Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-129Temp. Reso. 12841 11/9/2016 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2016-L? A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NO. 16- 21B TO AND APPROVING AN AGREEMENT WITH MBR CONSTRUCTION, INC. FOR THE CONSTRUCTION OF CITYWIDE BUFFER WALL PROJECT PHASE IIA, IN ACCORDANCE WITH BID NO. 16-21 B FOR A CONTRACT AMOUNT OF $325,350.72; A CONTINGENCY IN AN AMOUNT OF $32,535.07 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $357,885.79; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; AUTHORIZING AN APPROPRIATION OF $12,135.79; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, as part of the recently completed Major Arterial Corridor Study it was determined that the City will move forward with the Buffer Wall component of the Study, which includes the design and construction of neighborhood buffer wall treatments for various parts of the City; and WHEREAS, the Citywide Buffer Wall Project located on the north side of Commercial Boulevard, between NW 50th Avenue and NW 49th Avenue is considered Phase IIA of this program; and WHEREAS, the Citywide Buffer Wall Project Phase IIA consists of approximately 880 Linear Feet of a precast system buffer wall, together with associated concrete and restoration work, and Temp. Reso. 12841 11 /9/2016 Page 2 of 5 WHEREAS, the construction element for Bid No. 16-21 B including, but not limited to, concrete foundations, retaining walls, concrete columns and precast wall panels, together with associated concrete work, restoration and sod installation; and WHEREAS, the City of Tamarac publicly advertised Bid No. 16-21 B Citywide Buffer Wall Project Phase IIA on July 10th, 2016, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on August 17th, 2016, the City of Tamarac received two (2) proposals for the Citywide Buffer Wall Project Phase IIA, a bid tabulation is hereto attached as "Exhibit 1 "; and WHEREAS, staff determined the lowest responsive and responsible bidder to be MBR Construction, Inc.; and WHEREAS, MBR Construction, Inc. possesses the required knowledge and experience to construct Citywide Buffer Wall Project Phase IIA and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of Bid No. 16- 21 B; and WHEREAS, it is the recommendation of the Public Services Director, Financial Services Director, and Purchasing and Contracts Manager that the appropriate City officials award Bid No. 16-21 B and execute the Agreement with MBR Construction, Inc. for the Citywide Buffer Wall Project Phase IIA along the north side of Commercial Boulevard between NW 50th Avenue and NW 49th Avenue as "Exhibit #2"; incorporated herein and made a specific part of this Resolution; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid No. Temp. Reso. 12841 11 /9/2016 Page 3of5 16-21 B and execute the agreement for the Citywide Buffer Wall Project Phase IIA with MBR Construction, Inc. for a contract cost of $325,350.72 and a contingency in the amount of $32,535.07, for a total project budget of $357,885.79. 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. 16-21 B to MBR Construction, Inc. and approves an Agreement between the City of Tamarac and MBR Construction, Inc. ("The Agreement") and the appropriate City officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 2", to provide for the Citywide Buffer Wall Project Phase IIA. SECTION 3: An expenditure for a contract cost of $325,350.72 and a contingency in the amount of $32,535.07, for a total project budget of $357,885.79 for said purpose is hereby approved. E Temp. Reso. 12841 11 /9/2016 Page 4 of 5 SECTION 4: Funding for the Citywide Buffer Wall Project Phase IIA for a contract cost of $325,350.72 and a contingency in the amount of $32,535.07, for a total project budget of $357,885.79 is available in Project Number GP15G in the Corridor Improvement Fund in the amount of $345,750.00; and will require an appropriation of $12,135.79 and will be included in a budget amendment pursuant to F.S. 166.241(2). 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 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. 1 J J Temp. Reso. 12841 11/9/2016 Page 5 of 5 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED thisday of 2016. ATTEST: w - ■ ■ 'CITY CLERK F I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SA EL S. ORE CITY ATTORNEY :J — i 1��k HA RY DRESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BUSHNELL DIST 2: COMM. GOMEZ DIST 3: VICE MAYOR GLASSER DIST 4: COMM. PLACKO D m � 3 Q. O 1 -% m 0 00 ` � O O M Ns 0 m CL OG N � A �. m City of Tamarac " Purchasing and Contracts Division CITYWIDE BUFFER WALLS PHASE II A AGREEMENT BETWEEN THE CITY OF TAMARAC AND MBR CONSTRUCTION, INC. ^ay THIS AGREEMENT is made and entered into this of 204 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 MBR Construction, Inc., a Florida corporation with principal offices located at 1020 NW 51 st Street, Fort Lauderdale, Florida 33309, (the "Contractor') to provide for all labor and materials to construct Buffer Walls in Phase II A of the City of Tamarac Citywide Buffer Wall Program generally located on the north side of Commercial Boulevard, between NW 50th Avenue and NW 49th Avenue, Tamarac, Florida. 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. 16-21 B— Citywide Buffer Wall Installation — Phase II A, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid dated August 10, 2016 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. 16-21 B as issued by the City, and the Contractor's Proposal, Bid No. 16-21 B 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 for the construction of the Citywide Buffer Walls Phase I IA Project, Bid No. 16-21 B. The project is generally located on the north side of Commercial Boulevard, between NW 50th Avenue and NW 49th Avenue, Tamarac, Florida. The work shall include, but not be limited to, site preparation, construction of a new pre -cast concrete buffer wall system and associated work, concrete work, restoration and sod installation. The Contractor shall furnish all labor, materials, tools, and equipment necessary to City of Tamarac Purchasing and Contracts Division complete this project, as indicated in the, Special Conditions, Special Provisions, Project Design Plans, Technical Specifications, and Bid No. 16-21 B Documents herein. 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. 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 and Bonds 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. The following specific requirements apply to this Agreement: City of Tamarac Purchasing and Contracts Division Insurance Requirements Line of Business/ Coverage Occurrence I Aggregate Limits Commercial General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard $1,000,000 $1,000,000 Products/Completed Operation Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000.00 1 $1,000,000.00 Workers' Compensation & Statutory Employer's Liability 3.3. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. 3.4. All insurance carriers shall be rated at least A-VII per A.M. Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 3.5. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self - insured retentions. 3.6. 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. 3.7. Performance and Payment Bonds: 3.7.1 Within fifteen (15) calendar days after contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the City a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in of Tamarac IPurchasing and Contracts Division accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of One - Hundred Percent (100%) of the bid award. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Payment and Performance Bonds must be submitted on City forms, included herein. 3.7.2 Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective of faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. 3.7.3 Pursuant to the requirements of Chapter 255.05 (1) (b), Florida Statutes, the Contractor shall ensure that the Bond or Bonds referenced above shall be recorded in the Public records of Broward County. Proof of recording must be submitted to the City prior to issuance of a purchase order. One (1) set of originals is required. 4) 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 150 days from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, 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 n City of Tamarac Purchasing and Contracts Division 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 Three Hundred Twenty -Five Thousand, Three Hundred Fifty Dollars and Seventy -Two cents ($325,350.72) in accordance with the unit price schedule included herein as Attachment A. 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. 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. 7.3 Liquidated Damages: Upon failure of the Contractor to complete each individual requirement within the specified and mutually agreed upon time frame (plus approved extensions, if any) the Contractor shall pay to the City the sum of Three -Hundred Dollars ($300.00) for each calendar day after the time specified for completion and readiness for final payment. This amount is not a penalty but liquated damages to the City. Liquidated damages are W City of Tamarac " I Purchasing and Contracts Division hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of the Contractor to complete the Contract on time. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor. The amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall also be responsible for reimbursing City the total of all monies paid by the City to the engineer for additional engineering, inspection and administrative services until the work is complete. 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. 2 of Tamarac Purchasing and Contracts Division 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 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 rA of Tamarac Purchasing and Contracts Division 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. 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 one (1) year 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 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. 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 of Tamarac I Purchasinq and Contracts Division 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 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 9 City of Tamarac Purchasing and Contracts Division limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 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 MBR Construction, Inc. 1020 NW 51 st Street Fort Lauderdale, FL 33309 ATTN: Michael R. Boss, President 10 Citv of Tamarac (954) 486-8404 Telephone (954) 486-9579 Fax mboss(D-mbrconstruction.com 17) Termination Purchasing and Contracts Division 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. 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 and Audits 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 that ordinarily and necessarily would be 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 that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and 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 11 of Tamarac Purchasing and Contracts Division 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 tha 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 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, 12 City of Tamarac Purchasing and Contracts Division storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 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) 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 CITYCLERK@TAMARAC.ORG 13 City of Tamarac Purchasing and Contracts Division 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. TY F TAMARAC Harry D Vssler,Uayor I/�/04 ablate ,f A _ _ ichael C. Cernech, City Manager [ 1- 8-16 _ Date City Clerk OF T,q •�' -}� '; Ap ro ed as to form nd legal sufficiency: Date ��5 = ec r3 Ep ' QZ Cit: Attorney .,��0� ...... �e,``�• Date ATTEST: MBR CONSTRUCTIO" Company Na i Signat f Corporate Secretary nat resident/Own Wendy S. Cole Corporate Secy. (CORPORATE SEAL) Michael R. Boss President Date 14 of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY OF 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 Michael R. Boss, President of MBR Construction, Inc. 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 - _ r., 20_'� ASignature of Notary Public +..State of Florida at Larae YMev COIF. TAWOWWW1 21, 2011 WW Personally known to me or ❑ Produced Identification Type of I.D. Produced [� DID take an oath, or ❑ DID NOT take an oath. 15 City of Tamarac Purchasing and Contracts Division Attachment A UNIT PRICE SCHEDULE OF VALUES Commercial Blvd Buffer Wall Phase IIA (NW 50th Avenue to NW 49th Avenue) ITEM NO. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT COST TOTAL COST 1. Mobilization /Demobilization 1 LS $ 16,266 $ 16,266.00 2. Maintenance Of Traffic 1 LS $ 32,911.00 $ 32,911.00 3. Record Drawings 1 LS $ 6,370 $ 6,370 4. Erosion Control 1 LS $ 1,900 $ 1,900 5. Site Preparation & Demolition 1 LS $ 28,194 $ 28,194 6. Pre -Cast Concrete Wall 880 LF $ 260.93 $ 229,618.40 7. 4" Thick New Concrete Fill 162 SY $ 30.58 $ 4,953.96 8. Sod (St. Augustine) 3488 SF $1.47 $ 5,127.36 9. Consideration for Indemnification 1 LS $10.00 $10.00 Total Bid $325,350.72 T:7 INSTR # 114065374 Recorded 11/29/16 12:43:15 PM Broward County Commission Deputy Clerk 5010 #1, 9 Pages This is the front page of the performance/payment bond issued in compliance with Florida Statute Chapter 255.05 Surety Name: Liberty Mutual Insurance Company 175 Berkeley Street Boston, MA 02116 678-417-3379 Bond Number: 016067372 Contractor Name: MBR Construction, Inc. 1020 NW 51 st Street Ft. Lauderdale, FL 33309 954-486-8404 Owner Name: City of Tamarac 7525 NW 88th Ave. Tamarac, FL 33321 954-597-3570 Project Number: Bid No. 16-21-B Project Description: Citywide Buffer Walls - Phase II A Project Address: Tamarac, Florida Legal Description of Property: Citywide Buffer Walls - Phase II A This is the front page of the bond. All other pages are subsequent regardless of the pre-printed numbers. J City of Tamarac Purchasing & Contracts Division Bond No. 016067372 FORM PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirements of Florida Statute 255.05, we, *************** MBR Construction, Inc. , as Principal, hereinafter called CONTRACTOR, and, Liledy Mutual Insurance Company as Surety, are bound to Pp City of Tamarac, Florida,Tho„a s Obligee, hereinafter called OWNER, in the amount of TM-ww riftyan.,7?.400 Dollars ($ 325,350.72 ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: 16-21B awarded the day of , 2016, with OWNER for Citywide Buffer Walls - Phase IIA which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment. Page 1 of 3 City of Tamarac Purchasing & Contracts Division 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this21stday of November , 2016. WITNESSES SEE ATTACHED POWER OF ATTORNEY Secretary (AFFIX SEAL) IN THE PRESENCE OF: MBR Construction, Inc. Principal Name and Title signed above Liberty Mutual Insurance Company Surety Michael A. Holmes, Attorney -In -Fact BY Signature and Title Michael A Holmes. Attorneyln-4act = 4 Type Name and Title signed, abdVe .µ X.. ^ 3 r INSURANCE COMPANY: Brown & Brown of Florida, r M M1.t�"ii By Agent and Attorney-in-Fact-MichaleI A. Holmes 1401 Forum Way, 4th Floor Address West Palm Beach, FL 33401 City/State/Zip Code 561-686-2266 Telephone Page 2 of 3 City of Tamarac Purchasing & Contracts Division ACKNOWLEDGMENT FORM PAYMENT BOND State of County of - �f On this the c�- day of L.," , 20J1 , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by:i of (Name of Corpf� rate Officer) - (Title) M � `.� fVc �y�— a �of-I' -" (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation WITNESS my hand and official seal. NOTAR4 PUBLIC, STATE OF - J NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, o Type as Commissioned) WENOY COLE Notary Public - sate of Florida ersonally known to me, or .y Commission #t FF 119689 S1• •q��n�..•' My Comm. Expires Aug 28, 2018 O Produced identification: (Type of Identification Produced) DID take an oath, or O DID NOT take an oath CERTIFICATE AS TO PRINCIPAL `` certify that I am the Secretary of he Corporation fjl , rY p named as Principal in the foregoing Payment Bond; that D who signed the Bond on behalf of the Principal, was then Ere 1 ' of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, se I -2# ye t� tof said urlCorporation by authority of its governing body. 1020 R� w` � REET FORT LAB :' �; FL 3330C ..f i " 954-486 84 �t .. b4-486-9579 (AFFIX SL) - .yY (Name of Corporation) ,� , Page 3 of 3 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of -Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7350258 American Fire and Casualty Company liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire& Casualty Company and The Ohio Casualty insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Deborah Dickson; Gerald J. Arch; James F. Murphy; Michael A. Holmes all of the city of WEST PALM BC H state of FL each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act andr deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 29th day of April 2016 n CAS Av INs{, t vs ,z N tr su4. American Fire and Casualty Company �J�tx9,� The Ohio Casualty Insurance Company r Liberty Mutual Insurance Company a 1906 0 0 1919 r 1912 1991 r x x West merican Insurance Company t- # t * * By. STATE OF PENNSYLVANtA ss David M. Care , Assistant Secretary COUNTY OF MONTGOMERY dtm Onthis 29th day of April , 2016before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v v d Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, p 2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. N 6. > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. l0 9N PAS. COMMONWEALTH OF PENNSYLVANIA ONW < Notarial Seal 7 � •� i,� uo ry �• Teresa Pastella, Notary Public By: C ` or Plymouth Twp , Montgomery County Teresa Pastella, Notary Public d My Commission Expires March 28, 2017 3 rO y Member, Pennsylvania Association of Notaries 0 C p This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations ofArnerican Fire and Casualty Company, The Ohio Casualty Insurance .N Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ram." M ARTICLE N— OFFICERS —Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject O t# to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, d .= acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective =p E powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so C td executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under > the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. R C ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, E > and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalfofthe Company to make, execute, O seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their Z v respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so C 0 executed such instruments shall be as binding as if signed by the president and attested by the secretary. p Certificate of Designation The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds; recognizances and other surety . obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of anyr power of attorney issued by the Company in connection with surety bonds, shall be validrandbinding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, ofAmerican Fire and Casualty Company, The Ohio Casualty insurance Company; Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. Owam6vr IN TESTIMONY WHEREOF, I have hereuntp set my haridand affixed the seals of said Companies th' day of , 20 I XJ Qh1t3 C4.5'{J �YY IN.S{,r .,` A �. �q.�1135ttggn yy 4. oar;rrcgr^k JP oY.�raru R ,�J�cyp wq ��. '/1 C. �tr.3'Cxyr C` 1906 R 0 1919" n 1,912 1991 By: y x Gregory W. Davenport, Assistant Secretary ....,, ate,. •. .o _., ..: � _. .' 81 of 100 LMS 12873 122013 , City of Tamarac Purchasing & Contracts Division Bond No. 016067372 FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement of Florida Statute 255.05, we, **************** MBR Construction, Inc. , as Principal, hereinafter called CONTRACTOR, and, Liberty Mutual Insurance Company as Surety, are bound to MbegUAli MW-96QUg&Ias Obligee, hereinafter called OWNER, in the amount of Three Hundred Fifty and 72/1on Dollars, ($325,350.72 ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: 16-21B awarded the day of , 2016, with OWNER for Citywide Buffer Walls - Phase IIA which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Fully performs the Contract between the CONTRACTOR and the OWNER dated November 9 , 2016, for the Citywide Buffer Walls - Phase IIA within calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or Page 1 of 4 City of Tamarac Purchasing & Contracts Division 4.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this 21stay of November , 2016. MBR Construction, Inc. Principal By a . Type Name Title signed above Liberty Mutual Insurance Company Surety SEE ATTACHED POWER OF ATTORNEY Michael A. Holmes, Attorney -In -Fact Secretary By � (AFF!CkSEALj� Sig nature and Title �' r . 1`31 � c, � Michael A. Holmes, Attorney -in -Fact y Type Name and Title signed above Page 2 of 4 City of Tamarac Purchasing & Contracts Division IN THE PRESENCE OF: State of p i, c� County of���' INSURANCE COMPANY: Brown & BrowaoffliFlorida, Inc7>< hs�—� — By Agent and Attorney -in -Fact -Michael A. Holmes 1401 Forum Way,, 4th Floor Address West Palm Beach, FL 33401 City/State/Zip Code 561-686-2266 Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND On this the I I day of _-, 20k, , before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBQIC SEAL OF OFFI o; rY(7) j t of (Title) C10Y (State of Corporation) NOTA ATE OF ` WENDY COLE (Name of Notary Public: Print, Notary Public - state of Florida Stamp, or Type as Commissioned) Commission M FF 119689 My Comm. Expires Aug 28, 2018 Personally known to me, or Cl Produced identification: (Type of Identification Produced) DID take an oath, or ❑ DID NOT take an oath Page 3 of 4 City of Tamarac Purchasing & Contracts Division CERTIFICATE AS TO PRINCIPAL certify that I am the Secretary qj-thA Corporation named as Principal in the foregoing Performance Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Page 4 of 4 ' MBRCO-2 OP ID^FI CERTIFICATE OF LIABILITY INSURANCE r ATE(MM/DD08/01 /2016/YYYY) 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 TE BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED _"RESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. 1ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Andrew Noye, CIC, CRIS Brown &Brown of Florida, Inc. PHONE 1201 W Cypress Creek Rd # 130 C No, o EXt :954-776-2222 FAAic, No ; 954-776-4446 P.O. Box 5727 E-MAIL Ft. Lauderdale, FL 33310-5727 ADDRESS: Andrew Noye, CIC, CRIS INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Gemini Insurance Co.+ 10833 Attn:INSURED MBR Construction, Inc. INSURER B : North River Insurance Company+ 21105 1020 Ron /Mike Boss INSURER C : Bridgefield Employers Ins. Co+ 10701 1020 NW 51 Street Ft. Lauderdale, FL 33309 INSURER D : Houston Casualty Company+ 42374 INSURER E : INSURER F COVERAGES CFCTICI!`ATC �„ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED KC V ISIUN NUMt31ILK: TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR VGGPOO1929 EACH OCCURRENCE $ 10 11000,000 02/22/2016 02/22/2017 PREMAGE ISES Fa occurrence) $ 100,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'POLICY GATE LIMIT APPLIES PER: POLICY a PRO- ❑ LOC GENERAL AGGREGATE $ 2,000,000 JECT PRODUCTS - COMP/OP AGG $ 2,000,000 OTHER: imp Ben. $ 1 000,000 j UTOMOBILE 1 LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO Ea accident BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS AUTOS HIREDAUTOS NON -OWNED AUTOS PROPERTYDANIAGE $ Per accident X UMBRELLA LIAB X OCCUR B EXCESS LIAB EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 12,000,000 CLAIMS -MADE 5821047297 02/22/2016 02/22/2017 DED I X I RETENTION $ 0 WORKERS COMPENSATION PER OTH- C AND EMPLOYERS' LIABILITY Y / N STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N / A 83051338 08/05/2016 08/05/2017 (Mandatory in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEEI $ 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,00 D Professional HCC1664562 02/22/2016 02/22/2017 Per Claim 1,000,000 Liability Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) r`CDTI CIr"ATC u�, nrn MI IVIY TAMACTY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE - City of Tamarac THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ( Building Department ACCORDANCE WITH THE POLICY PROVISIONS. 6011 Nob Hill Road 1st Fir Tamarac, FL 33321-6200 AUTHORIZED REPRESENTATIVE v "lauu-21J14 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD