Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2017-0211 TR12910 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2017 (;- / A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 16- 24RB TO AND APPROVING AN AGREEMENT WITH ELECTRICAL CONTRACTING SERVICE, INC. FOR THE SPORTS COMPLEX WALKWAY LED PROJECT, IN ACCORDANCE WITH BID NO. 16-24RB FOR A CONTRACT AMOUNT NOT TO EXCEED $119,000.00; A CONTINGENCY IN AN AMOUNT OF $11,900.00 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $130,900.00; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY, AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is committed to meeting the Strategic Goal to provide a Strong Economy in a Healthy Environment through developing environmental initiatives; and WHEREAS, the City is continuously seeking opportunities for environmentally friendly and economically advantageous projects; and WHEREAS, the City desires to install LED lighting, high energy -saving lighting fixtures, by changing out and retrofitting street and parking lighting; and WHEREAS, on November 17, 2016, the City of Tamarac published Bid No. 16- 24RB for the Sports Complex Walkway LED Project, a copy of the Bid is incorporated herein by reference and on file in the Office of the City Clerk; and WHEREAS, on January 17, 2017, the City received and opened one (1) submittal in response to Bid No. 16-24RB, with Electrical Contracting Service, Inc. being Temp. Reso. #12910 March 22, 2017 Page 2 of 4 the lowest responsive responsible bidder, a bid tabulation is hereto attached as "Exhibit 1"; and WHEREAS, Electrical Contracting Service, Inc. possesses the required knowledge and experience for the Sports Complex Walkway LED Project and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of Bid No. 16-24RB; and WHEREAS, it is the recommendation of the Director of Public Services, the Director of Financial Services, and the Purchasing and Contracts Manager that the appropriate City Officials award Bid No. 16-24RB and execute an Agreement with Electrical Contracting Service, Inc., for the Sports Complex Walkway LED Project attached hereto as Exhibit "2"; 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. 16- 24RB and execute an Agreement with Electrical Contracting Service, Inc., for the Sports Complex Walkway LED Project at a contract cost not to exceed $119,000.00, and a contingency in the amount of $11,900.00, for a total project budget of $130,900.00. 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 Temp. Reso. #12910 March 22, 2017 Page 3 of 4 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. 16-24RB to Electrical Contracting Service, Inc. and approves an Agreement between the City of Tamarac and Electrical Contracting Service, Inc. ("the Agreement") and the appropriate City Officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 2", to provide for the Sports Complex Walkway LED Project. SECTION 3: An expenditure for a contract cost not to exceed $119,000.00, and a contingency in the amount of $11,900.00, for a total project budget of $130,900.00, for said purpose is hereby approved. SECTION 4: Funding for the Sports Complex Walkway LED Project for a contract cost not to exceed $119,000.00, and a contingency in the amount of $11,900.00, for a total project budget of $130,900.00 in Project No. GP14E in the General Capital Project Fund. SECTION 5: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6-147 of the City Code, and close the contract award, which includes, but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this Temp. Reso. #12910 March 22, 2017 Page 4 of 4 Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 2017. ARRY 15RESSLER MAYOR ATTEST: ( pat'ah & PATRICIA TEUFE qMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1-. COMM. BOLTON DIST 2: COMM. GOMEZ DIST 3: COMM. FISHMAN GIV DIST 4: VICE MAYOR PLACKO` I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SA UEL S. GOREN CITY ATTORNEY 1 TR 12910 Exhibit 1 hI �. � (( did k uu (PG ss "� otIt ... Electrical ITEM DESCRIPTION UNIT QTY Contracting Service, Inc. LUMP SUM BASE BID PRICE for the acquisitionand installation of LED's. Please give a 1 LS 1 price to trench conduit include in your cost to repair asphalt and grass area's $ 119,000.00 LUMP SUM BASE BID PRICE for all conduits will 2 be bored underground to prevent damage to LS 1 asphalt and Qrass areas. $ 119,000.00 LUMP SUM BASE BID PRICE for the acquisition and installation of Color changing LEDs. Please 3 LS 1 give a price to trench conduit include in your cost to repair asphalt and grass areas $ 139,000.00 Senior Procurement Officer 1/18/2017 Andrew J. Rozwadowski SPORTS COMPLEX WALKWAY LED PROJECT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT 2017 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and ELECTRICAL CONTRACTING SERVICE, INC., a Florida corporation with principal offices located at 2375 WEST 77 STREET HIALEAH FL 33016 (the "Contractor") to provide for SPORTS COMPLEX WALKWAY LED PROJECT. 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. 16-24RB — SPORTS COMPLEX WALKWAY LED PROJECT, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, 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 No. 16-24RB as issued by the City, and the Contractor's Proposal, Bid No. 16-24RB as issued by City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents. 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 Agreement— Bid No. 16-24RB Page 1 to any schedule change with the exception of changes caused by inclement weather. 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. 3) Insurance 3.1. Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified below 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. Insurance limits are outlined below: 4) Time of Commencement and Substantial Completion Agreement —Bid No. 16-24R8 Page 2 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 Ninety (90) calendar days from Contractor's receipt 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 Sixty (60) calendar days from issuance of the City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. Final Completion shall be within 30 calendar days from the date of substantial completion, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, substantial completion shall mean the project is sufficiently complete in accordance with the Contract Documents so that the project can be occupied or used for its intended purpose, void of any safety concerns. For the purposes of this Agreement, final completion shall mean the issuance of final payment. 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 parry 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 One Hundred Nineteen Thousand Dollars and Zero cents ($119,000.00). 6) Payments 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 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. Agreement— Bid No. 96-24RB Page 3 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 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 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. 8.3 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. 8.4 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. 8.5 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 Agreement— Bid No. 96-24RB Page 4 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. 8.6 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. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the 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 the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9) 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 THE 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 no 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 Agreement —Bid No. 16-24RB Page 5 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. 10) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 11) Warranty Contractor warrants the work against defect for a period of five (5) years from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The five (5) 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. 12) Indemnification 12.1 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. 12.2 The City and Consultant recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Consultant and requires a specific consideration be given there for. The Parties therefore agree that the sum of Ten Dollars Agreement —Bid No. 16-24RB Page 6 and 00/100 ($10.00), receipt of which is hereby acknowledged, is the specific consideration for such indemnities, and the providing of such indemnities is deemed to be part of the specifications with respect to the services to be provided by Consultant. Furthermore, the City and Consultant understand and agree that the covenants and representations relating to this indemnification provision shall serve the term of this Agreement and continue in full force and effect as to the City's and the Consultant's responsibility to indemnify. 12.3 Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time 13) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor and its subcontractors shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Contractor will take affirmative action to ensure that employees and those of its subcontractors are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor and its subcontractors shall agree to post in conspicuous places, available to its 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 all subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 14) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, Agreement —Bid No. 16-24RB Page 7 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. 15) 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. 16) 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 FLOYD , CHARLES H., Jr. 2375 WEST 77 STREET HIALEAH, FL 33016 59-2552102 305-556-0041 ECSINC25@aol.com 17) Termination 17.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Agreement —Bid No. 16-24RB Page 8 17.2 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. 18) Public Records 18.1 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: 18.1.1 Keep and maintain public records required by the City in order to perform the service; 18.1.2 Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 18.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. 18.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. 18.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 19) Agreement Subject to Funding Agreement —Bid No. 16-24RB Page 9 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 the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 23) Uncontrollable Circumstances 23.1 Neither the City nor Contractor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 23.2 Neither party shall, however, be excused from performance it 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. Page 10 Agreement —Bid No. 16-24RB 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. 29. RECORDS / AUDITS 29.1 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: 29.1.1 Keep and maintain public records required by the City in order to perform the service; 29.1.2 Upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 29.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City. 29.1.4 Upon completion of the contract, transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records in a format that is compatible with the information technology systems of the City. Page 11 Agreement —Bid No. 16-24RB 29.2 During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract. 42. PUBLIC RECORDS CUSTODIAN IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYC LERK@TAMARAC.ORG Remainder of Page Intentionally Blank Page 12 Agreement— Bid No. 16-24RB 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. COF AMARAC �7 yor HaMa 7 Da ATTEST: Michael C. Cernech, City Manager atricia A. Teufe1, CM City Clerk QC) 'TA/II/II ,j\ Date - fj: ESTABLISHED �= 1963 �' = r'• SEAL ATTEST: _/w4 Signature of Corporate Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) Date Approved as to form and legal sufficiency: A-AZI) o� City Aftorney `:;F%a l i. Date ELECTRICAL CONTRACTING SERVICE, INC. Company Name /Z-e/ _. ---/( Signature of President/Owner Floyd, Charles H, Jr Type/Print Name of President/Owner Date Agreement— Bid No. 16-24RB Page 13 CORPORATE ACKNOWLEDGEMENT STATE OF ���� ,,A COUNTY OF 00.4 :SS I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and i'nl the County aforesaid to take acknowledgments, personally appeared of a 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 ,r3. , 20_�.7 JOAIN MORALES SASTOQUE N'W MY COMMISSION # FF 122628 EXPIRES; August 31, 2018 Bonded Thru Notary Pubic Undenrriters Bid No. 16-24RB - -- 14 Signature of Notary Public State of Florida at Large 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. SECTION 16000 ELECTRICAL GENERAL REQUIREMENTS PART 1— GENERAL 1.01 RELATED DOCUMENTS EXHIBIT 1 A. The general provisions of the Contract, including General Conditions, apply to all the work specified in the Electrical 16000 Sections. 1.02 LAWS, PERMITS, FEES AND NOTICES A. Secure and pay all permits, fees and licenses necessary for the proper execution of the work. Submit all notices and comply with all laws, ordinances, rules and regulations of any public agency bearing on the work. Contractor shall be licensed Electrical Contractor in the county of construction. 1.03 DEPARTURES A. If any departures from the Contract Drawings or Specifications are deemed necessary, details of such departures and the reasons therefore shall be submitted to the Engineer for advance written approval, prior to departure. 1.04 GUARANTEES A. Furnish written guarantee covering all materials, workmanship, labor and equipment for a period of one (1) year from the date of acceptance as described in the Contract General Conditions. B. The Owner reserves the right to operate and use all materials and equipment failing to meet the requirements of the Contract Documents until such unacceptable materials and equipment are replaced or repaired to the satisfaction of the Engineer. 1.05 AS -BUILT INFORMATION A. A set of "red -lined" electrical drawings shall be carefully maintained at the job site. Actual conditions are to be put on the drawings in red on a daily basis so the drawings will continuously show locations and routes of cable Bid No. 16-24RB trays, conduits, pull -boxes, circuit numbers, and other information required by the Engineer. 1.06 JOB SITE VISIT A. Visit the project site before submitting a bid. Verify all dimensions shown and determine the characteristics of existing facilities which will affect performance of the work, but which may not be shown on drawings or described within these Specifications. 1.07 CLEANUP A. Maintain a continuous cleanup during the progress of the work and use appointed storage areas for supplies. The premises shall be kept free from accumulations of waste materials and rubbish. 1.08 CUTTING AND PATCHING A. Cut and prepare all openings, chases and trenches required for the installation of equipment and materials. Repair, remodel and finish in strict conformance with the quality of workmanship and materials in the surroundings. Obtain written permission from the Engineer for any alterations to structural members before proceeding. 1.09 MAINTENANCE A. Render all necessary measures to ensure complete protection and maintenance of all systems, materials and equipment prior to final acceptance. Any materials or equipment not properly maintained or protected to assure a factory new condition at the time of final acceptance shall be replaced immediately at no additional cost to the Owner. 1.10 WATERPROOFING A. Whenever any work penetrates any waterproofing, seal and render the work waterproof. All work shall be accomplished so as not to void or diminish any waterproofing bond or guarantee. 1.11 TESTS A. Conduct an operating test of equipment prior to the Engineer's approval. The equipment shall be demonstrated to operate in accordance with the requirements of these Specifications. The tests shall be performed in the presence of the Engineer or an authorized representative. The Electrical Contractor shall furnish all instruments, electricity and personnel required for the tests. 1.12 SUMMARY OF ELECTRICAL WORK 16-24RB 16 A. Provide all labor, materials, tools, supplies, equipment and temporary utilities to complete the work shown on the drawings and specified herein. All systems are to be completely installed and fully operational. Specifically the work includes, but is not necessarily limited to: 1. Power and control raceways and wire. 2. Power distribution including panel, transformers, grounding, surge protection, conduit and wire. 3. PLC System Modification 4. MCC Modification 5. Field I&C equipment 6. Lighting 7. Temporary power and telephone service as required. 8. Grounding 9 Lightning Protection 10. Start-up testing and documentation 1.13 CODES AND STANDARDS A. General Applicable provisions of the following codes and standards and other codes and standards required by the State of Florida and local jurisdictions are hereby imposed on a general basis for electrical work (in addition to specific applications specified by individual work sections of these specifications): 1. U.L.: Electrical materials shall be approved by Underwriters' Laboratories, Inc. This applies to materials which are covered by U.L. standards. Factory applied labels are required. 2. National Electrical Code. 3. OSHA: Standards of the Occupational Safety and Health Administration are to be complied with. 4. NEMA: National Electrical Manufacturers Association Standards are to be met wherever standards have been established by that agency and proof is specifically required with material submittals for Bid No. 16-24RB 17 switchboards, motor control centers, panelboards, cable trays, motors, switches, circuit breakers and fuses. 5. ANSI: America National Standards Institute 6. NESC: National Electrical Safety Code 1.14 ELECTRICAL TEMPORARY FACILITIES A. The Electrical Contractor shall include in his bid the cost of furnishing, installing, maintaining and removing all materials and equipment required to provide temporary light and power to perform his work during construction and until work is completed. B. Safety 1. All reasonable safety requirements shall be observed to protect workers and the public from shock and fire hazards. Ground fault interrupters shall be employed in accordance with codes. 2. Ground wires are required in all circuits. Ground poles are required on all outlets. All metallic cases shall be grounded. 3. Rain tight cabinets shall be used for all equipment employed in wet areas. 1.15 EXCAVATING FOR ELECTRICAL WORK A. General Excavation or drilling, backfill and repair of paving and grassing is to be in the bid of the Electrical Contractor. The actual work need not be performed by electrical trades. However, the Electrical Contractor is responsible for all excavation, drilling, dewatering, backfilling, tamping and repair of pavements and grassing required in support of electrical work. All areas disturbed by electrical work shall be repaired to their original condition, or as indicated on the drawings. B. Coordination 1. The Electrical Contractor must check for existing utilities before commencing any excavation or drilling. 2. Contract drawings and other trades are to be consulted to avoid interferences with other utilities on this project. Bid No. 16-24RB 18 3. In the event of damage to existing utilities, the Engineer shall be immediately notified, and damage shall be immediately repaired. 4. The Owner is tc interferences by experience. The Precautions convenience. 1.16 be consulted to ascertain locations of existing referring to "As Built" drawings and Owner's excavations are to be scheduled at the Owner's The Electrical Contractor must take every reasonable precaution to avoid interferences. In the vicinity of a suspected interference, excavations shall be dug by hand. ELECTRICAL SUBMITTALS A. Submittals for Approval Refer to Contract General Conditions and Section 01300 for instructions on the General Conditions and this Section, the more stringent requirements shall apply. 2. Shop Drawings and manufacturer's data sheets are required for all electrical materials. 3. Submittals will not be accepted for partial systems. Submit all materials for each specification section at one time. Submittals must be arranged, correlated, indexed and bound in orderly sets for ease of review. 4. Samples are to be supplied for any substitute as requested by the Engineer. 5. The following numbers of copies are required, see Section 01300. 6. Submit shop drawings, manufacturer's data and certifications on all items of electrical work prior to the time such equipment and materials are to be ordered. Order no equipment or materials without approval from the Engineer. Submittals will not be accepted for partial system submittals; submit all data at one time. Submittals will be promptly returned, approved, approved as noted, or not approved. Items "approved as noted" must be changed to comply with the Engineer's comments and need not be resubmitted for "approved" status. Items "not approved" are not suitable, requiring complete new submittals. 7. Time delays caused by rejection of submittals are not cause for extra charges to Owner or time extensions. Contractor shall be responsible for investigating existing systems or shop drawings in Bid No. 16-24RB - 19 order to fully integrate the new equipment into the system. Adequate shop drawings may or may not exist for all existing systems. B. Operation and Maintenance Manuals 1. Submit O&M manuals per Section 01300. As a minimum, include the following. 2. Submit to the Engineer copies of all manufacturer's service installation and operation manuals, instructions and bulletins. These manuals shall be subject to review of the Engineer. If acceptable they shall be forwarded to the Owner. If not acceptable they shall be returned to the Contractor for revision and resubmittal. Manuals shall contain, but not be limited to, the following: a. Brief description of system and basic features. b. Manufacturer's name and model number for all components in the system. C. List of local factory authorized service companies. d. Operating instructions. e. Maintenance instructions f. Trouble shooting instructions g. Manufacturer's literature describing each piece of equipment. h. Power and control wiring diagrams Parts lists 1.17 ELECTRICAL PRODUCTS A. Standards Products 1. Unless otherwise indicated in writing by the Engineer, the products to be furnished under this Specification shall be the manufacturer's latest design. Units of equipment and components of the same purpose and rating shall be interchangeable throughout the project. All products shall be newly manufactured. Defective equipment or equipment damaged in the course of installation or test, shall be replaced or repaired in a manner meeting with the approval of the Engineer at no additional expense to the Owner. Bid No. 16-24RB 20 1.18 B. Delivery, Storage and Handling Deliver products to project properly identified with names, model numbers, types, grades, compliance labels and similar information needed for distinct identification; adequately packaged or protected to prevent deterioration during shipment, storage and handling. Store in a dry, well ventilated, indoor space, except where prepared and protected by the manufacturer specifically for exterior instructions for storage locations. C. Substitutions Comply with instructions in the Contract General Conditions and Special Conditions and obtain pre -approval of the Engineer regarding substitutions. ELECTRICAL IDENTIFICATION A. Color Coding Conductor colors shall be in accordance with the N.E.C. and NFPA requirements. Refer also to applicable sections of these specifications. Three phase feeder and branch circuits shall be identified as follows: 120/240 480-3P 120/208-3P 120/240-3P A — Black A — Black A — Black A — Brown B — Red B — Red B — Red B — Orange N — White C — Blue C — Blue C — Yellow G — Green G — Green N —White N — White G — Green G — Green B. Nameplates 1. The following items shall be equipped with nameplates: All motors, motor starters, motor control centers, pushbutton stations, control panels, time switches, disconnect or relays in separate enclosures, receptacles, wall switches, high voltage boxes and cabinets. All light switches and outlets shall carry a phenolic plate with the supply identified. Special Electrical systems shall be identified at junction and pull boxes, terminal cabinets and equipment racks. 2. Nameplates shall adequately describe the function of the particular equipment involved. Nameplates for panelboards and switchboards shall include the panel designation, voltage and phase of the supply. For example, "Panel A, 277/480V, 3-phawe, 4-wire". The name of the machine on the motor nameplates for a particular machine shall be the same as the one used on all motor starters, disconnect and P.B. station nameplates for that machine. Normal power nameplates shall be laminated phenolic plastic, white front Bid No. 16-24RB 21 and back with black core, with lettering etched through the outer covering; black engraved letters on white background. Lettering shall be 3/16 inch high at pushbutton stations, thermal overload switches, receptacles, wall switches and similar devices, where the nameplate is attached to the device plate. At all other locations, lettering shall be % inch high, unless otherwise detailed on the Drawings. Nameplates shall be securely fastened to the equipment with No. 4 Phillips, round -head, cadmium plated, steel self -tapping screws or nickel -plated brass bolts. Motor nameplates may be non- ferrous metal not less than 0.003 inch thick, die stamped. In lieu of separate plastic nameplates, engraving directly on device plates is acceptable. Engraved lettering shall be filled with contrasting enamel. Equipment nameplate schedule for all equipment shall be submitted with shop drawing submittal for Engineer's approval. 1.19 SKILLED ELECTRICAL CRAFTSMEN A. Contractor shall employ and staff the project with skilled Craftsmen experienced in the project requirements. B. As a minimum, a Licensed Journeyman Electrician shall be present on the project at all times. C. Other skilled persons shall be present as the project requirements dictate including manufacturers' representatives, start-up technicians, Engineers, etc. END OF SECTION Bid No. 96-24RB — 22 CERTIFICATE OF LIABILITY INSURANCE DATEWMIDD/YYYY) 1/27/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(iss) must have ADDITIONAL INSURED provisions or be endorsed. if SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SUNZ Insurance Solutions LLC 1301 6th Avenue W Bradenton, FL 34205 NAME-" NHME 941 306-3077 FAx Mal: �Mag ADDRESS: INSU S AFFORDING COVERAGE NAIC It Benchmark Insurance Company 41394 INSUREDINSURERA: Decision HR Holdings, Inc. 11101 Roosevelt Blvd N VMRER8: INSURER C : Saint Petersburg FL 33716 INSURERD: INSURER E : INSURER F . 4.wvcrcwases GERTIFIGATE NUMBER Agoanr.7a DCVrCInm w lu mcn. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR NSR TYPE OF INSURANCE POLICY POLICY NUMBER POLICY EFF POLICY EXP LIMITS COMMERCIAL GENERAL LIABNJTY CLAiISS-MADE OCCUR EACH OCCURRENCE $ PREMISES occumffm, $ MED EXP Any one pin) $ PERSONAL & ADV INJURY $ GEWL AGGREGATE LIMIT APPLIES PER POLICY ❑ ,SCOT- LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ OTHER AUTOMOSLELNBLLITY COMB IdenISINGLEuMI $ ANY AUTO BODILY INJURY (Per Person) $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY BODILY INJURY (Per acddent) $ PROPERTY DAMAGE Per accident $ UMBRELLA LU16 OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR i CLAIMS -MADE DED RETENTION $ $ A WORIERSCOMPENSATION AND EMPLOYERS' LIABYdTY Y I N ANYPROPRIETORIPARTNERIEXECUTNE OFFICERIMEMBEREXCLUDED? F N I A WCPEOBN006601 6/1/2016 6/1/2017 srATUTE FR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000.00 (Mandatory In NH) If y� desvibe OF OPERATIONS below DESCRIPTION OF O EL. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AdrbdmW Remarks Schedule, may be allsdwd If more apace Is regukedl Coverage provided for all leaised employees but not subcontractors of: Electrical Contracting Service, Inc Effective date: 6/1/2016 Project Sports Complex Walkway LED City of Tamarac 7525 NW 88th Ave Tamarac FL 33321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUiNORI2FDREPRESENTATIVE J ,S 4 - — Glen J Distefano 01988-2015 ACORD CORPORATION_ All rinhtc rnaan a.N ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 33960576 1 BIC-Decision HR Master i Cortney Horn 1 1/27/2017 11:39:24 AM (EDT) I Page 1 of 1 Client#: 14467 ELECO1 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MIWDD/YYYY) 01/31/17 DP THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. N SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Advanced Insurance Unds, LLC 3250 N. 29th Ave Hollywood, FL 33020 CONTACT Certificate Departmnt PHONE arc No Et): 954 963-6666 qIC No): 954-964-1438 E-MAIL s: Certificateofinsurance@ ADDREINSURER(S) AFFORDING COVERAGE NAIC # INSURER A: United Specialty Insurance Comp 12537 INSURED Electrical Contracting Service, Inc. Hialeah, FL 33016 West 77 Street Hial INSURER B : Commerce and Industry insurance 19410 INSURER C : Phoenix Insurance Company 25623 INSURER D : Charter Oak Fire Insurance Comp 25615 INSURER E : INSURER F GVVtKAGItJ CERTIFICATE NUMBER! RPVlC1A1d allllunro. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR INSR WVD POLICY NUMBER POLICY EFF MM/DD POLICY EXP MMIDD LIMBS A GENERAL LIABILITY X X DCI0001901 1/01/2017 01/01/2018 EACH OCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE IX OCCUR DAM AG T RENTED PREMIS S Ea occurrence) $100 000 MED EXP (Any one person) $5 000 PERSONAL & ADV INJURY $1,000,000 X BI/PD Ded:5,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY X PROJECT LOC $ D AUTOMOBILE LIABILITY X X BA90531196716SEL 9/17/2016 09117/2017 COMBINED SINGLE LIMIT Ea accident 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X NON -OWNED AUTOS BODILY INJURY (Per ( ) $ X PROPERTY DAMAGE Per accident $ B UMBRELLA LIAB OCCUR EBU026141330 3/26/2016 03/26/2017 EACH OCCURRENCE s2,000,000 X X AGGREGATE s2,000,000 EXCESS LIAB I CLAIMS -MADE DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LL481UTY Y / NTORY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED' ❑ N / A WC STATU- OTH- " T ER E.L. EACH ACCIDENT $ E.L. DISEASE - FA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ C Equipment Floater 16607646A940PHX17 1/01/2017 01/01/2018 $546,246 Covered Equip Rented/Leased Eqp $250,000 Aggregate Deductibles 5% Wind/$1 000 AOP DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Certificate Holder is included as Additional Insured under General Liability Policy when required by written contract per End #CG2010 (16/01) and End #CG2037 (10/01). Blanket Waiver of Subrogation applies in favor of certificate holder under General Liability Policy as required by written contract per End #CG2404 (10/93). Blanket Additional Insured and Waiver of Subrogation apply to Commercial Auto Policy as required by written contract per End #CAF079 (04/07). City of Tamarac SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Purchasing & Contracts Division ACCORDANCE WITH THE POLICY PROVISIONS. 7525 NW 88th Avenue Tamarac, FL 33321-2401 AUTHORIZED REPRESENTATIVE ,A�vauso.� cair:suw.xrd Gliccx�oeura�xd, ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1451220/M1448177 DAS Form W-9 Request for Taxpayer Give Form to the (Rev. December 20 Identification Number and Certification requester. not Department of the Treasury ury Internal Revenue Service send to the IRS. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Electrical Contracting Service, Inc. 01i 2 Business nameldisregarded entity name, if different from above a) rn CO a 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: 4 Exemptions (codes apply only to o ❑ Individual/sole proprietor or ❑ C Corporation 0 S Corporation ❑ Partnership ❑ TrusUestate certain entities, not individuals; see N C single -member LLC instructions on page 3): C Limited liabilitycompany. Enter the tax classification C=C corporation, S=S corporation, P= rtnershi 10, Exempt payee code (if any) p Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for Exemption from FATCA reporting c the tax classification of the single -member owner. code (if any) a ❑ Other (see instructions) ► (Appfies to accounts maintained outside the U.S) v 5 Address (number, street, and apt. or suite no.) Requester's name and address (optional) fl 2375 West 77th Street rn 6 City, state, and ZIP code N Hialeah, FL 33016 7 List account numbers) here (optional) Identification Number (7 Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number r backup withholding. For individuals, this is generally your social security number (SSN). However, for a _ m - L resident alien, sole proprietor, or disregarded entity, see the Part 1 instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. or Note. If the account is in more than one name, see the instructions for line 1 and the chart on page 4 for I Employer identification number guidelines on whose number to enter. ITl Under penalties of perjury, 1 certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 3. tin Sgnature Here I UIS.personf► /� ✓6 Date► /)3))--)6/ General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. Information about developments affecting Form W-9 (such as legislation enacted after we release it) is at www.irs.gov/fw9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following: • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding? on page 2. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting, is correct. See What is FATCA reporting? on page 2 for further information. �* Cat. No. 10231X Form W-9 (Rev. 12-2014) ^A'\ Consent for Direct Deposit Form Submitted On: Jan 31, 2017 @ 4:08PM Company Name: Electrical Contracting Service, Inc. Tax Payer ID: 59-2552102 Full Address: 2375 West 77th Street H IA LEAH FL 33016 Full Name: Charles Floyd Title: President/Owner Phone Number: 305-556-0041 Email: ecsinc25@aol.com Bank Name: Bank of America Bank Address: 6625 Miami Lakes Drive East Hialeah FL 33014 ACH Routing 063100277 Number: Account Number: 000502111296 Please attach a https://seamlessdocs.s3.amazonaws.com/attachments%2FC0160710000 voided check, or 16404677%2FgPecLnfkRamvYF4vDV5B_Scan_0288.pdf deposit slip if savings account: Signature Data: Name: First Name: Charles Last Name: Floyd Email: Email Address: ecsinc25@aol.com x nffir seamless • • r 1=LE���T�RICAL C©Nk"T ACTI`�I Si✓RVICI✓ Master Electrician - Licensed & Insured 2375 West 77 Street Residential - Commercial Industrial Hialeah, Florida 33016 Tel. (305) 556-0041 Fax- (305) 820-0553 LETTER of TRANSMTTAL Date:_ F r)D a � b l i Attention: %5.) S" ' w 0 d5✓ c-- 644M / Dp_ Re: 461 L --a y 42rSa r e �-I r.� �o�-+,o/r,� 1 a p� rd- J We Herewith Under S rate Cover # of Conies DescriptioTWO 7-,Ov ,T-;4v ' Aomved as noted Not Approved For Your Use ReW ae & Resubmit For Review 8t Comment Per Your Request f For File Or 0901mtian Other - RLMARKS- Sent : ] Is4 k R-f d BY' Dom: O 'LL a �Dt7 Dam - City of Tamarac Purchasing and Contracts Division CITY OF TAMARAC Bid No. 16-24RB Rebid Sports Lighting Complex LED Project AGREEMENT CHECKLIST E1. Print out two (2) documents for execution b autho rized orized signer. (Usually an officer of the corporation or an agent of the company who is authorized to bind the company in contractual matters as evidenced by a Corporate Resolution). A fully executed original will be returned to you for your files. EJ2. Leave date on Page 1 blank. The date is entered upon City's execution. [✓r3. Make sure the company's Corporate Secretary of record signs, dates and seals (with corporate seal, if available) in the spaces provided on the signature page. The City checks corporate information on-line via the State of Florida Division of Corporations at www.sunbiz.orq. [�r/4. Carefully review the Corporate Acknowledgement and make sure it is notarized and dated on the same day that the actual Agreement was signed. A discrepancy between the date of notarization and the agreement execution date may cause delays in processing. [�f& The Deadline to return the executed document for this Agreement is Thursday, February 2, 2017 by COB. Please return two (2) copies of the executed documents to the attention of the Purchasing & Contracts Manager, 7525 NW 88th Avenue, Room 108, Tamarac Florida 33321. For telephone inquiries, contact the Purchasing Office at 954-597-3570. Email inquiries can be sent to Andrew. Rozwadowski(D_tamarac off. [✓f6. Make sure executed documents are returned on or before the above deadline, preferably by a shipment method that allows tracking, i.e. US Postal Service Express Mail or Priority Mail with delivery confirmation, UPS or overnight courier. /,1 OiiAr [�f7. Prepare Certificates of Insurance per the requirements of the agreement naming the city as an additional insured. (Click and complete the 3 links in purple below) [�8. Access the online Vendor Registration Portal and prepare and return current W-9 Form, and request for Direct Deposit E4 Payment and Performance Bo nd and Forms are not required to be returned with the signed Agreement; however, these forms are due within fourteen (14) calendar days following award by the City of Tamarac City Commission. Please remember that these MUST be recorded with recorded with Broward County Clerk in accordance with Special Condition Clause no. 17 Failure to follow the above guidelines may require the City to return the documents for re-signing. City of Tamarac CITY OF TAMARAC Bid No. 16-24RB Rebid Sports Lighting Complex LED Project and Contracts Division AGREEMENT CHECKLIST I vJ 1. Print out two (2) documents for execution by authorized signer. (Usually an officer of the corporation or an agent of the company who is authorized to bind the company in contractual matters as evidenced by a Corporate Resolution). A fully executed original will be returned to you for your files. [1 2. Leave date on Page 1 blank. The date is entered upon City's execution. [J�3. Make sure the company's Corporate Secretary of record signs, dates and seals (with corporate seal, if available) in the spaces provided on the signature page. The City checks corporate information on-line via the State of Florida Division of Corporations at www.sunbiz.org. [04. Carefully review the Corporate Acknowledgement and make sure it is notarized and dated on the same day that the actual Agreement was signed. A discrepancy between the date of notarization and the agreement execution date may cause delays in processing. E�5. The Deadline to return the executed document for this Agreement is Thursday, February 2, 2017 by COB. Please return two (2) copies of the executed documents to the attention of the Purchasing & Contracts Manager, 7525 NW 88th Avenue, Room 108, Tamarac Florida 33321. For telephone inquiries, contact the Purchasing Office at 954-597-3570. Email inquiries can be sent to Andrew. Rozwadowski@tamarac.org. [�J'6. Make sure executed documents are returned on or before the above deadline, preferably by a shipment method that allows tracking, i.e. US Postal Service Express Mail or Priority Mail with delivery confirmation, UPS or overnight courier. Rr7. Prepare Certificates of Insurance per the requirements of the agreement naming the city as an additional insured. (Click and complete the 3 links in purple below) Z"8. Access the online Vendor Registration Portal and prepare and return current W-9 Form, and request for Direct Deposit [(9. Payment and Performance Bond Forms are not required to be returned with the signed Agreement; however, these forms are due within fourteen (14) calendar days following award by the City of Tamarac City Commission. Please remember that these MUST be recorded with recorded with Broward County Clerk in accordance with Special Condition Clause no. 17 Failure to follow the above guidelines may require the City to return the documents for re-signing.