/2019 and ending 3/5/2022. The
City reserves the right to renew the Contract for three (3) additional one (1) year periods providing
all terms, conditions, and scope of services remain the same, both parties agree to the renewal,
and such renewal is approved by the City Manager as set forth in the ITB. The City Manager shall
execute any renewal contract.
2.2 In the event services are scheduled to end because of the expiration of the contract, the Contractor
shall continue the service upon the request of the City Manager or designee. The extension period
shall not extend for more than ninety (90) days beyond the expiration date of the existing contract.
The CONTRACTOR shall be compensated for the service at the rate in effect when this extension
clause is invoked by the City.
2.3 Time shall be deemed to be of the essence in performing the duties, obligations and responsibilities
required by this Contract.
ARTICLE 3
COMPENSATION
3.1 The CITY shall compensate the CONTRACTOR for services provided by the CONTRACTOR, CITY
agrees to pay CONTRACTOR, in the manner specified in the ITB,, the amounts set forth in
CONTRACTOR's Response for work actually performed and completed pursuant to this Contract,
which amount shall be accepted by CONTRACTOR as full compensation for all such work. It is
acknowledged and agreed by CONTRACTOR that this amount is the maximum payable and
constitutes a limitation upon CITY's obligation to compensate CONTRACTOR for its services
related to this Contract. This amount, however, does not constitute a, limitation, of any sort, upon
CONTRACTOR's obligation to perform all items of work required by or which can be reasonably
inferred from the Scope of Services. No amount shall be paid to CONTRACTOR to reimburse its
expenses.
3.2 The CONTRACTOR and the CITY shall abide by the Local Government Prompt Payment Act, FL
SS. 218-70-218-80.
2
Page 513 of 593
Agenda Item #23.
ARTICLE 4
TERMINATION OR SUSPENSION
4.1 This Contract may be terminated for convenience by the CITY. Termination for convenience by
the CITY shall be effective on the termination date stated in written notice provided by CITY, which
termination date shall be not less than thirty (30) days after the date of such written notice. This
Contract may also be terminated by the City Manager upon such notice as the City Manager deems
appropriate under the circumstances in the event the City Manager determines that termination is
necessary to protect the public health or safety. The parties agree that if CITY erroneously,
improperly or unjustifiably terminates for cause, such termination shall be deemed a termination for
convenience, which shall be effective thirty (30) days after such notice of termination for cause is
provided.
4.2 This Contract may be terminated for cause for reasons including) but not limited to,
CONTRACTOR's repeated (whether negligent or intentional) submission for payment of false or
incorrect bills or invoices, failure to suitably perform the work; or failure to continuously perform the
work in a manner calculated to meet or accomplish the objectives as set forth in this Contract.
4.3 Notice of termination shall be provided in accordance with the "NOTICES'" section of this Contract
except that notice of termination by the City Manager, which the City Manager deems necessary
to protect the public health, safety, or welfare may be verbal notice that shall be promptly confirmed
in writing in accordance with the "NOTICES" section of this Contract.
4.4 In the event this Contract is terminated for convenience, CONTRACTOR shall be paid for any
services properly performed under the Contract through the termination date specified in the written
notice of termination. CONTRACTOR acknowledges and agrees that it has received good, valuable
and sufficient consideration from CITY, the receipt and adequacy of which are, hereby
acknowledged by CONTRACTOR, for CITY's right to terminate this Contract for convenience.
4.5 In the event this Contract is terminated for any reason, any amounts due CONTRACTOR shall be
withheld by CITY until all documents are provided to CITY pursuant to Section 6.1 of Article 6.
4.6 Should at any time during the term of this contract, including any option terms, the CONTRACTOR
is in violation of any of the terms and conditions of this contract, the City shall have the right to
suspend the CONTRACTOR until the violation is resolved to the satisfaction of the City. If the
violation is not promptly resolved or is of such serious nature that the City determines that
suspension is not adequate, the City reserves the right to terminate for cause.
4.6.1 In the event a CONTRACTOR is terminated, the City may assign the contract to another
CONTRACTOR, or seek a new CONTRACTOR, until the contract is re-let, or until the end
of the contract term then in effect, at its sole option and shall reserve all legal remedies for
damages and other relief.
ARTICLE 5
EEO AND ADA COMPLIANCE
5.1 CONTRACTOR shall not unlawfully discriminate on the basis of race, color, national origin, sex,
religion, age, political affiliation or disability in the performance of this Contract, the solicitation for
3
Page 514 of 593
Agenda Item #23.
or purchase of goods or services relating to this Contract, or in subcontracting work in the
performance of this Contract. CONTRACTOR shall include the foregoing or similar language in its
contracts with any subcontractors or subconsultants, except that any project assisted by the U.S.
Department of Transportation funds shall comply with the non--discrimination requirements in 49
C.F.R. Parts 23 and 26, as amended. Failure to comply with the foregoing requirements is a
material breach of this Contract, which may result in the termination of this Contract or such other
remedy as CITY deems appropriate.
5.2 CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities
or in its use or expenditure of funds in fulfilling its obligations under this Contract. CONTRACTOR
shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA)
in the course of providing any services funded by CITY, including Titles I and 11 of the ADA
(regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines,
and standards. In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination
in employment against disabled persons.
ARTICLE 6
MISCELLANEOUS
6.1 BIGHTS IN DOCUMENTS AND WORK
Any and all reports, photographs, surveys, and other data and documents provided or created in
connection with this Contract are and shall remain the property of CITY; and, if a copyright is
claimed, CONTRACTOR grants to CITY a non-exclusive license to use the copyrighted item(s)
indefinitely, to prepare derivative works, and to make and distribute copies to the public. In the
event of termination of this Contract, any reports, photographs, surveys, and other data and
documents prepared by CONTRACTOR, whether finished or unfinished, shall become the property
of CITY and shall be delivered by CONTRACTOR to the Contract Administrator within seven (7)
days of termination of this Contract by either party. Any compensation due to CONTRACTOR shall
be withheld until all documents are received as provided herein.
6.2 AUDIT RIGHT AND RETENTION OF RECORDS
CITY shall have the right to audit the books, records, and accounts of CONTRACTOR and its
subcontractors that are related to this Project. CONTRACTOR and its subcontractors shall keep
such books, records, and accounts as may be necessary in order to record complete and correct
entries related to the Project. All books, records, and accounts of CONTRACTOR and its
subcontractors shall be kept in written form, or in a form capable of conversion into written form
within a reasonable time, and upon request to do so, CONTRACTOR or its subcontractor, as
applicable, shall make same available at no cost to CITY in written form.
CONTRACTOR and its subcontractors shall preserve and make available, at reasonable times for
examination and audit by CITY, all financial records, supporting documents, statistical records, and
any other documents pertinent to this Contract for the required retention period of the Florida Public
Records Act, Chapter 119, Florida Statutes, as may be amended from time to time, if applicable,
or, if the Florida Public Records Act is not applicable, for a minimum period of three (3) years after
termination of this Contract. If any audit has been initiated and audit findings have not been
resolved at the end of the retention period or three (3) years, whichever is longer, the books,
records, and accounts shall be retained until resolution of the audit findings. If the Florida Public
Records Act is determined by CITY to be applicable to CONMACTOR's and its subcontractors'
records, CONTRACTOR and its subcontractors shall comply with all requirements thereof;
4
Page 515 of 593
Agenda Item #23.
however, no confidentiality or non-disclosure requirement of either federal or state law shall be
vio 11a ted by CO N T RA CTO R or its s u bcont ra cto rs- Any i n ca rn plete or ii n correct entry in such books.
records, and accounts shall be a basis for CITY's disallowance and recovery of any payment upon
such entry.
CONTRACTOR shall, by written contract, require its subcontractors to agree to the requirements
andi obligations of this Section 6.2.
IF THE CONTRA TAR HAS QUESTI0N S REGARQJN G THE APPLICATIDN
DF CHAPTER 119, FLORIDA STATUTES, TO THE G{]h1TRACTOR'S DUTY
TU PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (954-480-42'I 5,
WEB.CLERK DEERFIELD-BEACH.COM, CITY DF DEERFIELC} BEACH,
CITY CLERK'S OFFICE, 15D IVE 2N° AVENUE, DEERFIELD BEACH, FL
33441).
63 COMPLAINTS AND DISPUTES: All complaints concerning misconduct an the part of the
Contractor or disputes between City staff and the Contractor are referred to the City Manager or
his designee, who shall conduct Investigations and inquiries, including discussions with the
Contractor and -involved staff. The determinations of the City Manager or designee shall be binding
upon the parties, and failure of the CONTRACTOR to follow any such determination could be
considered a material breach and subject the CONTRACTOR W termination for cause. The
CONTRACTOR agrees that any complaints received by the City concerning misconduct on the
part of the CONTRACTOR, such as excessive charges., poor business practices etc., will be
referred to the Office of the City Manager for appropriate action, The CONTRACTOR agrees to
make any complaints concerning the City of Deerfield Beach available to the {office of the City
Manager for action as required.
6.4 THIRD PARTY BENEFICIARIES
Neither CONTRACTOR nor CITY intends to directly or substantially benefit a third party by this
Contract. Therefore, the parties agree that there are no third party beneficiaries to this contract
and that no third party shall be entitled to assert a right or claim against either of them based upon
this Contract.
6,5 NOTICES
Whenever either party desires to give notice to the other, such notice must be in writing, sent by
certified United States Mail, postage prepaid, return receipt requested, or sent by commercial
express carrier with acknowledgement of delivery, or by hand d e[lvery with a request far a written
receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place
last specified. The place for giving notice shall remain the same as set forth here-in unt-11 changed
in writing in the manner provided In this sect-Ion. For the present,the parties designate the following:
5
Page 516 of 593
Agenda Item #23.
FOR CITY:
Burgess Hanson, City Manager
City of Deerfield Beach
150 NE 2nd Avenue
Deerfield Beach, FL 33441
FOR CONTRACTOR:
Core and Main LP
Attn: Susan Reed
4310 NW 10 Avenue
Oakland Park FL 33309
954-772-7343
6.6 MATERIALITY AND WAIVER OF BREACH
CITY and CONTRACTOR agree that each requirement, duty, and obligation set forth herein was
bargained for at arms-length and is agreed to by the parties in exchange for quid pro quo, that each
is substantial and important to the formation of this Contract and that each is, therefore, a material
term hereof.
CITY's failure to enforce any provision of this Contract shiall not be deemed a waiver of such
provision or modification of this Contract. A waiver of any breach of a provision of this Contract
shall not be deemed a waiver of any subsequent breach and shall not be construed to be a
modification of the terms of this Contract.
6.7 SEVERANCE
In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the
remaining provisions shall continue to be effective unless CITY or CONTRACTOR elects to
terminate this Contract. An election to terminate this Contract based upon this provision shall be
made within seven (7) days after the finding by the court becomes final.
6.8 JOINT PREPARATION
Each party and its counsel have participated fully in the review and revision of this Contract and
acknowledge that the preparation of this Contract has been their joint effort. The language agreed
to expresses their mutual intent and the resulting document shall not, solely as a matter of judicial
construction, be construed more severely against one of the parties than the other. The language
in this Contract shall be interpreted as to its fair meaning and not strictly for or against any party.
6.9 WAIVER OF JURY TRIAL
By entering into this contract, CONTRACTOR, and CITY hereby expressly waive any rights either
party may have to a trial by jury of any civil litigation related to this contract.
6.10 AMENDMENTS
No modification, amendment, or alteration in the terms or conditions contained herein shall be
effective unless contained in a written document prepared with the same or similar formality as this
Contract and executed by the Board and CONTRACTOR or others delegated authority to or
otherwise authorized to execute same on their behalf.
6.11 PRIOR CONTRACTS
This document represents the final and complete understanding of the parties and incorporates or
6
Page 517 of 593
Agenda Item #23.
supersedes all prior negotiations, correspondence. conversations.. Contracts, and understandings
applicable to the matters contained herein.. The parties agree that there is no commitment,
Contract, or understanding concerning the subject matter of this Contract that is not contained in
this written document- Accordingly, the parties agree that no deviation from the terms hereof shall
be predicated upon any prior representation or Contract whether oral or written.
6.12 REPRESENTATION OF ALJTHORITY
Ea r,h ii nd 1v i d u a I e xecub ng th i s C ontract on b e ha If of a pa rty h e reto h ereby re p resents a n d wa rra n is
that he or she -is, on the date he or she signs this Contract, duly authorized by all necessary and
appropriate action to execute this Contract on behalf of such party and does so with full legal
a ut h ority.
6-13 MULTIPLE ORIGINALS
Multiple cop-les of this Contract may be executed by all parties, each of which, bearing original
signatures, shal I have the force and effect of an original document.
IN WITNESS WHEREOF the parties have caused these presents to be executed.
Witness CITY OF DEERFIELD 13EACH
B
Y'
BUR NSON, CITY MANAGER
Ile
Date:
ATTEST:
ghWH. GILL YARD, CIVIC, CITY CLERK
A PIS RON' S 7 FORM.
Zee,,
ANDREW & IVlALJR6E)fS, C1 110 EY
�`
CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW. USE CORPORATION
OR NONCORPORATION FORMAT,. AS APPLICABLE.
7
Page 518 of 593
Agenda Item #23.
[If incorporated sign below.]
CONTRACTOR
ATTEST;
(Name of Corporation) -
By
(Secretary) (Signatu re)
(Corporate Seal) (Type Name/Title
Signed Above)
day of , 20
[If not incorporated sign blow.]
CONTRACTOR
I �fVLSS�S;
Core& Main LP
(Name)
By
(signature)
Susan Reed, Muncipal Sales Coordinator
(Type Name Signed Above
27 day of February , 20 19 .
CITY RE,Q[JIRES T1NC} (2) FULLIY-EXECUTED CONTRACTS, FAR DISTRIBUTION
8
Page 519 of 593
Agenda Item #23.
ATTACHMENT "A"
ADDITIONAL TERMS AND CONDITIONS
9
Page 520 of 593
DocuSign Envelope ID;8DD9AS22-5D27-4f50-A►550-38D8F896517A
Agenda Item #23.
DELEGATION OF AUTHORITY
L Charles E. Reed, Regional Vice President of Core & Main LP, a Florida limited partnership
(the CC Company"), hereby delegate authority to Susan Reed (the "Delegate"), to execute and
deliver the Contract for Water Meter Fittings and Water Line Accessories —ITB #2018-19/12
(the"Document")to the City of Deerfield Beach, Florida, and to take or cause to be taken any
and all actions in connection therewith as such individual may consider necessary or desirable,
With such necessity or desirability being conclusively evidenced by the actions so taken, on
behalf of the Company.
This Delegation is limited to the Document as described above.
The Delegation is personal to the Delegate. The Delegate may not further delegate the authorities
granted in this Delegation.
IN WFFNESS WHEREOF, I have hereunto set my hand this 2/26/2019
CORE& MAIN LP, a Florida limited partnership
By: 3L.0
Charles E. Reed
Regional Vice President
Page 521 of 593
DocuSign Envelope ID:4EE1534C-5CE8-4967-8B35-7CAD4EOEBC59
Agenda Item #23.
CONTRACT RENEWAL
THIS CONTRACT RENEWAL is entered into by and between the CITY OF DEERFIELD BEACH
(CITY), a municipal corporation and CORE AND MAIN LP. (CONTRACTOR), as follows
WITH E S S E T H:
WHEREAS, the CITY and CONTRACTOR entered into an agreement for Water Meter Fittings and
Water Line Accessories (the Products) pursuant to ITB #2018-19/12; and
WHEREAS, the initial CONTRACT term is three (3) years, beginning March 6, 2019 and expiring
March 5, 2022; and
WHEREAS, the terms and conditions of the CONTRACT provide three (3) additional one (1) year
renewal options; and
WHEREAS, the CITY is exercising the right to extend the contract for the second {2nd) of the three
(3) renewal periods; and
WHEREAS, renewal of the CONTRACT is in the best interest of the City;
NOW THEREFORE, be it agreed by and between the parties as follows:
Section 1- The above referenced Whereas clauses are true and correct and made a part hereof.
Section 2. The contract renewal term shall begin on March 6, 2023 and will expire on March 5, 2024.
(One (1) one (1) year renewal option remains) unless otherwise terminated pursuant to the
terms of the original CONTRACT.
Section 3. All terms, conditions, and specifications of the original CONTRACT shall remain the same.
IN WITNESS WHEREOF the parties have caused these presents to be executed.
Witnesses: CITY OF DEERFIELD BEACH
,,--DocuSigned by:
na. By:
DAVID SANTUCCI, CITY MANAGER
na Date: 2/16/2023
ATTEST:
(,—DocuSigned by:
HEATHER MONTEMAYOR, CMC, CITY CLERK
APPROVED AS TO FORM:
(---DocuSigned by:
91A�6 SW&a.
1j
ANT -OKA, CITY ATTORNEY
Page 522 of 593
DocuSign Envelope ID:4EE1534C-5CE8-4967-8B35-7CAD4EOEBC59
Agenda Item #23.
CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW.
CONTRACTOR
ATTEST: core & main LIP
(Name of Corporation)
DocuSigned by:
na ByL b4ayw'o, Stra.ssw
( vltneSS} {Signature)
na Benjamin Strasser municipal Quotations Spec
(Corporate Seal, if applicable) (Type Name/Title Signed Above)
2/16/2023
Date:
2
Page 523 of 593
DocuSig n En veld pe I D:550 F5 1 A4-1 FD C-4957-A79 E-0 53 EAB 27 B EA6
Agenda Item #23.
CONTRACT RENEWAL
THIS CONTRACT RENEWAL is entered into by and between the CITY OF DEERFIELD BEACH
(CITY), a mu nisi pal corporation and CC RE AN D MAIN LP. (CONTI A T R), as fol lows
.1
W ITN E S S E T H.
WHEREAS, the CITY and CONTRACTOR entered into an agreement for Water Meter Fittings and
Water Line Accessories (the Products) pursuant to 1TB#2018-19112,- and
WHEREAS, the initial CONTRACT term is three (3) years, beginning March 6, 2019 and expiring
March 512022: and
WHEREAS, the terms and conditions of the CONTRACT provide three (3) additional one (1) year
renewal options- and
WHE REAS, the CITY -is exercisi rig the right to -extend the contract for the first (1:") of the th ree (3)
renewal periods; and
WHEREAS, renewal of the CONTRACT is in the best interest of the City;
NOW THEREFORE, be, it agreed by and belween the parties as follows-.
Section 1. The above referenced Whereas clauses are true and correct and made a part hereof.
Section 2. The contract renewal term shall begin on March 6, 2022 and will expire on March 5, 2023.
(Two (2) one (1) year renewal options remain) uri less otherwise terminated pursuant to the
terms of the original CONTRACT.
Section 3. All terms, conditions, and specifications of the, original CONTRACT shall remain the same.
IN WITNESS WHEREOF the parties have caused these presents to be executed.
Witnesses: CITY OF DEERFIELD BEACH
rya E .
bAV10r'89NT-UGGI. CITY MANASER
na Date: 3/3/2022
ATTEST:
LOnc-ugignrd by:
"OfLLYARD. CMC, CITY CLERK
APPROVED AS TO FORM:
Di3au S ign r-d 1by:
6 r66
1'146W'4t�bROKA, CITY ATTORNEY
Page 524 of 593
DocuSig n En veld pe I D:550 F5 1 A4-1 FD C-4957-A79 E-0 53 EAB 27 B EA6
Agenda Item #23.
CONTRACTOR MUST EXECUTE THIS CONTRACT AS INDICATED BELOW.
CONTRACTOR
ATTEST: core & Mai n LP
(Name of Corporation)
,,-DucuSirji;L-d by:
na
(Witress)
Fla susan Reed, municip-al sales coordinator
(Corporate Seal, if applicable) (Type Name/Title Signed Above)
Date: 3/1/2022
2
Page 525 of 593
DocuSign Envelope ID:550F5lA4-1FDC-4957-A79E-053EAB27BEA6
Agenda Item #23.
AMENDMENT TO CONTRACT NO. 1
This Amendment to Contract ("Amendment"). made and entered into the 6th day of March 2022
by and between:
CITY OF DEERFIELD BEACH, FLORIDA
A municipal Corporation
150 NE 2" Avenue
Deerfield Beach, FL 33441
(hereinafter referred to as "CITY")
AND
CORE & MAIN, LP
4310 NW 101" Avenue
Oakland Park, FL 33309
(hereinafter referred to as "CONTRACTOR
WHEREAS, the CITY issued ITB #2018-19/12 for Water Meter Fittings and Water Line
Accessories (the ``ITB"); and
WHEREAS, on March 5, 2019, the CITY entered into a Contract with CONTRACTOR, to
provide Water Meter Fittings and Water Line Accessories (the "Product"), in accordance with the
terms and conditions of the ITB (the "Contract and
WHEREAS, the Contract is a Co-operative Contract with the CITY as the lead agency and
other participating Southeast Florida Governmental Purchasing Co-operative Group agencies;
and
WHEREAS, the CITY received a price adjustment request from the CONTRACTOR: and
WHEREAS, pursuant to Section IV — Special Terms and Conditions, Item 8. Price
Adjustments of the ITB, the CONTRACTOR may request price adjustments for approval from the
CITY. The price adjustment will change from a percentage discount to a list plus percentage for
the Product; and
WHEREAS, in the best interests of the CITY and Co-operative agencies, the CITY
accepted the price adjustments with CONTRACTOR for the Product, which is attached herein as
ATTACHMENT "A", with the initial Contract terms, conditions, and specifications remaining the
same; and
WHEREAS, the CITY and majority of the participating Co-operative agencies agreed to
continue to participate on the Contract with the price adjustment; and
WHEREAS, the price increase shall take effect as of March 6, 2022 as outlined on
ATTACHMENT "A ''
NOW, THEREFORE in consideration of the mutual promises and covenants contained
herein, and other good and valuable consideration, the receipt and adequacy of which are
acknowledges, the parties agree as follows-.
Section 1. The above recitals are acknowledged and incorporated herein.
Section 2. The Contract is amended to include and incorporate ATTACHMENT "A" and the
price adjustments set forth therein the Contract. The price adjustments set forth in
1
Page 526 of 593
DocuSig n En veld pe I D:550 F5 1 A4-1 FD C-4957-A79 E-0 53 EAB 27 B EA6
Agenda Item #23.
ATTACHMENT "A"' shall supersede the current contract percentage discounts as
set forth in CONTRACTOR's original bid response on February 4, 2019.
Section 3. All other conditions and terms of the original Contract, not specifically amended
herein, remain in full force and effect.
Section 4. Should any part, term and provision of this Amendment be by the courts decided
to be illegal or in conflict with any law of the State of Florida, the validity of the
remaining portions or provisions shall not be affected hereby.
Section 5. Neither CITY nor their officers, agents and/or employees have made any
representation or promises except as expressly set forth in this Amendment-
Section 6. This Amendment shal I be effective as of March 6, 2022.
CONTRACTOR
ATTEST: Care & Main LP
i�Name of Corporation)
i;Du uS,11LId by:
(Se c reta ry) Fj 1 F7235FrIcOR4 e.-'(Signature)
su5an Reed bus are Reed, municipal sales
(Corporate Seal, if applicable) (Type Name/Title Signed Above)
Date: 311112022
CITY OF DEERFIELD BEACH
Witnesses:
By
ff�gAftUCCI, CITY MANAGER
Date: 3/3/2022
ATTEST:
DnCll ci igned bey:
—11 b
SA ' 'ILL YARD, CMC, CITY CLERK
APPROVED AS TO FORM:
DOCUS Igned bly:
q'rr_HUfW-r,-.' SOR0K.A. CITY ATTCRNEY
2
Page 527 of 593
Agenda Item #23.
la o
o, 0 lc--
ca V)
lr--
cn r- cn
M :3 CL
0- (n OL
Ln LO Tn
(n Sn -J 171 J JI 1y Ri
_Ile
1-- 0
Co M cl, M z
cm
C)
M EL
-0 Cu
Ln 75C13
-3 0
U-
E
0
CN
0 CN
V) (D
C414
W I-.-
(1) (D
u
u
0tli
E 0 CD
(n M
0
0 0 0
CM
0 LO
u M N co rr .qr q�r (D cc
0;
< C: x
0 (1) a a) 0 x -0 C: —0 70 M cru Fn
L-
a) 0 E E 0
0 c
(L
uj 0. -W 0
F- .6-0 0 C/)
a.
< EE c
ED
w
Ul
C)
w cIa
CL
CL
0
0 4-00
V)
Lor)
C')
0
x
0
0 0
CL 0 0
0 E c CL
L.
lr--
Ln (D 0 0
U-
C) u U
LO
CV) It LO
0
w 0 0 0 0 0
>
c
ui 09 C)
C:
M
o Page 528 of 593
Agenda Item #23.
aOe Ile Irmo
Ile 0- 0
10 Ir-I 0 Ir-
Ir-I
-°
vow
Irl, Irmo III
:3 0
CIO_j
I- :3 -, v C,-a D
-i
_j
M
Cc 4;
M CIO W
>:
M > 0
0 6- CIO M CIC
CO z M > z z
0) u u
M CL M
M c 0
(L
00 M 4; 0 C
0 6 M 1
(D
00
U-
-FU U)
cD -0 E
:3
E 2
0�
0
-O<
-R c 0)0 0CL
LO N
- LO
N, CO
to 0 61,
04 cn o Ln
M q�r Nr LnI _j CO '9T > co (10 ql
I I I
M
0
ch 2L M 70 CD
C-
0 0 0 M 1 0 0 0 0 0
CD 0
z co U- s I LL z z z
ECD U"1 0 C .10"I de-1p
E
=3
00
0
70
ICA C.) M
(A M
an CL Lm M C
co lk.. M
0 CO
V) CL u 4-0 -CL ILA C/)
0 0 W (D
V) ci
a) C.CL 3W CL) CL
0 c (A
Ul) 0 z CL LL
LL u
chi 1,*- 00 cr) lirl,
CL CL CL CL Cl CL CL CL CL CL CL
:3 3 :3 :3 :3 :3 3 :3 M M
0 0 0 0 0 0 0 0 0 0 0 M
6- L- L 6- L L 6- U.. 6m. 6- 6-
w 0 C) (D 0 0 0 0 0 0 CD 00
C
a
cn
Page 529 of 593
0
Agenda Item #23.
-O
0--
a o•, r 0'. c C3
0 0�0
cq
D T— 0
-a
En
. � � CD � c ,
• (Ia >
M M M 1 L- .—
r~
c M Q
coa)
Z3 CL U- 0 M c 0� U C) �M � a) O � M � Q � CL
2 cn i>>
E 2 M
w
a
r
c�
_ 0 C)
CV u►
'0 0-1 `"� �
® C� C� r LO
0, 00
, ' r _a, o a l j �t7 , [!? N CCU
I I U') M co (D > 0
_ 1 0-
cv v a - '- 0
J �Mj C:
0
w
UD
ca
m
W
M
0 c
r
in
Z3
M
L ,CD J
t a) LU M Ri
L C H >
a 0LO
r r
04 C) C) r ["�l M LO
CL p_ CL CL CL a CL CL a
_O �► � 3
c 6- 0 L ` i L L- ` L- L
u C) C) 0 C)
c
o Page 530 of 593
Agenda Item #23.
0-
0
-a.-O
0- 0 Irl,r- w
' LO Z) cn
cn D W 0 0 -a :M (D :3
o 0 -a 73 M Ul) -6-
-2 1 —
CL =3
LnJ J
Y) a -6.-
L/) -i Q) 0
L)
cz 06
0
>
Od CZ
L) (TJ Ul) 0 C:L U) M
M 0 V)
E cu CL 0 M 0 06 0 -�e �e I
LL 0 0 co M
< < V—
E < >
0 0
U) -
M Fla
x D
LL LLJ LIJ Oc O -a
0
LO
co
E
0
(D
�- — J
0
C: M
0 M cz
.6--f Od q
E cz 1 0
0 0 0 cn Q)0) (n M
C/) M
w 70 0 >
E M M cc cu
L
C/ -j 0 06
) Cl >
cf)
> 0
> cn
cn
M
CN
4 0 y Cl.
L-
0- OL
-0 4.,
0 x
Of LL LLJ LLI cr Ct�
ED
w
LLI
M
U') CA Cz
C)
� C4 C)
>
Lor)
C')
#lia.
c C)LL 0 L-
M > LL
CL 4-0
•
< u
Tl-- 0 >
Ln >-
LL CL
C)
LO CL
UD 00 a) C) (h
W
CL CL CL 0 0
0 D :3 :3 :3 'C
0 L L 0 0 a 0 0M6. 0 L- 0
c CL -C
LLI 0 0 (D 0 L) U
c
o Page 531 of 593
Agenda Item #23.
06
0--
CD
V)
cc
=3
CD CO
w co
LO Q)_0
_0 En D
(D CZ M cn U-
cz
co CZW
0
(
co D CL 0
-- -4--*
0 —j M D CL Ir-
OD Q- N cn
I *--#
CT) z (n -Y (D
C%4 0 C)
el >
ZD (D
Irl- Co a) M
QD 2 L-
Irl- Z) Z) 0 C) = CE
C*Q Z3 U) — rj) — 00 '1"T
0. OL
C 0
ID b -Ln CN -Ln C\1
co co M Z M -j M -i CL
Ln
OZ5
L O cn _0
P-- M
co 00 >
Q) M cm
CN a) :6 LO cz
_0 (n
CN (z 0) LL
C: CO U)
CO C: Ln
0 0 (n
0 co
'E o cz
W T- a M Cf) L-
Z) M CCU 0 0 co
Lr) 0 0 co
-bo w
CO
(0 (0 0 - 0 qt
E CO
Irl, (D cn I
U') 4... CD M CD i M 0-
CY) Q) CN CL 0
-)e I CN :3 L- C)
ch
70 0 CD
cq a- c: 0 — (1) C) C"-J C4
0 cu Z C) X co co
ED
w
ca
w
M
LO
0
�j
MLO
IT
a
LL
Ln
U-
CD M
LO
LO c
-a
0 M
>
c CL 0
LLI LL U) U)
c
0)
o Page 532 of 593