Loading...
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