Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-078Temp. Reso. # 13122 July 11, 2018 Page 1 CITY OF TAMARAC, FLORIDA - 1- RESOLUTION NO. R-2018 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 18- 19B TO AND APPROVING AN AGREEMENT WITH FLORIDA BLACKTOP, INC. ("FLORIDA BLACKTOP"), FOR THE MAINLANDS 16 (FORSYTHE COLONY) CLUBHOUSE PARKING LOT RENOVATIONS PROJECT, LOCATED AT 7100 NW 76TH STREET, IN ACCORDANCE WITH BID NO. 18-19B FOR A CONTRACT AMOUNT OF $75,516.41; A CONTINGENCY IN THE AMOUNT OF $7,551.64 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $83,068.05; APPROVING A PARKING LOT RELOCATION AGREEMENT BETWEEN THE CITY OF TAMARAC, FLORIDA AND THE MAINLANDS 16 (FORSYTHE COLONY) HOME OWNER'S ASSOCIATION AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE SAID AGREEMENTS; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac wishes to enhance multi -modal transportation, wellness and recreational opportunities throughout Tamarac; and WHEREAS, the City desires to provide a safe connectivity between City facilities, schools, shopping areas, residential areas and the Broward County Greenway system by establishing an integrated bikeway/walkway system throughout the City; and WHEREAS, the City Commission approved an Agreement between the City of Tamarac and H.G. Construction, Inc., per Resolution dated June 27, 2018, to construct the City of Tamarac Bikeway/Walkway System Phase V & VI, incorporated herein by reference and on file in the office of the City Clerk; and Temp. Reso. # 13122 July 11, 2018 Page 2 WHEREAS, The City of Tamarac Bikeway/Walkway System — Phase V design and construction will impact an existing parking lot for Mainlands 16 (Forsythe Colony) Clubhouse Property along N.W. 76th Street; and WHEREAS, the City must relocate the existing impacted parking stalls along N.W. 76th Street, currently located within the City owned Right -Of -Way, to new locations along N.W.72nd Avenue and N.W. 71st Avenue and provide safe pedestrian access to the relocated parking stalls via new sidewalk facilities and WHEREAS, the City published Invitation to Bid No.18-19B for the construction of the Mainlands 16 (Forsythe Colony) Clubhouse Parking Lot Renovations Project, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on June 6, 2018 the City of Tamarac received five (5) responsive Proposals and one (1) non -responsive Proposal for the Mainlands 16 (Forsythe Colony) Clubhouse Parking Lot Renovations Project, with Florida Blacktop, being the lowest responsive bidder, a bid tabulation attached hereto as "Exhibit 1", incorporated herein and made a specific part of this Resolution; and WHEREAS, Florida Blacktop, possesses the required knowledge and experience for the construction of the proposed project and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of Bid No. 18-1913; and WHEREAS, it is the recommendation of the Director of Public Services, Financial Services Director, and the Purchasing and Contracts Manager that the appropriate City Officials be authorized to award Bid No. 18-19B and execute the Agreement with Florida Blacktop for the construction of the Mainlands 16 (Forsythe Colony) Clubhouse Temp. Reso. # 13122 July 11, 2018 Page 3 Parking Lot Renovations Project, attached hereto as "Exhibit 2", incorporated herein and made a specific part of this Resolution; and WHEREAS, the City Commission of the City of Tamarac, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. 18- 19B and execute the agreement for the construction of the Mainlands 16 (Forsythe Colony) Clubhouse Parking Lot Renovations Project with Florida Blacktop, for a contract amount of $75,516.41. A contingency in the amount of $7,551.64 will be added to the Project Account for a total project budget of $83,068.05-1 and WHEREAS, it is the recommendation of the Director of Public Services, Financial Services Director, and the Purchasing and Contracts Manager that the appropriate City Officials be authorized to execute a Parking Lot Relocation Agreement with Mainlands 16 (Forsythe Colony) Home Owners Association (HOA), for the access and authority to construct clubhouse parking lot renovations on the Mainlands 16 (Forsythe Colony) Clubhouse property, attached hereto as "Exhibit 3", incorporated herein and made a specific part of this Resolution. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. All exhibits attached hereto are incorporated herein Temp. Reso. # 13122 + July 11, 2018 Page 4 and made a specific part of this Resolution. SECTION 2: The City Commission hereby awards Bid No. 18-19B to and approves an Agreement between the City of Tamarac and Florida Blacktop, ("Exhibit 2") and the appropriate City Officials are hereby authorized to execute the Agreement between the City of Tamarac and Florida Blacktop, hereto attached as "Exhibit 2", to provide for the construction of the Mainlands 16 (Forsythe Colony) Parking Lot Renovation Project, at 7100 N.W. 76th Street, along N.W. 72nd Avenue and N.W. 71st Avenue, in accordance with Bid No. 18-19B. SECTION 3: An expenditure for a contract amount of $75,516.41, a contingency in the amount of $7,551.64 will be added to the Project Account, for a total project budget of $83,068.05 is hereby approved. SECTION 4: The City Commission hereby, approves a Parking Lot Relocation Agreement between the City of Tamarac and Mainlands 16 (Forsythe Colony) HOA, and the appropriate City Officials are hereby authorized to execute the Parking Lot Relocation Agreement, hereto attached as "Exhibit 3", to provide for the access and authority to construct the Mainlands 16 (Forsythe Colony) Parking Lot Renovation Project, at 7100 NW 76th Street, along N.W. 72nd Avenue and N.W. 71st Avenue, in accordance with Bid No. 18-19B. SECTION 5: The City Manager, or his designee, are hereby authorized to make changes, issue change orders in accordance with section 6-156(b) of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. 1 L Temp. Reso. # 13122 July 11, 2018 Page 5 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 // ATTEST: PAT UFEL, CMC CI CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MUEL S. GOREN CITY ATTORNEY day of 941, 2018. aAL HAMY DRESSLER MAYOR RECORD OF VOTE: MAYOR DRESSLER: COMM. BOLTON : V/M GOMEZ: COMM. FISHMAN: COMM. PLACKO: L/ 'w C_ 40 o 0 o 0 0 0 0 0 o 0 0 0 o fo 0 0 0 0 0 0 0 Q 0 0 o 0 0 0 0 0 o 0 0 o 0 0 Q o gig 0 0 0 0 0 0 C O O N O O O vl . c a6 M n O R w N ap O l0 ry N 0 0 O 0 111 0 vl N N 0 0 ^ N O F Q N Yl Q d1 t0 00 M Q Q t0 Q Q Q C N cr N N t!i W 1n T ti W n tb ll O N N .-1 ei Q 1� N n e1 e-i 0p V1 a C a V i N N N N — — — — of — to N Vi N V! UT Ll U1 VL N ut N VT OO1 O S 0 0 0 O O S N S O O O O O b S o O o O L d O O N O O top O t6 elf. I. Q. Ol n Ol O O O O$ v01 a O V � u1 R� R •� N .-+ .� Ol M O O v ti m O N~ H 1 N Oi \U M b omU n n n T m 3 N K VT Vf Vf V} N - - Vl N - - - - - - - - - - - N N pq C 0 0 0 0 0 0 0 0 O O N a0 O O O1 N O f0 N ul Q N N a+ O O O N O O O O M O m 0 0 0 0 0 0 0 0 0 Y •p .-� b O O V1 O 1D 111 Ol n Vl Q Q Y1 Yl O1 00 N n 00 tD m 0 Q Vl l0 O n N N Y1 0 01 O 3 O V O N RI ei N W ei e4 N W Ol N 0 N Q ei V .� ul lv � O - - VN - N - - N - N Vl N N N to N lamo N l0 3 0p y O O 0 0 O O 0 0 O 0 ill n N n N 00 O n N W N W N N N O m O O O O ul n 0 n 0 0 0 0 N 0 0 O O � OZJ -O N N C n� � O. C U p e4 t0 0 0 O i(t 0 Yl 1� M O Ol .y dl ul N 41 a0 N N M O M O n Q 0 0 Vf 0 fO t(1 m 0 m N 1� N n C V V a+ N M rl N O O C H N N M H- - - N N---- VT lR N N N �A N �A 0 0 o 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 o o 0 0 o o 0 0 o o -o o o 0 o o o 0 0 o 0 0 0 o o 0 0 V Y ey O O O O O tD o 00 M vi o N O a6 0 n O 0 0 pp O 2 0 0 O O O O? O N N O N C m O M T V I M M C w. N W N r1 ed N M O N N O N Q' ill N .i ll1 ei " R' o O 6 O d W C N N N V1 alT V! V1 to VT vT LT N Vf N N VT V} N vt• N N V} V} N C � 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M 0 O ly C •- O O O O O O O o O o O O O n O O n N O O N Q O N tb a0 O O Ci t0 O O N O O O ry O O O o W O O a0 o G O N ei O O O N O O O O .-i .� .-� Q n m v1 Q v1 0 O 0 ao N O v1 M O N O tO o 0 O O O 2Q M N m vl 0 Q l0 0 O m N o M N 0 0 O O 0 vl 1/t q Q O O O O O O O Q C O tO O N N Q N 1p O n ul Q W N i(1 O O O N n O lD di M Ol N n � tD O O n O1 n tD O O ti Q n O m O Q• F V m N m' Ll N � 0 a OA V 0 - N N w N - - - - - N V} - - - - - Ul - - N tlD0 O tD l0 i11 Ov1 N NO ^ VOl1 N Ol0 O IN N YL(a •� OO O O MN NQ1 .m-I tl1 S N QQ O rtf tp Q VO1 O Oi m116 Ol d .O •C V tp M .-I Q N N ll1' Q N Q m W tD (U Ln LL - - - N N - - - Vl - V1 Vl N N N - O O 00 O O tD M �D Q W m tp tp 0 0 W OJ 0 0 tU 1� W l0 OcliO Q .i O n Q O O O O O Q O W m m W W Z O N M V Q V N V� to t? V1 VY W N t/f L} ah n VI 0 0 0 0 ^ N O] t0 W N m O _. Z O O 09 O o 0 o O O O N O n O o m o Q O N M O 0 0 o 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 V1 O 4••� V J O _ ry O o ti 0 0 0 0 ill O 0 O O O O O1 m M Q m a) 0 m 0 0 m O 0 0 N tD O1 0 00 O 0 0 O V1 O1 O ^ O :. J Z M r n 01 01 11 11 Q N O1 n M O Vl .i O V1 O O O O > LL o , V1 •3 Z Z u1 - - N - - - - - - N N N N N n - V� N - N C 0 0 o 0 0 o o o O o O N o m N n Q O N^ v1 0 O 0 O o 0 0 o 0 0 0 0 0 0 0 0 0 0 0 m O 0 NW O W O H 0 a W VI �- 0 0 0 0 0 0 lO I-Z 6 i r4 Vl 0 o a 0 0 .�i 0 0 I� W O w o 61 r W N e06 N 01 u) 00 m m� w d 0�1 �oA f`0 Z 1—o V? V� V! VT VT N V} L� N U1 N N lA V1 V! U1 VT N V! V} {A VT V1 th � a E E E E E E O E a E E E E E C > � O V � �D N ul O O N N 1p 01 O O N m y t0 .M-i F C w i � O m E ¢ o a V m � o h _m � 3 0 o c C E o o d O o N a d Y C d d m C. V1 o N v Y m c C c ° a o o 'p 0 C Y o O o L "a0 a 3 m W E 3 o Y 3 v —3' a = v `o 'o 3 ?i v �1 ul m`E m o= o v o m E 3 w m ,ail v v1 « — F c£ v v" Y u v"> d c y `o v m" �' m E w a X v"oi m W c a c d v r a c v ti c° w¢¢ o o v E LL o c �m°i� =a ¢"u°�eo °�3Na<= Aro0Na, � y N M Q ill 1p n m m O rl N M Q Yl lO n O H N N N N j - Q U E O :a Iq • PARKING LOT RELOCATION AGREEMENT THIS AGREEMENT is made and entered this day of C�A, 2018, by and between: FORSYTHE COLONY MAINTENANCE ASSOCIATION, INC., whose principal address is 7100 NW 76 Street (Clubhouse), Tamarac FL 33321-5145, with a mailing address c/o VIP Property Management Specialists, Post Office Box 9454, Coral Springs, FL 33075-9454, hereinafter referred to as "OWNER", and CITY OF TAMARAC, FLORIDA, a Florida municipal corporation with a business address of 7525 NW 88 Avenue, Tamarac, FL 33321, hereinafter referred to as "CITY". RECITALS WHEREAS, OWNER is the homeowners' association for a development located in the City of Tamarac, and is thereby the fee simple owner of certain real property located within the City of Tamarac, Florida; and WHEREAS, OWNER's property is located adjacent to the CITY's right-of-way; and WHEREAS, OWNER has constructed parking spaces for the benefit of the residents and guests of its homeowners' association within the CITY's right-of-way; and WHEREAS, CITY is performing upgrades to its right-of-way which requires the removal of those parking spaces currently contained within CITY's right-of-way; and WHEREAS, CITY and OWNER have agreed to relocate the parking spaces onto OWNER's property so as to remove the encroachment into CITY's right-of-way and thereby replace the encroaching spaces; and WHEREAS, in exchange for expediting the relocation of OWNER's parking facilities out of the CITY's right-of-way, to a location wholly contained on OWNER's real property thereby permitting CITY's project to proceed in a timely fashion without delay, CITY has and OWNER have agreed to permit CITY to relocate such parking facilities at CITY's expense; and WHEREAS, CITY determines that the removal of obstructions from its right-of-way and its timely completion of its right-of-way project is in the best interests of the health, safety, and welfare of the CITY and the public at large; NOW, THEREFORE, in consideration for the mutual covenants contained herein and as further consideration for the CITY making renovations to the OWNER's parking lot and by removing OWNER's encroachment upon CITY's right-of-way, the sufficiency of which is hereby acknowledged by the Parties hereto, the Parties agree as follows: Page 1 of 5 100236002.2 2704-0501640 i 1. The foregoing recitals are true and correct and are incorporated herein as if fully set forth in their entirety. 2. In exchange for facilitating the timely relocation of OWNER's parking facilities, the parties have agreed as follows: a. CITY agrees to permanently remove the encroachment of OWNER's parking facilities from CITY's right-of-way, relocate and construct parking facilities on OWNER's real property to replace those parking facilities removed from CITY's right-of-way. b. In order to facilitate the construction of the relocated parking facilities, OWNER agrees to designate CITY as its agent to facilitate the construction, design, and installation of the relocated parking facilities and hereby agrees to timely execute all documents necessary or required to enable and facilitate such designation as may be required. C. CITY agrees to design, construct, and install the relocated parking facilities on OWNER's property. CITY will consult with OWNER regarding the design and location of the parking facilities. The parties also agree that such parking facilities shall be constructed by use of asphalt materials, rather than any other materials. d. It is hereby understood and agreed that any official inspector of the CITY or its agents duly authorized, may have the privilege at any time during normal working hours to enter and inspect the premises including the encroachment and any other portion of the OWNER's parking lot. 3. INSURANCE. OWNER shall obtain and maintain in full force and effect throughout the term of this Agreement, at OWNER's sole expense a policy or policies of comprehensive general liability insurance acceptable to the CITY's Risk Manager with minimum limits of $1,000.000 per occurrence combined single limit for bodily injury liability and property damage liability and worker's compensation insurance with minimum limits of $500,000 per liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability, Property Liability, and Worker's Compensation policy without restrictive endorsements. All policies must be endorsed to provide the CITY with at least thirty (30) days' notice of cancellation or restriction. Copies of renewal policies shall be furnished at least thirty (30) days prior to the date of expiration. Such policies shall name the CITY as an additional insured. The expiration of such insurance policies without replacement, without maintaining such insurance as required herein naming the CITY as an additional insured shall constitute a breach of this Agreement. 4. INDEMNIFICATION. In exchange for the consideration provided herein, OWNER hereby agrees to defend, indemnify, and hold harmless the CITY, its officers, elected or appointed officials, consultants, agents, and employees, including any contractors or subcontractors, from and against all claims, damages, losses, and expenses direct, indirect, or Page 2 of 5 ( 00236002.22704-0501640 ) consequential, including but not limited to fees and charges of attorneys and other professionals and court and arbitration costs, arising out of or resulting from the activities undertaken by CITY pursuant to this Agreement. CITY shall have the right and ability to be represented by the attorney of its choosing in defense of any claim raised against it at OWNER's expense. This indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for OWNER. Nothing contained herein shall be construed as a waiver of any immunity or limitation of liability the CITY may have under the doctrine of sovereign immunity pursuant to §768.28, Florida Statutes. This indemnification provision shall survive the termination of this Agreement however terminated. 5. SIGNATORY AUTHORITY. OWNER shall provide CITY with copies of requisite documentation evidencing that the signatory for OWNER has the legal authority and capacity to enter into this Agreement on behalf of OWNER. 6. THIRD PARTY BENEFICIARIES. No individual or entity is intended to be a third -party beneficiary to this Agreement. 7. GOVERNING LAW. This Agreement and the provisions contained herein shall be construed, controlled, and interpreted according to the laws of the State of Florida and all applicable and duly adopted ordinances, regulations, and policies of Broward County and the CITY, now in effect and those hereinafter adopted. 8. VENUE. The location for resolution of any dispute arising out of or relating, directly or indirectly, to any part of this Agreement or any breach hereof, shall be in Broward County, Florida. 9. ATTORNEY'S FEES. OWNER agrees that it shall be liable for reasonable attorney's fees incurred by CITY, if CITY is required to take any actions, through litigation or otherwise, to enforce this Agreement. 10. PREPARATION OF AGREEMENT. The parties acknowledge that they have sought and obtained whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been their joint effort. The language agreed to herein express 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. 11. ENTIRETY OF AGREEMENT. This Agreement constitutes the entire Agreement between the Parties with respect to the specific matters contained herein and supersedes all previous discussions, understandings, and agreements. Any amendments to or waivers of the provisions contained herein shall be made by the Parties in writing. 12. SEVERABILITY. If any sentence, phrase, paragraph, provision or portion of this Agreement is for any reason held invalid or unconstitutional by any court of competent jurisdiction, such portion shall be deemed an independent provision and such holding shall not affect the validity of the remaining portions hereto. Page 3 of 5 100236002.2 2704-0501640 } 13. CAPTIONS. The captions, section designations, section numbers, article numbers, titles and headings appearing in this Agreement are inserted only as a matter of convenience, have no substantive meaning, and in no way define, limit, construe or describe the scope or intent of such articles or sections of this Agreement, nor in any way effect this Agreement and shall not be construed to create a conflict with the provisions of this Agreement. IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year first written above. AS TO OWNER: Forsythe Colony Maintenance Association, Inc. By: President Print Name: OYl ATT"Tj L..I STATE OF FLORIDA COUNTY OF BROWARD) Print Name Wit s k'ozi�/Z'q C /'j Print Name The foregoing instrument was acknowledged before me this _U_day of ,���, 2018, by \Q in his/her capacity of President of FORSYT14E COLONY MAINTENANCE ASSOCIATION, INC. Personally Known OR Produced Identification My Commission Expires: - 11. ary Public State of Florida Fariet Khan +� My Commission GG 125153 ov rti Expires 09/17/2021 100236002.2 2704-0501640 1 Ncec&f , Type of Identification Produced Notary Public, State of Florida Page 4 of 5 AS TO CITY: ATTEST: B y: a)z� Pat Teufel, C C City Clerk I AMA to ESQ cc (00236002.22704-0501640 ) CITY OFJAMARAC By: NVyof Harry Dressler 11 Day of , 2018 APPRO ED AS TO LEGAL FORM: Offic of the City Attorney Page 5 of 5 CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave "Committed to Excellence —Always" Tamarac, FL 33321 httos.//tamarac.bidsandtenders ora CONSTRUCTION AGREEMENT BETWEEN THE CITY OF TAMARAC AND FLORIDA BLACKTOP, INC THIS AGREEMENT is made and entered into this //day of 20 / 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 FLORIDA BLACKTOP. INC. a Florida corporation with principal offices located at 1287 WEST ATLANTIC BLVD. POMPANO BEACH FL 33069 (the "Contractor") to provide services to complete Bid No. 18-1913- Mainland's Section 16 Clubhouse Parkinq Lot Improvement Proiect 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. 18-19B, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions, Instructions to Bidder's), drawings and/or schematic plans, Technical Specifications, all addenda, the Contractor's Bid included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid 18-19B as issued by City, and the Contractor's Bid; Bid 18-19B as issued by City shall take precedence over the Contractor's Bid. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) THE WORK 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents including all Addendums, Exhibits, Attachments and Appendices. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. - Mainland's Section 16 Clubhouse Parking Lot Improvement Project Florida Blacktop, Inc. CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 3) 4) PURCHASING AND CONTRACTS DIVISION "Committed to Excellence.. -Always" httos1hamarac.bidsandtenders ora 2.1.4 Contractor shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the Contractor, its employees, agents or subcontractors, if any, with respect to the work and services described herein. INSURANCE 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. The following are required types and minimum limits of insurance coverage, which the Bidder agrees to maintain during the term of this contract: Insurance Requirements Line of Business/ Coverage Occurrence I Aggregate Limits Commercial General Liability Including: Premises/Operations Contractual liability Personal Injury Explosion, Collapse, Underground Hazard $1,000,000 $1,000,000 Products/Completed Operation Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000.00 $1,000,000.00 Workers' Compensation & Employer's Liability Statutory TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4.1 The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten (10) days after the date that Contractor receives the City's Notice to Proceed. The work shall be completed within Fifty -Five (55) Calendar days for Final Completion from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. The work under this agreement shall be substantially complete (i.e. 18-198 — Mainland's Section 16 Clubhouse Parking Lot Improvement Project Florida Blacktop, Inc. CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave "Committed to Excellence... Always" Tamarac, FL 38321 ► ► httos://tamarac.bidsandtenders.ora Substantial Completion) within Thirty -Five (35) calendar days from issuance of City's Notice to Proceed. 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the pre -construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 5) CONTRACT SUM The Contract Sum for the above work is a "not to exceed" total of Seventy -Five Thousand Five Hundred Sixteen Dollars and Forty -One Cents ($75 516 41) 6) PAYMENTS 6.1 Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments until fifty (50%) percent of the project is complete. Retainage will be reduced to five (5%) percent thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. 6.2 The City desires to be able to make payments utilizing City's Visa Procurement Card as a means of expediting payments. It is highly desirable that successful proposer have the capability to accept a Visa Procurement/Credit card as a means of payment. 7) REMEDIES 7.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non- 18-198 - Mainland's Section 16 Clubhouse Parking Lot improvement Project Florida Blacktop, Inc. CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 8) PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" hftps://tamarac.bidsandtenders.org conformance and the quality of workmanship. CHANGE ORDERS 8.1 All Change Orders shall include a maximum Overhead and Profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 8.3 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.4 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.5 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 8.6 Any claim for an extension of the Contract Time shall be based on written notice delivered by the parry making the claim to the other party no later than fifteen (15) days after the occurrence of the event giving rise to the claim. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. 8.7 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. 18-19B — tdainland's Section 16 Clubhouse Parking Lot Improvement Project Florida Blacktop, Inc. CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence. .-Always" i ` t https:lftmarac.bidsandtenders org Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.8 In the event satisfactory adjustment cannot be reached by City and Contractor for any item requiring a change in the contract, and a change order has not been issued, City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9) LIQUIDATED DAMAGES Project Substantial completion shall be within Thirty -Five (35)calendar days from Contractor's receipt of City's Notice to Proceed. Final Completion shall be Twenty (20) calendar days from date of substantial completion, totaling Fifty -Five (55) calendar days. All time limits stated in the Contract Documents are of the essence of the Agreement. The parties acknowledge that damages arising from delay in meeting these time limits are difficult or impossible to ascertain. Therefore, the parties hereby agree that in the event that the Contractor fails to meet the time limits, as may be extended by the City in accordance with the terms of the Agreement or as otherwise provided in the Agreement, liquidated damages will be assessed against Contractor in the amount of Three Hundred Dollars and Zero Cents ($300 00) for each calendar day beyond the time imposed until such work is completed. 10) NO DAMAGES FOR DELAYS ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the 18-198 -Mainland's Section 16 Clubhouse Parking Lot Improvement Project Florida Blacktop, Inc. CITY OF TAARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence...Always" httos:l/ Amara c bidsandtenders ara Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 11) WAIVER OF LIENS Prior to final payment of Contract Sum, a final waiver of lien shall be submitted to City by Contractor from all suppliers, subcontractors, and/or Contractors who submitted a "Notice to Owner" and a Consent of Surety on behalf of any and all other suppliers and subcontractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City form all claims of liability by Contractor in connection with the agreement. 12) WARRANTY Contractor warrants the work against defect for a period of One 1 year from the date of City approval of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to the affected area or to interior structure. The One 1 year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 13) INDEMNIFICATION 13.1 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. 13.2 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 14) 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 ly LOT improvement Project Florida Blacktop, Inc. CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88th Ave "Committed to Excellence...Always" Tamarac; FL 33329 + + + httos:tttamarac.bidsandtenders orr employment, without regard to their race, religion, color, gender or national original, or disability. 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. 15) 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. 16) ASSIGNMENT AND SUBCONTRACTING Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 17) NOTICE Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the following address: CITY ATTORNEY 18-19B — Mainland's Section 16 Clubhouse Parking Lot /mproverrent Project Florida Blacktop, Inc. CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR PURCHASING AND CONTRACTS DIVISION "Committed to Excellence —Always" httos://tamarac.bidsandtenders.ore Name: FLORIDA BLACKTOP, INC. Address:1287 WEST ATLANTIC BLVD. POMPANO BEACH, FL 33069 FIN/EIN:59-2363756 Contract Licensee:CC# 84-859: 3A - Major Roads (Asphalt and Concrete Paving) Contact:Lee Shaouy Email: leeshaouy@gmail.com Phone: 954-943-9700 EXT: 106 Fax: 954-943-9700 18) TERMINATION 18.1 Termination for Convenience: This Agreement may be terminated by City for convenience, upon seven (7) days of written notice by terminating party to the other party for such termination in which event Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify city against loss pertaining to this termination. 18.2 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. 19) 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. 20) 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. 21) 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. 18-198 — Mainland's Section 16 Clubhouse Parking Lot Improvement Project Florida Blacktop, Inc. CITY OF TAMARAC PURCHASING AND CONTRACTS DI UISIOlyr 7525 NW 88th Ave "Committed to Excellence...Always" Tamarac, FL 33321 + + ' + httos:lrtamarac.bidsandtenders orc 22) 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 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 enforceability of that provision or of the remainder of this Agreement. 23) UNCONTROLLABLE CIRCUMSTANCES 23.1 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, such as delays in permitting due to outside agencies, which are beyond the Contractor's control. 23.2 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. 24) 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. 25) 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. 26) CONTINGENT FEES The Contractor warrants that it has not employed or retained any company or person, 8-19B — Mainland's Section 16 Clubhouse Parking Lot fmpnwemenf Project Florida Blacktop, Inc CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL. 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence...Alwavc, httys://tamarac.bidsandtonders.org other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 27) PUBLIC RECORDS 27.1 The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: 27.1.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 27.1.2 Provide the public with access to such public records on the same terms s that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 27.1.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 27.1.4 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 27.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in, "Termination", herein. 28) CUSTODIAN OF RECORDS 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 CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 18-19B — Mainland's Section 16 Clubhouse Parking Lot Improvement Project it) Florida Blacktop, Inc. CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence —Always`, htti)s:Ntamarae.bidsandtenders ore CITYCLERK(@TAMARAC.ORG Balance of Page Intentional Left Blank 0 c,arnnouse rarxmg Lot Improvement Project Florida Blacktop, Inc. CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" httj)s://tamarac.bidsandtenders.org 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 Owner duly authorized to execute same. O e O LLZ ATT . .... O atricia A. Teufel, CIVIC City Clerk Date ATTEST: Signature of Corporate Secretary Type/Print Name of C4rpteSecy. (CORPORATE SEAL) CITY O A RAC r Ha r red er, Mayor /_02L�I1tf Michael C. Cemech, City Manager Date ApproV s to form and legal sufficiency: Uny-Morney -711ol d Date FLORIDA BLACKTOP, INC. Signature of President / Ow Elias Shaouy Date aurto/N J Jvwmi f o i,iuonouse rarkmg Lot Improvement Project Flonda Blacktop, Inc. 12 CITY OF TAMARAC 7525 NW 88th Ave Tamarac, FL 33321 CORPORATE ACKNOWLEDGEMENT STATE OF "y"0- / :SS COUNTY OF �"c,?� ttat O PURCHASING AND CONTRACTS DIVISION "Committed to Excellence... Always" https://tamarac.bidsandtenaers orr. I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesa' and in t 9 County foresaid to take acknowledgments; pers pally ppeare 1Ct�> hrcc7cl , President of I0r7�71F % C ,fC�? Corporatiori, o 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. >7CL n WITNESS my hand and official seal this day of Lr 20 i r %0\alln79A 05 Im Cook Msso 0 . mar-h3 Z321D ieSs EXpj��NohH Pub n Bonded Si T f Not ublic State of Florida a . rge Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath. 18-199 -- Mainland's Section 16 Clubhouse Parking Lot Improvement Project 13 Florida Blacktop, Inc. ACOROa C" CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 5/10/I018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Frank H. Furman, Inc. PHONE (954) 943-5050 NC No: (954)942-6330 E-MAIL ADDRESS: 1314 East Atlantic Blvd. INSURERS AFFORDING COVERAGE NAIC # P . 0. BOX 1927 INSURERA:Everest Indemnit Ins Co (rl) 10851 Pompano Beach FL 33061 INSURED INSURERB:Everest National Insurance Company 10120 INSURER C:Westchester Surplus Lines Ins Co 10172 Florida Blacktop Inc INSURERD:AGCS Marine Insurance Co 22837 1287 W Atlantic Blvd INSURER E : INSURERF: Pompano Beach FL 33069 COVERAGES CERTIFICATE NUMBER-Mav 2018 All Lines REVISION NUMBER - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A UB POLICY NUMBER POLICY EFF M DD POLICY EXP MMI D LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS -MADE ❑X OCCUR DAMAGE TOEa R oNTEDccurrence PREMISES $ 100,000 M ED EXP (Any one person) $ 10,000 X CF3GL00090181 5/1/2018 5/1/2019 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ] JEI° LOC PRODUCTS - COMP/OPAGG $ 2,000,000 Policy Aggregate $ 51000,000 X OTHER:Ded 2500 per occ BI&PD AUTOMOBILE LIABILITY COEaMBINED ccident SINGLE LIMIT a $ 1,000,000 BODILY INJURY (Per person) $ B ANY AUTO ALL OWNED SCHEDULED AUUTOSS AUTOS CF3CA00079181 5/1/2018 5/1/2019 BODILYINJURY(Peraccident) $ PROPERTY DAMAGEX Per accident) ccident $ NON -OWNED HIRED AUTOS AUTOS Ix PIP -Basic $ 10,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 X PCLAIMS-MADE AGGREGATE $ 2,000,000 B EXCESS LIAB XC5EX00458181 5/1/2018 5/1/2019 X I DED RETENTION$ zero $ Over GL AL and EL A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? 7 (Mandatory in NH) A NIA 083054482 5/1/2018 5/1/2019 X STATUTE I ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 If as, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 000, 000 C Contractors Pollution G71114430001 4/03/2018 5/1/2019 Ea. Condition/Aggregate $1M/$2M D Leased & Rented-Ded $2,500 SML93076556 5/01/2018 5/01/2019 Per Item/Limit $150K/$300K DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached d more space is required) The City of Tamarac is included as an additional insured for general liability as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Tamarac THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 6011 Nob Hill Rd ACCORDANCE WITH THE POLICY PROVISIONS. Tamarac, FL 33321 AUTHORIZED REPRESENTATIVE Dirk DeJong/TP ACORD 25 (2014/01) INS025 (201401) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD