HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-095Temp. Reso. # 13154
August 22, 2018
Page 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2018 96
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 18-
24B TO AND APPROVING AN AGREEMENT WITH
WALKER DESIGN AND CONSTRUCTION FOR THE
WATER TREATMENT PLANT STORAGE BUILDINGS
ROOF REPLACEMENT PROJECT LOCATED AT THE
TAMARAC WATER TREATMENT PLANT AT 7803 N.W.
61ST STREET, IN ACCORDANCE WITH BID NO. 18-24B
FOR A CONTRACT AMOUNT OF $88,404.001 A
CONTINGENCY IN THE AMOUNT OF $8,840.00 WILL BE
ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL
PROJECT BUDGET OF $97,244.00; AUTHORIZING AN
EXPENDITURE FROM THE APPROPRIATE ACCOUNTS;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, The Tamarac Water Treatment Plant was originally constructed
around 1969 and consisted of the buildings located at 7803 N.W. 61st Street, including
various storage buildings; and
WHEREAS, although the roofs of the storage buildings were nearing the end of
their useful lives, the condition of them deteriorated more quickly than anticipated due,
in part, to the impact of Hurricane Irma, and therefore, the roofs now need to be
replaced; and
WHEREAS, Architectural and Engineering services were needed to design new
roofs for the CBS storage building and the metal storage building on the west side of the
complex, these buildings are used to store equipment and materials used by the Water
Treatment and Utilities Staff, and
WHEREAS, The City of Tamarac utilized Walters Zackria Architects, PLLC to
Temp. Reso. # 13154
August 22, 2018
Page 2
design the roof, assist with the bid specifications, and review of the bid submittal; and
WHEREAS, the City published Invitation to Bid No.18-24B for the Water
Treatment Plant Storage Buildings Roof Replacement Project, incorporated herein by
reference and on file in the office of the City Clerk; and
WHEREAS, on July 17, 2018 the City of Tamarac received one (1) proposal for
the Water Treatment Plant Storage Buildings Roof Replacement Project, from Walker
Design and Construction, being the lowest responsive responsible bidder, a bid
tabulation attached hereto as Exhibit "'I", incorporated herein and made a specific part
of this resolution; and
WHEREAS, Walker Design and Construction, 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-
2413; 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. 18-24B and execute the agreement with Walker
Design and Construction, for the Water Treatment Plant Storage Buildings Roof
Replacement 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-
24B and execute the agreement for the Water Treatment Plant Storage Building Roof
Temp. Reso. # 13154
August 22, 2018
Page 3
Replacement Project with Walker Design and Construction, for a contract amount of
$88,404.00, a contingency in the amount of $8,840.00 will be added to the Project
Account for a total project budget of $97,244.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this
Resolution upon adoption hereof. All exhibits attached hereto are incorporated herein
and made a specific part of this resolution.
SECTION 2: The City Commission hereby awards Bid No. 18-24B to and
approves an Agreement between the City of Tamarac and Walker Design and
Construction, ("the Agreement") and the appropriate City Officials are hereby authorized
to execute the Agreement, hereto attached as "Exhibit 2", to provide for the Water
Treatment Plant Storage Buildings Roof Replacement Project Located at the Tamarac
Water Treatment Plant at 7803 N.W. 61 st Street, in accordance with Bid No. 18-24B.
SECTION 3: An expenditure for a contract amount of $88,404.00, a
contingency in the amount of $8,840.00 will be added to the Project Account for a total
project budget of $97,244.00 is hereby approved.
SECTION 4: 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
Temp. Reso. # 13154
August 22, 2018
Page 4
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.
SECTION 5: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 6: 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.
"The remainder of this page is intentionally left blank."
u
F�
J
IJ
E
SECTION 7:
passage and adoption.
Temp. Reso. # 13154
August 22, 2018
Page 5
This Resolution shall become effective immediately upon its
PASSED, ADOPTED AND APPROVED this
ATTEST:
PATRICIA TEUFEL CMC
CITY CLERK /�
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
R
SAMUEL S. GORI
CITY ATTORNEY
+` day off 2018.
AR Y DRESSLER
MAYOR
RECORD OF COMMISSION VOTE
MAYOR DRESSLER
C
DIST 1:
COMM. BOLTON
DIST 2:
V/M GOMEZ
DIST 3:
DIST 4:
COMM. FISHMAN
COMM. PLACKO
�
TR 13154 - EXHIBIT 1
18-24B - Water Treatment PLant Building Roofing Upgrades and
Repairs
Opening Date: June 14, 2018 9:00 AM
Closing Date: July17, 2018 3:00 PM
Vendor Details
Company Name:
Walker Design and Constuction
1060 Holland Dr Ste B
Address:
E Oakland Park
Boca Raton, Florida 33487
Contact:
Patrick Graham
Email:
florida.estimating@grahamconstruction.net
Phone:
561-998-0379
Fax:
561-998-0379
HST#:
Submission Details
Created On:
Monday July 16, 2018 09:50:54
Submitted On:
Tuesday JuLy 17, 201814:39:45
Submitted By.
Patrick Graham
Email:
florida.estimating@grahamconstruction.net
Transction #:
279e29c2-968d-40b3-8286-c6f394a9bbe5
Submitter's IP Address:
67.205.193.78
TR 13154 - EXHIBIT 1
Schedule of Prices
The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or
lump sums, hereinafter stated.
* Denotes a "MANDATORY" field
Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner.
If the line item and/or table is "NOWMANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value.
ALL funds are to be submitted in USD currency.
Indemnification
Description -
Quantity
Unit
Unit Price - -'
Total
Indemnification
1
LS
$10.0000
1510.00
Subtotal
$10.00
BID SCHEDULE: Water Treatment Plant Building Roofing Upgrades and Repairs
NOTES:
Provide amount listed above in the base bid. Refer to Section 01025 Measurement and Payment. In addition:
Submit installed unit cost price to replace the damaged roof metal purUns at the Metal Building's Roof. These prices will be used to adjust the contract amount via a change order,
based on actual repairs necessary (up or down). Contractor shall submit invoices for back-up information.
Submit installed unit cost price to replace the damaged wall metal panels at the Metal Building. These prices will be used to adjust the contract amount via a change order, based on
actual repairs necessary (up or down). Contractor shall submit invoices for back-up information.
Unit price for each item listed above shall include the cost of any additional material or waste material required to complete the specified work.
Bidder agrees that any unit price listed Is to be multiplied by the estimated quantity requirements listed below In order to arrive at the total price.
For each item, Bidder agrees to furnish all labor, material, tools and equipment necessary to properly perform the work described herein and on project drawings. It is the intent of the
City to award this contract based on the Grand Total Base bid for all bid items. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical
errors and may be corrected by the Owner.
(Inclusive of ALL costs to commence and complete the Project as stipulated In the Description of Work, Technical Specifications, Project Drawings and Details, along with all other
related costs indicated in this solicitation.)
Bidder agrees to furnish all labor, material, tools, qualified supervision, equipment, accessory material, required bonds, insurance, and permits necessaryto
complete the proper performance of the work described herein. It is the intent of the City to award this ta-thiiIC weft responsive/responsible Bidder based on
the Grand Total Bid Amount.
The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish atL Work as specified herein for the Contract Price and
within the Contract Period indicated in this bid.
1. This bid will remain subject to acceptance for ninety (90) calendar days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within
fifteen (15) calendar days prior to the date of the City's Award.
Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all Local conditions and laws and regulations that in any manner may affect cost,
progress, performance or furnishing of the Work.
Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is
acceptable to Bidder.
This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of
any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not
solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over
the City.
Bidder will complete the Work for the prices shown in the "Bid Form".
Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein.
#.'. `Description
Quantity
Unit
Unit Price* --Tot.(
1
Mobilization/Demobilization (Not to exceed 3 % of total bid price)
1
Lump Sum
$3,000.0000
$3,000.00
2
Insurance, payment bond, performance bond — (Not to exceed 3% of total bid price)
1
Lump Sum
$3,000.0000
$3,000.00
3
General Conditions
1
Lump Sum
$4,500.0000
$4,500.00
5
Demolition
1
Lump Sum
$8,000.0000
$8,000.00
6
Permit Allowance
1
Lump Sum
$6,000.0000
$6,000.00
7
Re -Roof at Metal Building
1
Lump Sum
$18,000.0000
$18,000.00
8
Re -Roof at CBS Building
t
Lump Sum
$11,000.0000
$11,000.00
9
Gutters and Downspouts at Metal Building
1
Lump Sum
$3,000.0000
$3,000.00
10
Gutters and Downspouts at CBS Building
1
Lump Sum
$2,000.0000
$2,000.00
11
Damaged Roof Purlin Replacement at Metal Building
1
Per Purlin
$2,666.0000
$2,666.00
12
Roof Purlin Replacement at CBS Building
1
Lump Sum
$4,800.0000
$4,800.00
13
Replacement of Damaged Walt Panels at Metal Building
1
Per Sheet
$370.0000
$370.00
14
Protective Coating System Metal Building
1
Lump Sum
$8,000.0000
$8,000.00
15
Protective Coating System CBS Building
I Lump Sum
1$2,000.0000
$2,000.00
SubtotaL•
$76,336.00
TR 13154 - EXHIBIT 1
Summary Table
Bid Form - - - -
Amount
Indemnification
$10.00
BID SCHEDULE: Water Treatment Plant Building Roofing Upgrades and Repairs
$76,336.00
Subtotal Contract Amount
$76,346.00
Bid Questions
TERMS:_% (percent discount, ifany, ifpayment made 0
within- DAYS; otherwise, terms are NET 30 days.
The City of Tamarac desires to have the ability to use a city
credit card for payment. Will your firm accept a Visa credit
card as payment from the City of Tamarac? TYPE: YES or no
NO
To be considered for this project, the Bidder shall possess,
at time of bid opening, one of the following State Certified
or County Competency licenses or any license that meet,
exceed, or legally perform the scope of work wilt be
acceptable, as determined by state or county licensing
agency. To be eligible for award of this project, the Bidder
must possess at time of bid opening, one of the following
State Certified and/or County Competency licenses or any
license that can meet, exceed, or legally perform the Certified General Contract
scope of work wilt be acceptable, as determined by state
or county licensing agency. State: Certified General
Contractor License, defined by F.S. 489.105 3a, with at least
three (3) years of verifiable futl-time successful experience
on similar size and scope projects. or County: General
Building Contractor Class 'A' with at least three (3) years
of verifiable full-time successful experience on similar size
and scope projects. UPLOAD IN SECTION 5
I certify that my Company will NOT., 1. Participate in a
boycott of Israel; and 2. Is not on the Scrutinized
Companies that Boycott Israel List; and 3. Is not on the
Scrutinized Companies with Activities in Sudan List; and 4.
Is not on the.Scrutinized Companies with Activities in the
Iran Petroleum Energy Sector List; and 5. Has not engaged
in business operations in Syria. Submitting a false
certification shall be deemed a material breach of
contract. The City shall provide notice, In writing, to the Agree to terms
Contractor of the City's determination concerning the false
certification. The Contractor shatL have ninety (90) days
following receipt of the notice to respond in writing and
demonstrate that the determination of false certification
was made in error. If the Contractor does not demonstrate
that the City's determination of false certification was
made in error then the City shall have the right to
terminate the contract and seek civil remedies.
Specifications
CERTIFICATION
We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we (1) have read the entire document, including the
Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the
requirements of the entire Invitation to Bid.
Indicate which a of
type
-
Contractor's
�
-
Federal Tax ID
Email address
organization
Company Name *
Address *
Telephone *'
City*
t
State *
ZIP *
License -
�.
v e
for above
Number*
Number
signer*
CORPORATION
Walker Design &
1060 Holland
5619980379
Boca Raton
Florida
33487
CGCO17631
650203214
patg@grahamco
Construction Co
Dr Ste B
nstruction.net
TR 13154 - EXHIBIT 1
VENDOR DRUG -FREE WORKPLACE
Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes.
This requirement affects all public entities of the State and becomes effective January 1,1991. The special condition is as follows:
IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service
are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented
a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free
workplace program. In order to have a drug -free workplace program, a business shall:
Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying
the actions that will be taken against employees for violations of such prohibition.
1. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
2. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).
3. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and WILL notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after each conviction.
4. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee
who is so convicted.
5. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this
form complies fully with the above requirements.
Hereby Acknowledge the Drug Free Information Above and Will Abide by Everyt iing outlined in this Section
r Yes r No
BIDDER'S QUALIFICATION STATEMENT
-
If Vendor is
-
Have you
operating
ever been
Have you -
under
debarred or
Are you a
ever received_
d
Fictitious
Under what former name(s)
suspended
Are you
Are you
Has your
Sales
a contract or
Line
-
How man ears has our or anization been
YY Y 9
Name, submit
-
has your business
from doing
Certified? If
Yes, attach
Licensed? If
Yes, attach
company -
If Yes,
Representati
a purchase
order from
Item
in business under its present name? *'
evidence of
operated? Also List former
business with
copy of
-
copy of
ever declared
--
-
explain:. *
ve of the
the City of
- -
compliance
address(es) of that
any
-
Certification
License to
bankruptvy?
commodities/
-
-
Tamarac or
with Florida
business (if any). *
governmenta
t
+
*
services bid
Fictitious
l entity? If
to Package
Package
-*
upon?*
other
-
-
Name
Yes,
governmenta
Statute:
- *
Explain
lentity? *
1
35
N/A
N/A
NO
R Yes r No
r Yes r No
r- Yes r No
NO
None of the
IT Yes r No
I Above
References
REFERENCES
Please list government agencies and/or private firms with whom you have done business during the last five years:
Lin ¢ Kern
Company Name *
Legal Address *
Contact Name * `
Phone Number!.,
Email Address •- - -
1
Lake Worth Drainage Department
To be provided is under
To be provided is under
To be provided is under
To be provided is under
consideration
consideration
consideration
consideration
2
Broward County Public Schools
To be provided is under
To be provided is under
To be provided is under
To be provided is under
consideration
consideration
consideration
consideration
3
Palm Beach County Schools
To be provided is under
To be provided is under
To be provided is under
To be provided is under
consideration
consideration
consideration
consideration
4
Broward Sheriffs Office
To be provided is under
To be provided is under
To be provided is under
To be provided is under
consideration
consideration
consideration
consideration
5
Fort Lauderdale Executive Airport
ITo be provided is under
To be provided is under
To be provided Is under
To be provided is under
consideration
consideration
consideration
consideration
Documents
It is your responsibility to make sure the uploaded files) is/are not defective or corrupted and are able to be opened and viewed by the Owner. If the attached file(s) cannot be opened or
viewed, your Bid Call Document may be rejected.
• NON -COLLUSIVE AFFIDAVIT AND ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT- Tamarac WWTPReroof Bid ProposaLpdf - Tuesday July 17,201814:34:44
• CERTIFIED RESOLUTION -Tamarac WWTP Reroof Bid ProposaLpdf-Tuesday July 17, 201814:35:00
• BID BOND & BID BOND ACKNOWLEDGEMENT -Tamarac WWTP Reroof Bid ProposaLpdf -Tuesday July 17, 201814:35:15
• TRENCH SAFETY FORM (IF APPLICABLE) - Tamarac \AfVVTP Reroof Bid Proposat.pdf - Tuesday July 17, 201814:35:32
• Proof of State Certified or County Competency Requested -Tamarac WWTP Reroof Bid ProposaLpdf -Tuesday July 17, 201814:35:52
. Certificate of Insurance Proof of Requirements -Tamarac WWTP Reroof Bid ProposaLpdf - Tuesday July 17, 201314:37:02
• Subcontractor Form if over 20 % -Tamarac WVVTP Reroof Bid ProposaLpdf -Tuesday July 17, 201814:37:21
. Document Eight (optional)
TR 13154 - EXHIBIT 1
W
4*
N
ob
`V-4
i
CL
f�
Y I
O
V
W
tA
0
i
0
0
0
0
0
0
0
0
0
0
0
0
0
0
G
U
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
00
0�
0
0
m
O
O
t!)
0
0
O
O
00
4
O
O
Q)
M
M
�
00
l000
-1
rr
N
d'
00
N
o
X
W
O
O
O
O
O
O
O
9
O
0
O
O
O
O
0
O
O
u
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
0
0
0�
0
0
0
0
0
0
0
0
w
O
0
O
O
M
a
O
M
O
M
tf)
4
O
00
O
lD
00
1
O
M
O
N
l0
N
00
d'
M
O
00
O
(14
i1}
t/?
th
t!}
i!}
i�Jl•
ter)•
t/}
t/?
il)•
i/}
th
t!>
,
E
E
E
E
E
E
E
E.L
c
E
E
E
3
7
7
3
3
aJ
3
1
In
U)
(Acr)
n
cn
N
cn
cn
N
O
cn
_
cn
N
a-
0.
O_
0-
a-
0..
n.
Q
Q
a-
O_
to
Q
0-
E
E
E
E
E
E
E
E
E
E
E
E
4
41
it
i
e--I
ci
c-I
ci
ri
ri
�-i
r4
ci
�j
ci
C4
_j
H
m
V
OD
t
c
COto
to
_`°_
—�
41
v-
=3
m
ca
co
C
O
bA
c
(p
N
m
y
m
(N
00
m
vi
m
t/1
m
N
C
m
�
c
v
U
a
—
O
Sc
U+
�
U
a
W
C
U
�n
O
p
v
p
41
+�
c
G
N
U
Q°
E
0
g
3
io
C0
��
aa)
c
v
°�'
a
u
CO
>�
c
U
++
O
+,
V)
U
o
N
4%
N
O
E
Q
G
Q-
Ln
Q
C
Q
a)
N
3
=
X
o
v
o
E
co
3
0
�,
n
w
E
`@
oon
a
a�
+'
m°
°'
v
o
o-
0
0
0
0
•�
a�
E
m
o°
0
0
4;
C7
a
L
w
v
a
0
c
m
UU)
v
F-
c
c
m
a
.L
p
v>
N
L
O
O
>
N
u
d
.N
.�-+
Of
-0
o
c
a)
++
0
+,
a
Ea
o
io)f
a)
m
o
E
m
Q
0
v
0
z
E
c-i
N
M
d'
L!1
l0
I�
00
Ol
O
�-i
c-i
c-I
N
c-f
M
ci
d
a
4.
CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION
7525 NW 88th Ave "Committed to Excellence... Always"
Tamarac, FL 33321 + + httns:ittamarac.bidsandtenders.org
CONSTRUCTION AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
WALKER DESIGN & CONSTRUCTION CO.
THIS AGREEMENT is made and entered into this J;� day of 1 , 20/9'by and
between the City of Tamarac, a municipal corporation with principal o ces located at 7525 N.W.
88th Ave., Tamarac, FL 33321 (the "CITY") and WALKER DESIGN & CONSTRUCTION CO. a
Florida corporation with principal offices located at 1060 HOLLAND DR STE B BOCA RATON,
FL 33487 (the "Contractor") to provide services to complete Water Treatment Plant Building
Roofing Upgrades and Repairs
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. 18-24B for "Water
Treatment Plant Building Roofing Upgrades and Repairs", issued by the City of Tamarac on June
14, 2018 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 response dated July 17, 2018 , 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 18-24B for "Water Treatment
Plant Building Roofing Upgrades and Repairs" as issued by City, and the contractor's bid
response; Bid 18-24B for "Water Treatment Plant Building Roofing Upgrades and Repairs" as
issued by City shall take precedence over the contractor's bid response. 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.
18-24B - Water Treatment Plant Building Roofing Upgrades and Repairs 1 Agreement
CITY OF TAMARAC
7525 NIN SSth Ave
Tamarac, FL 33321
3)
4)
PURCHASING AND CONTRACTS DIVISION
"Committed to Excellence... Always"
httys:Htamarac. bidsandtenders.org
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
Commercial General Liability Including:
Limits
Premises/Operations
$1,000,000
$2,000,000
Contractual Liability
Personal Iniury
Explosion, Collapse, Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Cross Liability and Severability of Interest
Clause
Automobile Liabili
1 $1 000 000
1 $1,000 000
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 Sixty 60 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.
Substantial Completion) within Forty -Five (45) calendar days from issuance of
City's Notice to Proceed.
18-248 - Water Treatment Plant Building Roofing Upgrades and Repairs 2 Agreement
CITY OF TAMARAC
7525 NW 88th Ave
Tamarac, FL 33321
PURCHASING AND CONTRACTS DIVISION
"Comrnitted to Excellence. -Always"
https:/ttarnarac.bidsandtenders.org
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 Eighty -Eight Thousand
Four Hundred Four Dollars and no Cents ($88,404.00).
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 percent (50%) of the project is complete. Retainage will be
reduced to five percent (5%) thereafter. Retainage monies will be released upon
satisfactory completion and final inspection of the work. Invoices must bear the
project name, project number, bid number and purchase order number. City has
up to thirty (30) days to review, approve and pay all invoices after receipt. The
Contractor shall invoice the City and provide a written request to the City to
commence the one (1) year warranty period. All necessary Releases of Liens and
Affidavits and approval of Final Payments shall be processed before the warranty
period begins. All payments shall be governed by the Florida Prompt Payment Act,
F.S., Part VII, Chapter 218.
7) REMEDIES
7.1 Damages: The City reserves the right to recover any ascertainable actual damages
incurred as a result of the failure of the Contractor to perform in accordance with
the requirements of this Agreement, or for losses sustained by the City resultant
from the Contractor's failure to perform in accordance with the requirements of this
Agreement.
7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor
does not conform to the requirements of this Agreement, or if the work exhibits
poor workmanship, the City reserves the right to require that the Contractor correct
all deficiencies in the work to bring the work into conformance without additional
cost to the City, and / or replace any personnel who fail to perform in accordance
with the requirements of this Agreement. The City shall be the sole judge of non-
conformance and the quality of workmanship.
8) CHANGE ORDERS
8.1 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
18-2413 - Water Treatment Plant Building Roofing Upgrades and Repairs 3 Agreement
CITY OF TAMARAC
7525 NW 88th Ave
Tamarac, FL 33321
PURCHASING AND CONTRACTS DIVISION
"Committed to Excellence... Always"
https:l/tamarac.bidsandtenders.org
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 party making the claim to the other party no later than fifteen (15)
days after the occurrence of the event giving rise to the claim. Notice of the extent
of the claim shall be delivered with supporting data and stating the general nature
of the claim. Contractor hereby agrees to waive rights to recover any lost time or
incurred costs from delays unless Contractor has given the notice and the
supporting data required by this Paragraph.
8.7 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. 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
18-246 - Water Treatment Piant Building Roofing Upgrades and Repairs 4
CITY OF TAMARAC
7525 NW 88th Ave
Tamarac, FL 33321
PURCHASING AND CONTRACTS DIVISION
"Committed to Excellence. ..Always"
https://tamarac.bidsandtenders.org
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 Forty -Five (45) calendar days from
Contractor's receipt of City's Notice to Proceed. Final Completion shall be Sixty (§0
calendar days from date of City's Notice to Proceed. 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 Fifty
Dollars and Zero Cents ($50.00) 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
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
iS-< -Water F'teat erf �lanf 3uii rrrg hoc�Pirg Upgrades ar2d Red airs 5 Agreerne;nt
CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION
7525 NW 88th Ave "Committed to Excel/ence... Always"
Tamarac, FL 33321 ' ' hftps://tamarac.bidsandtenders.org
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 three 3 years from the date
of City approval of final payment, and a twenty-five (25) year warranty on roofing panels by the
manufacturer, Butler Manufacturing, and a thirty (30) Year weathertight warranty. In the event
that defect occurs during this time, Contractor shall perform such steps as required to remedy the
defects. Contractor shall be responsible for any damages caused by defect to affected area or to
interior structure. The one (1) year warranty period does not begin until approval of final payment
for the entire project, and the subsequent release of any Performance or Payment Bonds, which
may be required by the original bid document.
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
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
18-24B -Water Treatment Plant Building Roofing Upgrades and Repairs 6 Agreement
CITY OF TAMARAC PURCHASING ARID CONTRACTS DIVISION
7525 NW 88th Ave "Committed to Excellence... Always"
Tamarac, FL 33321 F W.., https:I/tamarac.bidsandtenders.org
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:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONTRACTOR
Name: WALKER DESIGN & CONSTRUCTION CO.
Address:1060 HOLLAND DR STE B BOCA RATON, FL 33487
FIN/EIN:65-0203214
Contract Licensee:CGC017631: General Contractor License
Contact:Patrick Graham
Email: patg@grahamconstruction.net
Cell Phone: 989-295-0539
Phone: 754-223-3537
Fax: 989-921-3031
18) TERMINATION
18-248 - Water Treatment Plant Building Roofing Upgrades and Repairs 7 Agreement
CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION
7525 NW 88th Ave "Committed to Excellence... Always"
Tamarac, FL 33321 i ' + https://tamarac.bidsandtenders.org
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.
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,
98-248 - Water Treatment Plant Building Roofing Upgrades and Repairs 8
CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION
7525 NW 88th Ave "Committed to Excellence... Always"
Tamarac, FL 33321 ► ' + httos://tamarac.bidsandtenders.org
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,
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) SCRUTINIZED COMPANIES - 287.135 AND 215.473
27.1 By execution of this Agreement, Contractor certifies that Contractor is not
participating in a boycott of Israel. Contractor further certifies that Contractor is not
on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized
Companies with Activities in Sudan List, and not on the Scrutinized Companies
with Activities in the Iran Petroleum Energy Sector List, or has Contractor been
engaged in business operations in Syria. Subject to limited exceptions provided in
state law, the City will not contract for the provision of goods or services with any
scrutinized company referred to above.
27.2 Submitting a false certification shall be deemed a material breach of contract. The
City shall provide notice, in writing, to Contractor of the City's determination
18-248 -Water Treatment Rant Building Routing Upgrades and Repairs 9
CITY OF TAMARAC
7525 NW 88th Ave
Tamarac, FL 33321
PURCHASING AND CONTRACTS DIVISION
"Committed to Excellence... Always"
https_/hamarac.bidsandtenders.org
concerning the false certification. Contractor shall have five (5) days from receipt
of notice to refute the false certification allegation. If such false certification is
discovered during the active contract term, Contractor shall have ninety (90) days
following receipt of the notice to respond in writing and demonstrate that the
determination of false certification was made in error. If Contractor does not
demonstrate that the City's determination of false certification was made in error
then the City shall have the right to terminate the contract and seek civil remedies
pursuant to Section 287.135, Florida Statutes, as amended from time to time.
28) PUBLIC RECORDS
28.1 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:
28.1.1 Keep and maintain public records that ordinarily and necessarily would be
required by the City in order to perform the service;
28.1.2 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;
28.1.3 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
28.1.4 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.
28.2 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.
29) 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
18-248 - WaterTrealment Piant Building Roofing Upgrades and Repairs 10 AgreerrreW
CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION
7525 NW 88th Ave "Committed to Excellence... Always"
Tamarac, FL 33321 + + ' + https:/ttamarac.bidsandtenders.org
(954) 597-3505
CITYCLERK@TAMARAC.ORG
16 248 -Water Treatment Plant Building Rooting Upgrades and Repairs -11 Agreement
CITY OF TAMARAC
7525 NW 88th Ave
Tamarac, FL 33321
(PURCHASING AND CONTRACTS DIVISION
"Committed to Excellence —Always"
https:lltamarac.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 President duly authorized to
execute same.
:®=
-C
Patricia A. Teufel, CIVIC
City Clerk
kl�vlllf
Date
CITY
Harry(/DressleY, Mayor
2 261'?
iMichael C. Cernnech, City Manager
0
Date
Approved as to form and legal sufficiency:
c-41iii 'Li
Ci y tt rney
Zzl�I
Date
ATTEST: r esig & Construction Co.
uj4tge
Signature 60Dorporate Secretary Signature of President
\/tI"V �r4-ha
Type/Print Name of Corporate Secy.
(CORPORATE SEAL)
Lee M. Walker
S-4f- t18
Date
I B-2 B - Water Treatment Plant Scalding Roofing Upgrades and Repairs 12 Agla rnent
CITY OF TAMARAC
7525 NW 88th Ave
Tamarac, FL 33321
CORPORATE ACKNOWLEDGEMENT
STATE OF 41�4
:SS
COUNTY
PURCHASING AND CONTRACTS DIVISION
"Committed to Excellence —Always"
httas://tamarac.bidsandtonders.ora
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and
in the County aforesaid to take acknowledgments, personally appeared Lee M. Walker, President of
Walker Design & Construction Co.., a Florida Corporation, to me known to be the person(s) described
in and who executed the foregoing instrument and acknowledged before me that he/she executed the
same.
WITNESS my hand and official seal this day of 6��jl /
SignatVy& of Notary Public
State df Florida at Large
600
Notary Aublic Staie of Florida Mary Ann Walker�i My Commission FF 152710fW' Expires08/2012018
, 20 /Op
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.
18-24B - Water Treatment Plant Building Roofing Upgrades and Repairs 13 Agreement