Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2010-126Temp. Reso. # 11907 October 1, 2010 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2010- /�(i A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING RFP #10- 02R TO AND APPROVING AN AGREEMENT WITH INTERCOUNTY ENGINEERING, INC. FOR THE DESIGN/BUILD OF AN AUTOMATED GATE VALVE SYSTEM; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH INTERCOUNTY ENGINEERING INC. FOR SAID DESIGN/BUILD PROJECT .IN AN AMOUNT NOT TO EXCEED $482,975.00 WHICH INCLUDES A CONTRACT PRICE OF $419,978 AND A $62,997 CONTINGENCY; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to provide its residents a safe, operational stormwater drainage system throughout the City; and WHEREAS, the City has determined the installation of automated gate valves would greatly enhance the City's ability to maintain water levels during droughts and to reduce potential problems during periods of heavy rain; and WHEREAS, the City published Request for Proposals RFP #10-02R for the design/build of an automated gate valve system, incorporated herein by reference and on file in the Office of the City Clerk; and WHEREAS, the City examined responses from Intercounty Engineering Inc., Interstate Engineering Corporation, Metro Equipment Service Inc., and Murphy Construction Company; and WHEREAS, the RFP Selection and Evaluation Committee determined that the response submitted by Intercounty Engineering Inc. was best able to meet the Temp. Reso. # 11907 October 1, 2010 Page 2 needs of the City, a copy is incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, the City of Tamarac has negotiated a contract with Intercounty Engineering Inc. for their services at a cost not to exceed $482,975, which includes the contract amount of $419,978 and $62,997 a contingency, attached hereto as "Exhibit 1"; and WHEREAS, it is the recommendation of the Director of Public Works and the Financial Services Director that the contract for the design/build of the Automated Gate Valve System be awarded to Intercounty Engineering Inc.; 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 the contract for the design/build of the Automated Gate Valve System, at a cost not to exceed $482,975, which includes the contract amount of $419,978 and $62,997 a contingency to Intercounty Engineering Inc. 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. Temp. Reso. # 11907 October 1, 2010 Page 3 SECTION 2: The City Commission hereby awards RFP #10-02R to Intercounty Engineering Inc., and approves an Agreement between the City of Tamarac and Intercounty Engineering Inc. ("the Agreement") and the appropriate City Officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 1 ", to for Proposal for the design/build of the Automated Gate Valve System at a cost not to exceed $482,975, which includes the contract amount of $419,978 and $62,997 a contingency. SECTION 3: An expenditure in the amount not to exceed $482,975, which includes the contract amount of 1419,978 and $62,1197 a contingency is hereby authorized to be funded from the Stormwater Capital Improvement Fund Project SW10A — Stormwater Gates. SECTION 4: That funding is available in the appropriate Stormwater Capital Improvement Fund Accounts. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. # 11907 October 1, 2010 Page 4 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of�2010. ATTEST: PETER rvt j. Ric RDSON, CRM, CMC CITY CLERK- RECORD OF COMMISSION VOTE: MAYOR TALABISCO DIST 1: COMM. BUSHNELL DIST 2: COMM. GOMEZ ;_-- DIST 3: COMM. GLASSE z DIST 4: VM. DRESSLER z I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM. VJWI� A/e t2, SAMVtE S. OR CITY ATTORNE L ETC] :»=1JI=1zII AND INTERCOUNTY ENGINEERING, INC. THIS AGREEMENT is made and entered into this 0 day of 2010 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 Intercounty Engineering, Inc., a Florida corporation with principal offices located at 1925 NW 18th Street, Florida 33069 (the "Contractor") to provide for the design and build of the Tamarac Automatic Gate Valve System. 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. 10-02R, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between 10-02R as issued by the City, and the Contractor's Proposal, 10-02R as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by Agreement 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 completed within (240) 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 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 the Contract Documents. In the event that any delays in the pre -construction or construction portion of the work occur, despite the diligent efforts of the parties hereto, and such delays are the result of force majeure or are otherwise outside of the control of either party hereto, then parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 2 Agreement 5) Contract Sum The Contract Sum for the design and construction for the above work is a "not to exceed" total of Four Hundred Eighty Two Thousand Nine Hundred and Seventy five Dollars ($482,975.00). A contingency amount of Sixty Two Thousand Nine Hundred and Ninety Seven Dollars ($62,997.00), is included in this "not to exceed" total. The contingency amount shall only be used to the extent determined necessary by the City and shall require prior written approval by the City for utilization. Any unused contingency amount belongs to the City. Contractor shall have no claim to any remaining contingency balance. 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 3 Agreement Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 8.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days 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 4 Agreement contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9) No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but no limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in 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 5 Agreement 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 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 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 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 Agreement 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 CONTRACTOR Intercounty Engineering, Inc. 1925 NW 18th Street Pompano Beach, FL 33069 (954) 972-9800 Agreement 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. 18) 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. 19) 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. 20) 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. 21) 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. 22) Uncontrollable Circumstances 22.1 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 8 Agreement 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. 22.2 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. 23) 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. 24) 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. 25) 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. 9 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. AT Peter M. J. Richardson, CRM, CMC City Clerk Date ATTEST: /'tn VG;2�a - Signature bf Co rate cretary Maurice A. Hynes Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC �40 Beth Flansbaum-Talabi co, Mayor dwo Date JeffreW Mi r City Manager Date Apprgvep as to forrp and legal sufficiency: City I rneyh Date Intercounty Engineering, Inc. Company Name Si nature of r sid t/Owner Maurice A. Hynes Type/Print Name of President Date 10 Agreement CORPORATE ACKNOWLEDGEMENT STATE OF _ � ry &a, :SS C� : COUNTY OF b(0u--,ak( 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 Maurice A. Hynes, of Intercounty Engineering, 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 ©l — `' , 2010. Signature of Nota Public N,. T-7bL CST-.TV1 oMsWbf Florida at Large =_Commis on#DD834054 norri�rn'r�ixu��lAii.23C�013__ ..._. BQNDfNG PIgfit, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced DID take an oai DID NOT take an INTERCOUNTY ENGINEERING INC G° 1925 NW 18th Street Pompano Beach, FL 33069 wc. Tel: (954) 972-9800 * Fax: (954) 974-0042 *AT�4T gOFOSA* Ting6y�,Se date wh Rtl�ciu�to DESIGN/BUILD OF TAMARAC GATE VALVE SYSTEM ITEM DESCRIPTION TOTAL COST A. __Design $ 75,642.00 B. Construction $ 344,336.00 TOTAL DESIGNBUILD COST $ 419,978.00 Design/Build Firm Name: Intercounty Engineering, Inc. Authorized Signature: .--- y • Printed Name o Authorized Signer: Maurice A. -Hynes, President, The Design cost was reduced by $19,358.00 The Construction cost increased due to the difference of the price of the slide gate required to meet the leakage rates previously discussed with the City and Engineer. We are proposing to use Golden Harvest GH-40. The added price is $8,336.00 INTERCOUNTY ENGINEERING, INC. 19 2 5 NW 1...--_th...-.- -- ° 8 Street w Pompano Beach, FL 33069 Tel: (954) 972-9800 '" Fax: (954) 974-0042 CERTIFIED COPY OF RESOLUTION OF BOARD OF DIRECTORS 1NTERCOUNTY ENGINEERING, INC. RESOLVED that Maurice A. Hynes, President of Intercounty Engineering, Inc. be authorized to sign and submit the Agreement for the following project: Design and Build of the Tamarac Automatic Gate Valve System RFP Document No. 10-02R The foregoing is a true and correct copy of the Resolution adopted by Intercounty Engineering Inc. at a meeting of its Board of Directors held on the 1 Sth day of September, 2010. By: dame & Title: Maurice A. H Lne-s retga (SEAL) ��rn�;�ar�r.�roau+rwr�+►��e�u�rr Imm u add ,AAA E -N IFIE11,815 -QW a N MUIEEO, 4SIN FORM- AND CONVIEYgk� THJS; JSI-EMIJEENGE 7HAT INS. t ASME � T -iL � HA 7 iRE -AIGHTS,,-AND,-PfitV(LEGES,,Af�PO!Ratt)�UN F THE L Y. DER P0 to 5)422 J -11800 Coll'-nsworth,A11te-ro Fowler A!rf.eh(2h iLLC HaPtfamd Cwioany P, Box, 9315 Miam Lakes, FL 38014-9315 Maitland, FL 32794-9000 WMEM 1925 *14 111th Stre#t iEFPWftt9ATE t~mw wt I , CONTINUED UNTIL '20,10 0/21/20i i TERMINATED IF CHECKED 1P-ompanoigi�ath, flFL 3-1069 09/21/ M01:aiid 10.801 Southgate �81.vd., Taffiafat,, Fl - AwbMT tw 1110MAMMM 1 bMdcTlbLs Contract -Cost/6,lete-d Value 975. beductibles-,, S2,050b /AOP 36 IdAy � noti.ce ; of icante-i'lattivn, .,except 10 days for moh paym!�h, t of 0-f*fflium 0AYS ��WRrrtr±N�-NOTICE,,,A,Nt).WILL,8t-:,NDr,NO.T,,IP-iCAT,,tONiOFANY�OH,ANGM. TOTHE POLMYTHATWOUL0 APFECT THAT INTEREST, � IN ACCOAMNOEVIT-H TH�IPOLtOY-PR.aVtSION-S,,,OA, ASAt-OUIRECG BYLAW.. 'MORTGAGEE ADDITIONAL I`NSUFED y(6f TeAarkw LOSS PAYEE '75Z's *w "" !Avenue LOAN Tama -rat, AFL -33121 • AMMR&D MiEMIMM"KE OaviA A] tef-19AYSA IMPORTANT It the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) CERTIFICATE OF LIABILITY INSURANCE f DATE (M DW Y) 09116/20 'PRODUCER State Farm Insurance Brice B. Brown Ins Agcy 611 S. Federdal Hwy Ft. Lauderdale, FL 33301 INSURED Intercounty Engineering, Inc. 1926 NW 18th Street PornPano Beach, FL 33069 COVERAGES 11115 VEIRITFICAIJON IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I NAIC # INSURER A State Farm Mutual Aut*MQ lla Inauranee Company 23179 25178 INSURER 87 INSURER C: INSURER D: W INSURER E; THE POLICIES OF INSURAN E L ST'ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TNT= 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �. IN ADiY ppRtCY EFFECTIVE E M LIMITS TTi ftN TYPE OF INSURANCE POLICY NUMBER TE E/F GENERAL UABILITY EACH OCCURRENCE -DAMAWTO-REW S COMMERCIAL GENERAL UARIL.ITY PREMISES manse $ CLAIMS MADE OCCUR MED EXP (Any One permon) S PERSONAL A ADV INJURY $ GENERALAGGREGATE S GtENtL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ POLICY IRO- LOC S A X AUTOMOBILE L14MITY D(E9536014591 10/1412009 10M412010 i c COMBINED SINGLE LIMIT $ 1,OOO,Q00 ANY AUTO (Ea accident) ALL OWNEDAUI'OS SCHEDULEDAUTOS BODILY INJURY (Per peraen) $ 1,0�,000 HIRED AUTOS NON-OMEDAUTOS BODILY INJURY (Perao6aRm) $ 1,000,000 is PROPERTY DAMAGE ; 1,000,000 (Par accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN FA ACC $ $ AUTO ONLY: AGG EXCE5S1 UNIBRELLA LIABILITY EACH OCCURRENCE S OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE RETENTION $ S WORKERS COMPENSATION AND OTK EMPLOYERS' LIABILITY ANY PROPItIETORIPARTNr;R/M'CUTIVE� T LIMI S ER _ E_L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L pIFiE.AM • EA EMPLOYE $ Maneatery M NN) yea. ticlactbe order E.L. DISEASE.. » POLICY LIMIT I S OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Job Name: Design and Build of the Tamarac Automatic fate Valve System Certificate holder Is listed as an additional Insured. VJ1A W CL W t N.JIY The City of Tamarac SHOULD ANY OF THE ABOVE DESCNIBEO POLICIES BE CANCELLED BEFORE THE EXPIRATION 7525 NW 88 Avenue, Room 100 DATE THEREOF, THE ISSUING BARER WILL ENOEAVORTO MAIL 30 pgyS WMMN Tamarac, FL 33321 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FA:LIM TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2009101) 01988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are regkftred ImarM of ACORD 1001486 132849.3 04-06-2009