Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2014-015Temp. Reso. 12443 February 12, 2014 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2014 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING RFP 13-17R TO AND APPROVING AN AGREEMENT WITH SAFE AIR CORPORATION FOR THE TAMARAC VEHICLE EXHAUST SYSTEM PROJECT IN ACCORDANCE WITH RFP 13-17R FOR A CONTRACT IN THE AMOUNT OF $120,389.59; A CONTINGENCY IN THE AMOUNT OF $18,058.00 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $138,447.59; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is responsible for maintaining and operating a fleet of vehicles and fire equipment; and WHEREAS, the City of Tamarac is committed to the safety and well-being of City employees; and WHEREAS, it has been determined that the vehicle exhaust systems at Fire Station No. 15 located at 6000 Hiatus Road, Fire Station No. 41 located at 7501 NW 88th Avenue, and the Fleet Maintenance Facility located at 6011 Nob Hill Road require improvements; and WHEREAS, on June 16, 2013 the City published RFP No. 13-17R for Tamarac Vehicle Exhaust System Project, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, the City received and opened three (3) submittals, and an Evaluation Committee, facilitated by the Purchasing and Contracts Manager and Temp. Reso. 12443 February 12, 2014 Page 2 of 4 comprised of the of the Assistant Fire Chief --Operations, Asst. Director of Public Works/ City Engineer, Public Works Operations Manager, Fleet Supervisor, and Management & Budget Analyst II, reviewed and evaluated the submittals; and WHEREAS, the Evaluation Committee evaluated the submittals per RFP 13-17R and subsequently ranked the submittals based on the total scores, a copy of the Evaluation Tabulation is hereto attached as Exhibit 1; and WHEREAS, based upon the Evaluation Scores, the top ranked firm is Safe Air Corporation; and WHEREAS, the Director of Public Services and the Purchasing and Contracts Manager recommend the City of Tamarac execute an Agreement with Safe Air Corporation for the Tamarac Vehicle Exhaust System Project; 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 execute an Agreement with Safe Air Corporation for the Tamarac Vehicle Exhaust System Project. 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 RFP No. 13-17R to Safe Air Corporation, and approves an Agreement between the City of Tamarac and Temp. Reso. 12443 February 12, 2014 Page 3 of 4 Safe Air Corporation ("The Agreement"), and the appropriate City officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 2", respectively, for the Tamarac Vehicle Exhaust System Project. SECTION 3: An expenditure for a contract amount of $120,389.59; a contingency in the amount of $18,058.00 will be added to the project account, for a total project budget of $138,447.59 for said purpose is hereby approved. SECTION 4: Funding for the Tamarac Vehicle Exhaust System Project for a contract amount of $120,389.59; a contingency in the amount of $18,058.00 will be added to the project account, for a total project budget of $138,447.59, which is available in Project Number FR13A in the Capital Equipment Fund and the General Capital Project Fund. SECTION 5: The City Manager, or his designee, are hereby authorized to make changes, issue change orders in accordance with section 6-147 (j) of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. SECTION 6: All budget amendments for proper accounting purposes are hereby authorized. SECTION 7: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 8: 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. Temp. Reso. 12443 February 12, 2014 Page 4 of 4 SECTION 9: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this j �` day of 2014. HARRY DRESSLER MAYOR ATTEST: PATRICIA TEU L, CMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BUSHNELL DIST 2: VICE MAYOR GOME DIST 3: COMM. GLASSER44 I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM September 27, 2013 TR 12443 - EXHIBIT 1 VEHICLE EXHAUST SYSTEMS RFP 13-17R Committee Evaluation Totals ` ,roposer's Name Air Vacuixrn Clan �►1ir Safe Air Corp. Corp. tart�ete No Conflict of Interest X X X Proposed Cost $79,561 $98,593.05 $98,161 ` QC1al es once M1X 20 ollS Assistant Fire Chief, Operations 15 16 20 Asst. Director of PS/PW - City Engineer 12 17 15 Operations Mgr, PS/PW 12 20 20 Fleet Superintendant 12 17 15 Management & Budget Analyst II 17 17.5 20 Services to Be Provided (Max 30 points) Assistant Fire Chief, Operations 15 20 30 Asst. Director of PS/PW - City Engineer 18 28 22 Operations Mgr, PS/PW 20 29 25 Fleet Superintendant 23 26 23 Management & Budget Analyst II 26 1 30 1 28.5 Qula� # q P. taseriEx C..t. ertise Max„30„ Dints P { } Assistant Fire Chief, Operations 15 25 30 Asst. Director of PS/PW - City Engineer 22 25 25 Operations Mgr, PS/PW 15 30 25 Fleet Superintendant 18 25 25 Management & Budget Analyst II 26.5 26.2 30 Cost,(Price) (IV ax 20 points) Assistant Fire Chief, Operations 20 16.14 16.21 Asst. Director of PS/PW - City Engineer 20 16.14 16.21 Operations Mgr, PS/PW 20 16.14 16.21 Fleet Superintendant 20 16.14 16.21 Management & Budget Analyst II 20 16.14 16.21 TOTAL POINTS Assistant Fire Chief, Operations 65 77.14 96.21 Asst. Director of PS/PW - City Engineer 72 86.14 78.21 Operations Mgr, PS/PW 67 95.14 86.21 Fleet Superintendant 73 84.14 79.21 Management & Budget Analyst II 89.5 89.84 94.71 366.5 432.4 434.55 TOTAL°FNMN .; 3 2 1 AGREEMENT BETWEEN THE CITY OF TAMARAC AND SAFE AIR CORPORATION THIS AGREEMENT is made and entered into this /o�day of 014 by and between the City of Tamarac, a municipal corporation with principal offi s located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Safe Air Corporation, a Florida corporation with principal offices located at 850 S. Tamiami Trail, Sarasota, FL 34230 (the "Contractor") to provide and install vehicle exhaust systems at Fire Station No. 15, Fire Station No. 41, and the Public Services Fleet Services Maintenance Building, Tamarac, FL. 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, RFP Document No. 13-17R, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), Scope of Work, all addenda, the Contractor's RFP original proposal plus proposal addendums No. 4085 and 4107 dated 10/23/2013 and 11/15/2013 respectively (Exhibit 1), 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 13- 17R as issued by City, and Contractor's Proposal, 13-17R 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 Document, 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 Agreement 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 3.1. Contractor shall obtain at Contractor's expense all necessary Insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, Builder's Risk, and all other Insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such Insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all Insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. 3.2. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such Insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 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 substantially completed within (120) calendar 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 City in accordance with the Schedule included in Agreement the Contract Documents. In the event any delays in the pre -construction or construction portion of work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or otherwise outside of control of either party hereto, then the parties shall agree on an equitable extension of 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 Twenty Thousand Three Hundred Eighty Nine Dollars and fifty-nine cents ($120,389.59). 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. 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 Agreement 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 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 City and 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 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 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 4 Agreement 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 not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 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 shall provide a Limited Life Time Warranty for all air cleaners, blowers, hose reels, and controls providing the equipment is being maintained in Agreement accordance with Safe Air/Maintenance procedures and that replacement filters are provided by Safe Air Corporation or approved OEM Supplier except for equipment failure due to misuse, abuse, or acts of nature such as electrical or storm damage. 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 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. 12.3 The City and Contractor recognize that various provisions of this Agreement, including but not limited to this Section, provide for indemnification by the Contractor 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 Contractor. Furthermore, the City and Contractor 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 Contractor's responsibility to indemnify. 13) Non -Discrimination & Equal Opportunity Employment During the performance of the Contract, the Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, gender, national origin, sex, age, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, religion, color, gender or national original, or disability. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions Agreement of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 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, 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 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 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 Agreement CONTRACTOR: Safe Air Corporation. 850 S. Tamiami Trail Sarasota, FL 34230 (941) 955-0911 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 the terminating party to the other party 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. 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 that ordinarily and necessarily would be required by the City in order to perform the service; 18.1.2 Provide the public with access to such public records on the same terms s that the City would provide the records and at a cost that does not exceed that provided in chapter 119, Fla. Stat., or as otherwise provided by law; 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 Meet all requirements for retaining public records and transfer to the City, at no cost, all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency. 18.2 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Agreement and the City shall enforce the Default in accordance with the provisions set forth in Article 17, "Termination", herein. e _ 8 Agreement 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 extent of such prohibition or unenforceability without invalidating remaining provisions hereof or affecting validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect 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 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. 9 Agreement 24) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. 25) No Construction Against Drafting Party Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 26) Contingent Fees Contractor warrants it has not employed or retained any company or person, other than a bona fide employee working solely for Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. Balance of Page Intentionally Left Blank Agreement 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. CITY O T MARAC F TA HA R DRESSL 0 ER, MAYOR : ate ESTABLISHED'. 4= �OO 1963 AT �y'., SEAL :'� i ael C. Cernech, City Manager w ��• Patricia A. Teufel, CM ' " Date City Clerk �3 Approv d/to rm and legal sufficiency: Date ATTEST: Signatu of Corporat a ary Wayne A. Lutz Type/Print Name of Corporate Secy. (CORPORATE SEAL) Cei►'1110111 SAFE AIR CORP. pan —am e x Signature of President Laura J. Lutz Type/Print Name of President 0- 1 3� Date Agreement CORPORATE ACKNOWLEDGEMENT STATE OF 0eW SS COUNTY OF 1 MCOL- cam : 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 Laura Lutz, President of Safe Air Corp., 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 , 2844 3 Signature of Notary Public State of Reba at Large Touron Clayton new'-wrT Notary Public New JNMy - My Cornrnision Epp m 5-8-201 i No. 242001 Print, Type or Stamp Name of Notary Public ❑ Personally known to me or �j� Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath Agreement EXH I BIT 1 Safe Air Corporation , irFiltradon &EhW"nmental Products July 24, 2013 City of Tamarac Purchasing & Contracts Division Room 108 Attn: J. Nicotra 7525 NW 88`h Avenue Tamarac, FL 33321 Subject: RFP-13-17R/Vehicle Exhaust System Project We would like to thank you for the opportunity to work with City of Tamarac in a continued effort to protect your County fire fighters and personnel from the carcinogenic effects of vehicle exhaust emissions in your fire stations. We are confident that we can play a continued and critical role in providing you with a user friendly turn key solution that will be a valuable part of your Department's Health and Safety Plan for years to come. Safe Air Corp has been designing, installing and servicing air filtration and environmental systems for over fifteen years. As owner, I have 35 plus years of personal experience in the industry. I started at the age of 16 in a family company called Anti - Pollution Equipment Corp. where I started as a service technician and later moved up to co-owner. In the late 80's I co-founded P1ymoVent Corporation and was instrumental in the design and development of the Fire Vehicle Exhaust Extraction market in the U.S. Safe Air Corp's qualifications are second to none. We have installed more vehicle exhaust extraction systems in Florida fire stations than any other manufacturer or dealer in the state; our systems are still in service after nearly two decades. We have provided local fire department references as you requested but have many more if you would like them to be made available. We'd like to invite you to visit Margate FD in Broward County to witness firsthand the quality and workmanship of the same system that we would be providing your Dept. Safe Air Corp is the exclusive dealer for Airflow System in the State of Florida and has fully trained service personnel and will have a parts depot located in Hollywood, Florida to service your equipment and filter needs. We will provide on -site service to your stations when needed. Safe Air Corp. will provide a limited life time warranty on your system as long as the original equipment replacement filters are utilized. Safe Air Corp. will be providing in this bid our new state of the art service dispatch system which will remotely monitor the operation of your central ventilation system and will give both Safe Air Corp and the Fire Dept. notification of when service is needed. This control system monitors critical functions such as loss of power, dirty filter, fire alarm, and three other custom tailored alarms. The City of Tamarac area has special code requirements that Safe Air Corp. has worked with many times. The drawings are produced and sealed by a Florida State licensed professional engineer. This alliance allows us to work with your County building dept. in a more efficient manner to expedite the permit process. Safe Air Corp.'s building contractor number is CBC#1256765 and is a MBE Corporation in good standing. Please see business qualifications and certificates in Tab 1. All other qualifications related to companies or products can be seen in enclosed tabs. Safe Air Corp. has never had any litigations or unresolvable disputes. Our ability to communicate with our customers and our ability to meet specific deadlines with quality products and services eliminates conflicts and misunderstandings. In closing, we would like the opportunity to meet with the evaluation committee to allow us an oral presentation of our proposal at which time we will bring in samples of our equipment which will include the air cleaners/hose reel system to be provided, electrical controllers and the auto dispatch system. Also, we will have for your questioning the key members of Safe Air Corp. and its subcontracting principals. We look forward to working with City of Tamarac in a growing relationship of a mutual benefit. Thank you for the opportunity to serve you. Sincerely, Wayne A. Lutz CEON.P. of Sales P.O. Box 3077 Sarasota Florida 34230-3077 Email: safeairkmonmouth.com 800-798-8820 P.O. Box 3077 Sarasota, FL 34230-3077 Ph:941.955-0911 Fax: 941-955-0910 info@safeairco.com Project Approach and Management Safe Air Corp is very familiar with providing the scope of work and services that the City of Tamarac requires. Our many years of experience allow us to efficiently manage all aspects of the project. The following is a project walk thru that will outline the milestone and the completion of the project. 1. Pre -Project Conference — Safe Air Corp will hold a pre -project conference that will include all installation and project managing personnel that will be utilized on the project along with all responsible parties of the City of Tamarac. This pre -project meeting will outline in detail the specific stations that the county wishes to start with along with any details, which may be pertinent to their installation and or interruption of power if applicable to install upgraded electrical service. 2. Station Demolition/Installation Timeline — It will require approx. one week for mobilization, demolition and removal from site of existing system in Station 15 & 41. It will require approx. one week to install each station. This includes the mounting of the air cleaners, service or upgrading of existing exhaust systems and the installation of the electrical systems. The timeline for all stations to be complete would be approx. 6 weeks if we utilize only one installation team. If a more aggressive installation schedule is required, Safe Air Corp. can mobilize two installation teams to meet earlier completion. 3. Start-up- Safe Air will provide a start-up and inspection to this project where members of the City of Tamarac will complete a job walk thru to approve final inspection and testing of the installed system. A checklist will be provided for final approval and sign off of completion. 4. Filter Maintenance — Safe Air will provide a filter change out service which will consist of the replacement of pre -filters three times a year, replacement of primary HEPA filters and activated carbon filters once a year. This filter change out will be monitored by the Safe Air Corp auto dispatch system. The auto dispatch system will enhance the value and quality of service we provide while reducing the counties cost of ownership for this system. Sarasota / Miami / Jacksonville / Melbourne / Navarre Favaroc F,�;ruhasfija and Gorittacts Division ............... ... w—.- .... . .... —1. . .... ..... PRICE PROPOSAL FORM RFP 13-17R TAMARAC VEHICLE EXHAUST SYSTEM PROJECT The Proposer, hereby declares that he or she has carefully examined and understands the Scope of Work and instructions contained herein, and does hereby agree to furnish all labor, materials, tools, supervision, equipment, mobilization, and to sustain all expenses incurred in performing the work, including required insurance and bonding, if applicable. In the event of latent mathematical errors, Proposer recognizes these are clerical errors and may be corrected by Owner. Modification of this Price Proposal Form or use of another type Proposal Form by Contractor other than the information requesting below, shall not be accepted. NOT TO EXCEED COST FLEET MAINTENANCE $ 7 NOT TO EXCEED COST — FIRE STATION NO, 41 NOT TO EXCEED COST — FIRE STATION NO. 15 GRAND TOTAL FOR (3) FACILITIES SUBMITTED BY: $ $ ,� Company Name: t� "o —"-A !2t.z -r C 4 Address: Z City: State: Zip:"341,"20, "L 177 , Email: I"he City of Tamarac desires to have the ability to use a city credit card for payment. Will your firm accept a Visa credit card as payment from the City of Tamarac? Yes 1, No NOTE: To be considered eligible for award, one (1) original of this Proposal Form must be submitted with the Proposal. Bill To: City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321 Quotation Proposal Date: 10/23/2013 Proposal: #4085 Terms Net 30 FOB Columbus OH REP Attn: Jim Nicotra 954-597-3570 Item Description Qty. Rate Total EQUIP/INSTALL Project : Tamarac RFP 13-17R- Provide option to base bid for equipment 1 20,254.00 20,254.00 and installation of Airflow Systems air cleaning devices in Fleet Maintenance Facility bays located at 6011 Nob Hill Road (2) AF-FHAC-2500-240 Airflow Air Cleaner for fire station- 2500 cfm 1 hp 240V MERV 11/16/CP (2) KF-102-700-031 Koch Filter XLB-SC Multi Pleat Extended 24"x24"x4" MERV-8 (2) KF-111-600-101 Koch Filter Dura Max 4V high capacity mini pleat filter 24"x24"x12" MERV-15 (2) KF-111-801-001 Koch Filter Durapure extended surface carbon filter 24"x24"xl2" (1) SA-WD-4E-UL SafeAir Master Fan Controller 120vac/1ph (1) SA-WD-EMD SafeAir Email Dialer for Internet Alarms (4) SA-WD-VTK-2 SafeAir Vehicle Transmitter kit for wireless vehicle start of system - lighter plug style (1) SA-WD-SLH SafeAir Strobe Light Horn for gas detection system yellow/red /94 db horn (1) SA-WD-FAR SafeAir Alarm Relay for smoke alarm and shutdown of fans (4) SA-WD-EFRS Exhaust Fan Relay Switch for starting of exhaust fans 120-240 vac 1 ph up to 2 hp (1) HA-1309AO042 ES Point Toxic Gas Monitor Base Unit 24 AC/DC for W D-4E-U L All necessary ductwork All necessary mechanical installation All necessary electrical connection All necessary hardware All inbound freight If tax exempt, please provide tax exemption certification. Total $20,254.00 Thank you. PO Box 3077 Sarasota, FL 34230-3077 PH: 941-955-0911 Fax: 941-955-0910 (800)798-8820 info@safeairco.com Quotation > u r p rp r a r I a n Proposal Date: 11/15/2013 Proposal: 4107 Bill To: City of Tamarac Terms REP 7525 NW 88th Avenue Net 30 RB Tamarac, FL 33321 FOB Dallas TX Attn: Jim Nicotra 954-597-3570 Item Description Oty, Rate Total AF-1000-D 1000 cfm above ceiling air cleaner. Includes 2" polyester prefilter, 95% 1 2,468.24 2,468.24 main filter (39 sq.ft.), 1/2" charcoal after -filter, ODOR/EX deodorizer cartridge, 1/2 Hp motor, 115/1/60Hz (7.4 amps), 2 speed wall switch, (1) 1/2 dia.outlet, and (2) 8" dia.inlets. DISC -PC Preferred Customer Discount-20.00%-493.65 If tax exempt, please provide tax exemption certification. Total $1, 974.59 Thank you. PO Box 3077 Sarasota, FL 34230-3077 PH: 941-955-0911 Fax: 941-955-0910 (800)798-8820 info@safeairco.com Cit o(Tamarac __--_._--_- _ __----_ ____.__ _ ___.---- Purchasing and Contracts Division PROPOSAL CHECKLIST BEFORE SUBMITTING YOUR PROPOSAL, MAKE SURE YOU... L� 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. Provide a Technical Proposal 3. Return Price Proposal Form (Use of a Price Proposal Form other than the Form contained herein, may be grounds for submittal rejection). t5. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. [�] Fill out the Offeror's Qualification Statement and Reference Form. Sign the Vendor Drug Free Workplace Form. Fill out and detail information the List of Sub -Contractors Form 9. Fill out and sign the Certified Resolution. Include all necessary Financial Statements 1. Include Proof of Insurance. Provide any additional documentation requested within this RFI Document. 3. Provide copy of appropriate License(s) to perform the work. 1 Fill out and return the Trench Safety Form, if applicable. 15. Submit ONE (1) Original AND the number of copies requested in the Proposal Instructions. Clearly mark the sealed container with the PROPOSAL NUMBER AND PROPOSAL NAME on the outside of the package. Make sure your Proposal is submitted PRIOR to the deadline. Late Proposals will not be accepted. Failure to provide the requested attachments may result in your proposal being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR PROPOSAL 25 "It of iamal`'�' Pumhasi�anq Contracts Division REFERENCES Please provide at least three (3) references for organizations or government agencies with which you have completed similar size and scope projects. Your Company Name Address City State Zip Phone/Fax E-mail Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name Address City State Zip Phone/Fax Contact Name Agency/Firm Name Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 010 %gal 26 City of Tamarac Purchasing and Contacts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE PROPOSAL We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Scope of Work, Additional Requirements, Supplemental Attachments, Instructions to Proposers, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Request for Proposals. Indicate which type of organization below: INDIVIDUAL ❑ If "Other", Explain: PARTNERSHIP ❑ CORPORATIONX OTHER ❑ -- -. . -- - i .. Name /Awr7l, &7 - —)� Ar Address Oq L- .. �71 Zmmom - -.. _ QW-!4SY- 0?/ (Ps-D6 n 6/D,4// Fax Federal Tax ID Number Email address for above signer (if any) 27 -------_--.___----_ Purchasin and Contracts Division CERTIFIED RESOLUTION I. IJl' 14 r L (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid B nd, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME � TITLE ,VIGNAT Given under my hand and the Seal of the said corporation this -C.,L.1 day of 20_3 (SEAL) By: Secre ry Corporate Ti NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 28 City of Tamarac _ ^ Purchasing and Contracts Division OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88th Avenue Tamarac, Florida 33321 Submitted By: Name: Address: City, State, Zip Telephone No. Fax No. C eck One Corporation ❑ Partnership ❑ Individual ❑ Other State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: S H,-- A4KOV_P'0r`I°i CA) The address of the principal place of business is: � �',' Tf m I Am J 1. If Offeror is a corporation, answer the following: a) Date of Incorporation: lks b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurer's name: g) Name and address of Resident Agent &Tmew(z! 29 City of Tamarac ­ _— _ M Purchasing and Contracts Division 2. If Offeror is an individual or a partnership, answer the following: h) Date of organization: i) Name, address and ownership units of all partners: j) State whether general or limited partnership: 3. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 4. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 5. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 6. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 7. Have yo personally inspected the site of the proposed work? 7YES ❑ NO 8. Do you h e a complete set of documents, including drawings and addenda? YES ❑ NO 9. Did you end the Pre -Proposal Conference if any such conference was held? YES ❑ NO 30 Gity or Tamarac Purchasing and Contracts Division 10. Have you ever failed to complete any work awarded to you? If so, state when, where and why- 11. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone --- 12. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). A.ZU7:Z-_- _ 41-ems_ exAe 1/) _&&4 nn r c?'Z pL( -�K Aee0-1rIcj, 13. State the nam of the individual who will have personal supervision of the worn: �J 14. State the name and address of attorney, if any, for the business of the Offeror: 15. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 16. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: _ 31 Cif of 7amwac Purchasing and Contracts Divisionu The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and (7ye award and/ con tact. Signature ACKNOWLEDGEMENT � OFFEROR'S QUALIFICATION STATEMENT State of ( \1' �rs-ekl County of On this the _ day of V) U, LQ 2013, before me, the undersigned Notary Public of the State of Florida, personally appeared La �-( r- Ck- L.,and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC Touron Clayton Notary Public rsey SEAL OF OFFICE:" C � 0'U IYIy Commission Expires 5-9.2017 No.2420581 (Name of Notary Pu lic: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath 33 City of Tamarac Purchasing and Contracts Division NON -COLLUSIVE AFFIDAVIT State of 1V .S'. ) )ss. County of Ik? vn,m oc+6, ) t d+ Lr �ur,q being first duly sworn, deposes and says that: 1. He/she is the Qwner, Partner, Officer, Representative or Agent) of C> the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed,, sealed and delivered in the presence of: By ss Witness �J Printed 1"me Title 34 City of ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT Purchasing and Contracts Division Nt jcr5ey State of-F+efida- County of I'nOnmc�-1� On this the vq day of J U(L4 20 it), before me, the undersigned Notary Public of the StWof Florid*)personal appeared (Name(s) of individua appeared before notary) and whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NPTARY PUFC, STATE OF FE-e� New'Ters (Awdg NICHOLAS STEFANEW NOTARY PUBLIC lk�d@ W".-grint, Stamp, or Type as Commissioned) ❑ Personally known to me, or ErProduced identification: (Type of Identification Produced) 3" DID take an oath, or ❑ DID NOT take an oath 35 of Tamarac _ Purchasif7qand Contracts Division - VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE PROPOSALS - Preference may be given to businesses with drug - free workplace programs. Whenever two or more proposals that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this , rm complie Ily with the above requirements. Authorized Signature Company Name 36 of Tamarac Purchasing and Contracts Division LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non- responsive and may cause its rejection. Work to Be Performed IF ACT r-lCei, % Total Contractor Subcontractor Contract License No. Name/Address 37 Cityof Tamarac I Purchasing Contacts Division ACKNOWLEDGMENT �.tew Ters<-i State of -a - County of Monm On this the =7111 day of O20L3, before me, the undersigned Notary Public MofFlorid er ona4 appeared L z. and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: N TARY PUBL , STATE OF Pt-@R met,, Jesse owt NICHOLAS STEFANELLI NOTARY PUBLIC NEW JERSEY (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or produced identification: F/ooc/a -brivep Lies-sc 020-530-5-0-s13 (Type of Identification Produced) [DID take an oath, or ❑ DID NOT take an oath K _City_of_Tamarac _ _ _ Purchasi g_qn Contracts Division TRENCH SAFETY FORM Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below: TRENCH SAFETY MEASURE UNITS OF UNIT UNIT EXTENDED (Description) MEASURE (Qty) -COST COST (LF/SF) A. $ $ j /V B. $ $ / rI C. $ $ D. $ $ TOTAL $ If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (5) in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non -responsive. DATE: ACKNOWLEDGEMENT STATE OF: COUNTY OF: (Signature) PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being duly sworn by me, (Name of individual Signing) affixed his/her signature in the space provided above on this day of 20_. My Commission Expires: NOTARY PUBLIC 39 AC# 6 3 1J 7 37 STATE OF FLORIDA I DEPARTMENT"OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD , _ SEQ#L12082901977 c • - LICENSE NBR 2Q12, 728061584 CBC1256765 TYxe BUTLI)ING CONTRACTOR. NaiRed below ,tS CBRTIFiLD F: Under the provisions of Chapter 489;,FS. `=F Expiration date: AUG..31, 2014, �HETANGOURT, ROBERTO.DANIEL SAFE AIR CORD: 3425 S LAKE DR MIAMI_ , ,. „ FL 33155 RICk $COTT; KEN LAWSON GQVERNOR SECRETARY DISPLAY AS REQUIRED BY LAW 201 Z-1 3 1`111S'lAA DOFF Nnl ASMRV QCAl.11'V WORK OR CO%PIRM UlIAI RI 611 %IORVOR 4002410043218 ZONINC REQ1IIRF,MEN `fS 11AVE lJF1VN M1,A% If IS'fi1E OWNER'S RFSPONSIli ICirl fO ENS CRE COMPLIANCE. MACHINES ROOMS SLATS EMPLOYEES i BUSINESS TYPE 230016 BUILDING CONTRACTOR • REG (L) BUSINESS 860 S TAMIAMI TR STE 231 ADDRESS SARASOTA, FL 34236 PAID-5530193.0001-0001 WEB 07/09/2012 14.43 SAFE AIR CORPORATION PO BOX 3077 SARASOTA, FL 34230307 ACTIVE BARBARA FORD-COATES, TAX COLLECTOR MUST BE DISPLAYED IN A CONSPIt'•UOUS PLACE 101 S. WASHINGTON BLVD,, SARASOTA, FL 34236.6993 (941) 801-SM VALID UNTIL09/30J13 www,SamwtaTaxCollector.com * InfooSarasotaTaxColiector,com INFORMATION ONLY; REMOVE OR FOLD BEHIND BEFORE POSTING RECEIPT THIS RECEIPT IS FURNISHED PURSUANT TO CHAPTER 205 LAWS OF FLORIDA AND SARASOTA COUNTY ORDINANCE 91-084, AS AMENDED The law requires this receipt to be displayed conspicuously at the place of business so that it is open to the view of the public and available for inspection, Upon failure to do so, the business shall be subject to the payment of another full tax for the same business, profession or occupation. Payment is due each year by September 30th. Payment after September 30th is delinquent and subject to a penalty of 10% for the month of October, plus an additional 5% penalty for each month thereafter, The total delinquency penalty shall not exceed 25% of the tax. A 25% penalty is imposed on any person engaged in any new business, occupation or profession without first paying a Sarasota County Business Tax. This receipt is for a business tax off. It does not permit the person/business to violate any existing regulatory or zoning laws of the state, county, or cities, nor does it exempt the business from licenses or permits that may be required by law. This receipt does not assure quality of work. All businesses in Sarasota County are responsible for complying with the Sarasota County mandatory recycling ordinance. Local Business Taxes are subject to change according to law. 2012 - 2013 City of Sarasota 13-00760$ LOCAL BUSINESS TAX RECEIPT Dated For Period Commencin and Ending _ 09/19/2012 10101/2012 09/30r2013 IN CONSIDERATION OF THE AMOUNT SHOWN HEREIN PAID TO THE CITY OF SARASOTA. FLORIDA Business Name and Mailing Address an Name and Address of Business SAFE, AIR CORP SAFE AIR CORP P.O. BOX 3077 SUITE 231 SARASOTA, FL 34230-3077 850 S TAMIAMI TRL SARASOTA, FL 34239 Owner/Manager Name LAURA .1. L.UTZ 1 f CitLaw or Ordinance. This Tax Receipt does not permit the holder to operate rn on a via atry y Any change in location or ownership must be approved by the t.ocal Business Tax Receipt Department. 3320 074 Classification Description Tax Amt. Penalty Total Tax Amt, 003800 HOME OCCUPATION $59.11 $0.00 $59.11 OFFICE USE ONLY TATAI oerervcn aen � � with no exemption '1 h CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88TH AvENUE TAMARAC,FL 33321 "Committed to Excellence... Always" ADDENDUM NO. 1 BID NO.13-17R CITY OF TAMARAC VEHICLE EXHAUST SYSTEM PROJECT DATE OF ADDENDUM: JULY 1, 2013 TO ALL PROSPECTIVE PROPOSERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP No. 13-17R. NOTICE OF WALK-THRU DATE & TIME AT VEHICLE EXHAUST LOCATIONS Interested Contractors may Site Visit the (3) facilities referenced below relating to this solicitation for Proposal 13-17R, Exhaust Systems on Tuesday, JUly 91" at 1:00PM through 3:OOPM EST. Due to the nature of work performed at these facilities, it is important to try to be available for this "walk through" opportunity as additional site visits may be difficult. The sequence of locations to be viewed will begin at Fire Station 41. Fire Station No. 41 — 7501 NW 881" Ave., Tamarac, FL. Facility approx. 4,100 S.F. Fire Station No. 15 — 6000 Hiatus Road, Tamarac, FL. Facility approx. 5,200 S.F. Fleet Maintenance 6011 Nob Hill Road, Tamarac, FL. Facility approx. 3,800 S.F. Please return and/or acknowledge this Addendum No.1 with your Proposal submittal due by 3:OOPM local time, Tuesday, July 23'd. Bids must be delivered to 7525 NW 88th Ave, Tamarac City Hall, Room 108. NAME OF PROPOSER: SAFE AIR CORP. 7525 NW 88th Avenue IN Tamarac, Florida 33321-2401 ■ (954) 597-3570 ■ Fax (954) 597-3565 ■ www.tomarac.org Equal Opportunity Employer CITY OF TAMARAC PURCHASING AND CONTRACTS DIVISION 7525 NW 88T" AVENUE TAMARAC, FL 33321 "Committed to Excellence... Always" ADDENDUM NO. 2 BID NO.13-17R CITY OF TAMARAC VEHICLE EXHAUST SYSTEM PROJECT DATE OF ADDENDUM: JULY 22, 2013 TO ALL PROSPECTIVE PROPOSERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP No. 13-17R. NOTE: RFP Due Date has changed from Tuesday, 7/23/13 to Monday, 7/29/13 at 3:OOPM local time. All Proposals must be received by 3:OOPM in Room 108, Tamarac City Hall, 7525 NW 88" Ave., Tamarac, FL 33321. The following were inquires made to City staff and subsequent responses; 1. This is not a federal funded project. 2. Attached highlighted list of Fire Department vehicles. Vehicle assignments are interchangeable between all fire stations; therefore, the vehicle exhaust systems for each station should be design for maximum capacity. Most of the emergency vehicles are currently equip with DPF's. 3. Considering that the existing fire department fleet (i.e. emergency vehicles), have both bottom mount and top mount exhaust systems, the Dilution Ventilation System/Air Cleaning Device would seem to be the most advantageous; however, we would like the Proposers to recommend the most effective system based on Contractor findings. 4. Any proposed system must be designed and constructed in accordance with the latest editions of all codes and/or regulatory requirements, including but not limited to; federal requirements; The South Florida Building Code; City of Tamarac Code of Ordinances; City of Tamarac Engineering and Building Department Requirements; Broward County Code of Ordinances; NFPA 91 - Standard for Exhaust Systems for Air Conveying of Vapors, Gases, Mists, and Noncombustible Particulate Solids; and the Occupational Safety and Health Administration (OSHA) requirements. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 597-3570 ■ Fax (954) 597-3565 ■ www.tamarac.org Equal Opportunity Employer N O O Nm v O A W N N O N W N A W N W A Z -1 W g -4 -1 -I 3 "i Z n Z Z T < G G C G t� C J I x Z Z w xl yZ C I CDg j0 r g r D m W m D m n W O W (il A A t0 P N A �C� m (p < O DD A V1 n n (7 (wA C1 Ul CW < �Wp O pJp W (U(nnl I x m o OV �mX m 0 c WW D D D o o x Z x x x x x Nop N mp po ppN V m ty lJl N O pa�o (A mJ pJmp OI A O O O O N QOWp �pZp 00 pZp 00 (pZp Oo O O1 t0 W N W W W N W N m W V OI O) m OI N A A A A A A A O A T Z V Z T bA T m T �� m m m AA m m m m O o m OO ip m m m m m� mO m VD m OCC D O m ZZ O O m O O O m O m O m m m mm O 5 n so a m 9 J m in co o m X m ^I ;l1 D x D m D { �, � D Z z, z v (" O D�D RI D (J r .° .� .� 2 S x 2 r Z Z !f"' Z Z r r Z Z r m. o 0 0 O m Zl U `� O C m m m O 'O O O m m A m A m A m m D :D A A > D c. c y c7 m D A D r m r m m T1 N o A m C A m C A T C o Z C X o Z O Z A N $ N N N p T o N r m a Y %O A A co o r m m m o g -i A D D D D D O '� m rn '17 A W 6 DW p p m c g g 3 D A C g O n n n p A A C rC rC (Cr- C c p N m W 1 N D D N W , W W K - C. W D D D A En � 3 y C m 0 0 m n m n m 0 -xl m m v 9m (cn 1 O b Co O O O m m m m m W o m A `t 3 ' 0 c c & � m Ov rn O O O O C N * m r m 0 `e � x m m u m m = to A 0 O O C = m � g v m X O X a, X w X 0 O X A 1), lx m A coO A O NV W q W[my O O +A VJ m NZ N0 W m N W W N O W W 10 V m V C a pppgc Q, W m d> W N bl j" Ot W W W do A W O] 01 m Q) Ol m N 3 r r r r r r r r r r r r r r Ll O 10 G) G1 6 6 j o r r V V � p 1J O V N fR (I) M {�q V1 M OI OI Of 01 NW N OI (J ,SPj N N Z Z A .T7 N O S N O F w i GI V W W SAFER-1 OP ID: ERCH ACOI� 0" �.- CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDNYYY) 1 06/3112013 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(les) 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 endorsements . PRODUCER Phone: 941-758-3861 Duck, Johnson &Jefferson, Inc Suite 200 Fax: 941-758-6947 1429 60Th Avenue W Bradenton, FL 34207 Corp House Commercial Lines CAMTEA:c Christy Ergood CN ; x ; 941-758-3861 talc. Not: 941.756-5788 E-MAIL ADOREss: Chris e d inc.com INSURER(S) AFFORDING COVERAGE NAIC0 INSURERA:Ohio Casualty Ins Co 24074 INSURED Safe Air Corp - PO Box 3077 Sarasota, FL 34230 INSURER B:Auto-Owners Insurance Co 18968 INSURERC:American States Insurance Comp 19704 INSURER D:General Insurance Company Of 24732 INSURER E INSURER F rnvC0Ae'--CQ rCDTICIreTC AIIIru11200• REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIWYY) (MMIDDIYYYYJ LIMITS C GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Fx-1 OCCUR I 01 C136677440 06/14/2013 06/14/2014 EACH OCCURRENCE $ 1,000,00 DAMAGE TO RENTED PREMISES Ea occurrence $ 200,00 MED EXP (Any on a person) $ 10,00 PERSONAL & ADV INJURY $ 1,000, 00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER, X POLICY PR TO- LOC PRODUCTS- COMPIOP AGG $ 2,000,00 $ B ALITOMOBILELW8ILITY ANY AUTO ALL OWNED SCHEDULED AUTOS X AUTOS HIRED AUTOSHIII-OWNED AAUTOS 4454387901 12/19/2012 12J19J2013 COBIND Eaaccciden1 SINGLE MI $ 1,000,0010 BODILY INJURY (Perperson) $ BODILY INJURY (Per accident) $ OPERTY DAMAGE Per accident $ A x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 00054492677 106114/2013 06/14/2014 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,0 DID , X RETENTION $ $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIE)ECUTIVE YIN OFFICER/MEMBER EXCLUDED? F-1 (Mandatory In NH) It yes, describe under DESCRIPTION OF OPERATIONS helow N 1 A 24WC09526120 04/2412013 04124,12014 X W A 0 H- Y E L EACH ACCIDENT $ 1,000,0 E.L. DISEASE - EA EMPLOYEE $ 1,000,0 E L- DISEASE - POLICY LIMIT $ 1,000,00 j ! ' t I DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) AVAIL01 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Available Upon Request AUTHORIZED REPRESENTATIVE 011-A O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD SAFEA-1 OP ID: ERCH ACORL7 CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDNYYY) 11/2612013 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 pollcy(les) 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 endorsements . PRODUCER Dick, Johnson & Jefferson, Inc Suite 200 1429 60Th Avenue W Bradenton, FL 34207 Corp House Commercial Lines CONTANAMi Christy Ergood PHONE 941-758-3861 FAX No : 941-758-5947 o E,, C No. E-MAIL Chris e d inc.com ADDRESS INSURER(S) AFFORDING COVERAGE NAIC N INSURERA: Liberty Mutual/MontgomeryMutual/Montgomery 24074 INSURED Safe Air Corp PO Box 3077 Sarasota, FL 34230 INSURER B:Auto-Owners Insurance Co 18988 INSURER C: American States Insurance Comp 19704 INSURER D:General Insurance Company Of 24732 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSIR WVDPOLICY NUMBER MMIDDIYY MMIDDIYYYY LIMITS C GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR X 01C136677440 06114/2013 06/14/2014 EACH OCCURRENCE $ 1,000,00 DAMAGE TO RENTED PREMISES Ea occurrence 200 00 $ r MED I (Any one person) $ 10,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER: PE LOC X POLICY I PRODUCTS- COMPIOP AGG $ 2,000,00 $ B AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS AUUTOSWNED 4454387901 12119/2013 12l1912014 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PERPERTY ACCIDENMAGE $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 00054492677 06/14/2013 06/14/2014 EACH OCCURRENCE $ 1,000,00 AGGREGATE $ 1,000,00 DIED I X I RETENTION $ 10000 $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPAPTNERIF�CUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory In Ni If yes, describe under DESCRIPTION OP OPERATIONS below N I A 24WC09526120 04/24/2013 04/24/2014 X WC STATU- O R TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE- EA EMPLOYEE $ 1,000,00 E L DISEASE- POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more apace is required) City of Tamarac is listed as additional insured with respects to the General Liability. CERTIFICATE HOLDER CANCELLATION CITYT13 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Tamarac 7525 NW 88th Ave Tamarac, FL 33321 AUTHORIZEDREPRESENTATNE O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD