Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-190Temp. Reso. #11325 - October 25, 2007 Page 1 Rev. 1 — 11 /19/07 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007-� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID #07-32B AND EXECUTE AN AGREEMENT WITH INTRASTATE CONSTRUCTION CORPORATION FOR THE CONSTRUCTION OF THE CITY OF TAMARAC DOG PARK AT SOUTHGATE BOULEVARD FOR AN AMOUNT NOT TO EXCEED $649,742.00; APPROVING FUNDING IN THE AMOUNT OF $649,742.00 FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to provide its residents and visitors a higher level of service by enhancing and improving its outdoor recreation facilities and environment; and WHEREAS, the public brought an idea for a dog park to the City and a non-profit group submitted a proposal in support of developing and programming a dog park; and WHEREAS, the City of Tamarac Dog Park will be located on a parcel of land located west of Tamarac Veterans' Park, and features a large dog area, small dog area, water fountains, shade areas, pathways, and dog washing areas; and WHEREAS, the City published Invitation to Bid #07-32B for the construction of the City of Tamarac Dog Park on August 19 and August 26, 2007; and Temp. Reso. #11325 - October 25, 2007 Page 2 Rev. 1 — 11 /19/07 WHEREAS, Bid #07-32B, including all addendums, is incorporated by reference and on file in the office of the City Clerk; and WHEREAS, the City examined responses from Budget Construction Co., Inc., Coastal Contracting & Development, Inc., Design Build Innovations, Inc., Development & Communication Group of FL, Enco, LLC, Homestead Concrete and Drainage, Inc., Intrastate Construction Corp., JBN Construction Corporation, MAG Construction, Inc., MBR Construction, Inc., Miguel Lopez, Jr., Inc., M. Vila & Associates, Inc., Tenex Enterprises, Inc., and Williams Paving Company, Inc., as follows: Budget Construction Co., Inc. $815,682.50 Coastal Contracting & Development Inc. $859,180.00 Design Build Innovations, Inc. $1,035,234.10 Development & Communication Group of FL $749,835.00 Enco, LLC $784,245.00 Homestead Concrete & Drainage, Inc. $666,330.10 Intrastate Construction Corp. $649,742.00 JMN Construction Corporation $699,076.50 MAG Construction, Inc. $813,860.00 MBR Construction, Inc. $754,168.00 Miguel Lopez, Jr., Inc. $907,285.00 M. Vila & Associates, Inc. $898,305.00 Tenex Enterprises, Inc. $912,660.00 Williams Paving Company, Inc. $1,014,697.59 and Temp. Reso. #11325 - October 25, 2007 Page 3 Rev. 1 — 11 /19/07 WHEREAS, a copy of the ranking sheet is attached hereto as "Exhibit 1 "; WHEREAS, Intrastate Construction Corporation was deemed the most responsive and responsible bidder, a copy of said Bid is attached hereto as "Exhibit 2"; and WHEREAS, the City of Tamarac has drafted a contract with Intrastate Construction Corporation for their services at the bid price of $649,742.00 (attached hereto as "Exhibit 3" ); and WHEREAS, a contingency allowance in the amount of $75,000.00 is added to this project to be used only on an as needed basis. The City Manager, or his designee, shall be authorized to make changes, issue Change Orders not to exceed $30,000 per Section 6-156 (b) of the City Code, and close the contract award including, but not limited to, making final payment and release of bonds when the work has been successfully completed within the terms and conditions of the contract and within the price; and WHEREAS, it is the recommendation of the Director of Parks and Recreation and the Purchasing and Contracts Manager that Bid #07-32B and the contract for the construction of the City of Tamarac Dog Park be awarded to Intrastate Construction Corporation; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid #07-32B and the contract for the construction of the City of Tamarac Dog Park, at a cost not to exceed $649,742.00, to Intrastate Construction Corporation. Temp. Reso. #11325 - October 25, 2007 Page 4 Rev. 1 — 11 /19/07 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. SECTION 2: Intrastate Construction Corporation is awarded Bid #07-32B for the construction of the City of Tamarac Dog Park at a cost not to exceed $649, 742.00. SECTION 3: The appropriate City officials are hereby authorized to execute an Agreement between Intrastate Construction Corporation and the City of Tamarac in the bid amount of $649,742.00 for the construction of the City of Tamarac Dog Park including a contingency allowance of $75,000 to be effected by change order as needed under Section 6-156 (b) of the City Code. SECTION 4: That funding will be available in the appropriate Capital Improvement 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. 7 L 1 1 1 Temp. Reso. #11325 - October 25, 2007 Page 5 Rev. 1 —11 /19/07 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this A� day of 10/AkU, 2007. ATTEST: MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SA UEL S. GOREN CITY ATTORNEY BETH • „_ •- RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM. PORTNER DIST 2: COMM. ATKINS-GRA DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER GtC,a% 1.0 Q. 9 ru O ^:S� «C:] O�.> •^:>: O�. IS O O J> U ..G) O CJ i] r C.J C.' C:, O l, "; 0 0 0 1 t'✓ O O O N < r. V ) G n O f•� tl.) K O N Q ui :P V) .' -) L7 C ✓ O A N N M 1 lr) v. �, S? L t(} ✓ U fC mfnF JN /A J �ry ffY vco .Fy rJD 3- Nn J es> O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O 0 O 0 O 0 O O 0 0 O O 0 0 O 0 O 0 O 0 Z V o 0 0 0 0 o N o 0 0 0 o n W o 0 O 0 0 N 0 O 0 N 0 0 O O O Q M 0 0 0 fA O O O W Q_' O O O O O O O O O O Q N3 N M O N O O O O N fA N Q O O O Q O M O O (O6. O EA M Hi M O O O O C) N O fA O N f/i O O O. O N O a0 of M O fA ffi O O ffl EA M M EA N� EA O co M F N N N Q CO M � M M M f!i nN Z fA eA b9 �i r> CDl O O O :? C> <�; Ci <S C'. C7 C 0 O NMOD -j G `) 7 <J <C-✓ ;).. Gr7 t P. Ul} 1A OO � J l> O' rr4. 0 Z H LL O r tfY V tr:) -3 `I U1 W Q tL moo F' " ,A Z 0_ O O N O 0 0 fn 0 0 0 0 o O 0 O O O O O N M O O O O N Q O O N O O O O W 20 n Q 0 06 O O OOONONW00O 2 a d O O tD O M W OOD• O O O NM DO H NM- Hd Q Hr9 609 bM9 H9 fA M kA W O 0 0 J O '; C O G: J O ': O O t-; r> G% �• S ) 0 0 IXJ C: C ; <") C C) 0 0"; C> C L> O O O O O f'J CS nt m N J :O O Cam'✓ ) c7 7 a} : 4C. t+) W O C' U Q .. r N V ,1 ) `u✓ .,, (. <f N ,- pZ J ~J ^ t e� ` i " 1S rfi �Y O M M 4"+ e1' -- f_ ff.' (17 . , fb - C`.i ^Q^ 'Al n ✓! M fA 0 H C,l Ef, fry' efi i:li (f> U? Cfo"' ? Ef) f( tn' Cf) (n. tf '.:^D In G CO Z OW O m n n 0 O O N O O O Q 0 0 0 0 c0 0O 0 0 O O O O O O O O O (D N O N W O O O W M 0 O O O Q? O N O N 0 0 0 0 Q 0 0 Q fA > U O O O W N M O N QO f0 tD M N coM N O O m O O N N O t0 <O O O m Q N (D N N n Q 0 O W O n O (O (O n Q N c0 c0 N O) -fA N fA Q EA Q) N <O a0 fA n M c0 N Q fiJ EA V to Q be M W O p Z 0. fp M tD N W N fA EA V] N Q O M t0 N Q M O r efl n Z E N Vi V Ki O EA 1fi Mm fA fA fA fA EA if) w O O G7 0 G 0 O 0 C> 0 0 O C_'.r O O O O O O O C• t -Cr, .� 0 C "; ':} G> C G t�. O �• ,-` O O O O m Z U Z J r.J GS C: ] C::> :7 `.: C'i C`� C.> N f: i^ C.7 to V; C;� C:> O "V {:) b u: ^ ') O 7 4_? C:.` Q O Vl O F ;) "J C O �: C , ;� to Cv x^ r V C) 1P. > x0 M 1n M O N �, )OO W H ff>-H3 "J- <�VJ �oo Z g pOO 000 0 0 0 W o 0 0 o O o 0 0 00 00 00 OM OO M O O O O aJ W V O O O O O O N "' GO aD O O Q O M» O oNff> O Q s�Noov�owo O O �W a o 0 0 0 0 0 »» o o n ett o� o vaN `� o o Q' �i m o o ri ui rn o o v sJ v w u fn b9 Cl) fA to w n fA W 0.6 U 2 7 HMs en fl s> 69 » » V) u> G> C.i C07 Cam? C.] c:.> c7 c� =J O C."c] O O G) :> O CD O C +_; O O O O N Z O rt CJ O f� O O O O O ui O C• .=, OJ !_) . 'N G] OD G C, O O C fv O O N 'O V! OG CS O> O D Q 3 n O ri r,. tl I,,, N V O N Z Z - O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U U W U O O O 0 O O O N to O O O m O r n O o0 0oQono 0 r o 0 0 0 oo ao00W wV� O 000EH r0O �Z la� 9 M- w- 'A [0 � ~ W LL > Q Q LL Q lL M Q Q LL LL fn M (� LL (n N fA Z fn (n fn (n M fn > (n > (n > cn M J M J J J (f) W W J W J J W W J J J J J J J J J J J J J J J J H O O O O O r O M O N t0 O O 0 0 O M F 0 O O Q N N N f0 f W M M N Z — N 0 O o m L 3 m a y — m C o 0 . d L _ _ Y m y o d a m N i0 C J 3 c a w '� E' m a m d m m c w m a d c c m a`� 3 m E fn o a� aci umi c o 0 Z o 3 a y w o, P n o U> a '`�, m j o d y N c :� LL c R Q O E 5 E N m r c c n m v C p O L_ Y tab N O C m C C N 'C U m ,�«- "O' V d C U C U C m p L O O m C 0~ m 0 6 (� y m M r0 m 'm N Q O U rn M C U m O m N d M m O m m O W N .0 C Y y OI C IA w N OV W c> «) C d J Q m F U N m -. , U - d x .m.. C g M J a C > C C c O c 0 N'm y c c_ m m c v y a$ m U S 0 U m W� U _ j v— 0 m a ami U E tv 'c 'm U in w> a io O fj ma K s O o a O f `0 U ~ o N aEi N r c ? C d ~ M Q f0 tD n v T O N N N N M M N M Q N (V n O .- N N N N N N N N FZ 0 L) M CD 0 P �2 L) to ff:,W, bow D Ln — cr F- L5 Z5 C> (1) Z z 0 0 C) 0 0 0 R if> 10. if) L6 46 in L) 0 0 'r5 Lr� =) P: COO z LLI C) C> 0 IL Ix 0 CD U 0 in in z cD O. cr 'v Z5 IZ 0 ui of LU 0 Z 0 (x M 0 M LU (ID f) Q. W o cli rn 0 O to O io 'o LU od Ha O z w to Y toV LL Lu IL N 25 Lu a) o E 0 L) a - 80 w U) 0 E W �: U) U) 0 c av) -6 0 Q) E -v Mi co U) (n E u) to c 0 -6 E < 6 U) 1 72m U = C) CL ffi L) w 0 C) E 0 IL C5 t z U In r C:? o C? - C, - 0 o c a o 0 o U :.> c. C, ID 0 o, o c0 > o 0 o m '•.! u] , o Cs L•=. O O C? u^^, O O O n o C O O r :J 0 Cl. O :� U O •-- C' U O O U) OI -4 U) O C, N U O ,V In N If, en ID DO I`- O C:• C: 1(1 O ^ O O O O O, I O O n U+ J `: ^") I'-. N C:.) `3 C:i o - CS) •- N N CV C? lT - C� CS: �'? C? C:) C�I Di It, C, N O O ? O Q F C:- (L CD C C:. Ui w O (D Lo m:.V G (D M T- c- (n (o C, O) ti N O V, N 6; (D N a54� N N tf: ID O i- In M 'Q 't W O U) (D UJREAf v D t;' V EF? . Vi UJ ii TJ r • M Q=� Ef V: R In W3 d. E9 to f.' o� d > 44 (n Z Qa W UJ V O o o o o o UJ o 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 C.i N N O O O O � N ti O O Ifi US r- O O (!7 O O O O O O O O O O Lo O O o J J d' O O M m N N O O O O N 7 M 69 N N '- U) a) N n M V V r O r O In M O_ 0 V o UJ O o O o (D 1n !n O V O -- o CD N O O O_ O O 1 N r t0 O O Eo EA N o d7 di (!3 h. N EA tD W W N d9 to o '- M Hi N fo O F Z ('� ER W U') fo V ER U) Eo W Eo (_n d3 o C V Eo (h d3 Q) to (D V N 64 6A EA O V di di � fA V/ � di EA O O O 0 Cl O W J ,-: ` C,C> O o O O _ O O O 0 0 O O O.^_ r-! (n Q `r'• 'J Ci O0 .. Cl O Q C." C> O Ci G _ O ' ? ^� I. 4') N t� O C::) O U !' C O r C O C, ' .`. ii) C-J N V: Ci c, "" p O O i:; (J i ; N O C (O (O O (_, t O •._ If; to tf Er- O J 6 :',. M •=i ..... "3 t.� h: t V M a... ^ y �? (fi .._ C Ef? 'tl' -- <- di ;o <V y' 0 !"J Ef d> 'D r- :V N In 'o tS 7 CD In �7 O '" `v3 Lo n (V m CO v) (h t:: j efi er UT ,:*i r�T di _9 i:17 ¢t> zn I II3 eP V ,s.� 49 W W U tSs Z Z W c,o o O o o o o C) O O O O o o o O o 0 o o O o o O O o O O o o W— U O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 o X C)O o 0 O o O o O o O o (D d9 M N O o O O O N (DUi Cl)7 O 0 o O 0 UJ 0 O O O O o O O 0 O o (D ICJ IT c)O o 0 C, 0 (n M c)O 0 O o W d O O O O O O Eo E9 O O fA EA EA O O (o N O O O d3 d3 O O O H3 O Vf 0 Z (- O M O W r Z to 7 (» to (o to N (o tR .» E9 to Eo N fo E9 (A V fo o E9 of M Eo I� to O C, O O O o O O O Cl O O L:J CDt:? C> C:? (:: C, C? C? C:? C:.) C. c, C> CD C> <:) C) C> C: C:? O O O W J o o `^i ,; O O C o C`, C✓ O O Q U O tCi cl 'l C, o , 'r, :- O O U O O O U1 H Q cJ In U O n f, o f) w h� � '. CJ o to CJ ti C� O o O o Q U F O O tr o ^' '•- -V o N IC> Y"' t•- ^_ t'j yr N I`- f LJ O N (il "' M N tD N (D O o N '7 M d`C .w N CV t,7 ^" C'J <o C' C^ O D UJ O ` (D U) u)^M 6o C M O ~ <o bi (") - N t{' M - -0 I 10J UJ - 6r> tV .' J3 -- M fj' U7 -7 V d3 f� ui T O � U (9 9 A (f> V, 1) d3 v (Y f f V? 9 N � Qz W 0 o O o 0 o W 0 o o 0 0 0 o o O o o O o C.o 0 0 0 o 0 0 o 0 o V O O O o O O (n UJ O O o O O O O O o o c,O O O O U) O O O O O o 0 Q R� O o O O O O O Cl O o o O ao to f` M O O O O N M In V O 40 O ([) U) (D n co o O o o O O O co W (D N O O O U) o O N M o O o 0 O J d O O ti 7 Cl! - EA Eo II') W EA EA E9 O o 2 M N C' to to v! O In O Eo In to O r Cl) (V N r o m a W Eo U) tD (`') (O U) m N Z 69 N (o f+9 EA Cl) fo d9 69 (o di to Eo Eo Eo Cl) b4 O Eo In N(o 6/! O o O O J O - C O O ID o o (D C, O O Ij O O o 0 o o 0 o 0 0 0 O I,c.., C.i O CJ C) C7 O C:7 C'S UJ C? U7 C> C? -1? C.) C'> O o C? C_) C? O Ci O O CJ O O O Z J Q ID <"J O U O C, O O O C--J O o C� O n 4^, Pam. O iIS O tJ N CD o O 1`- (o O c, o c, ^ c, U o o C? oo O o O O o O O O o O O O c, O o i� O O O U) cD - F •... O O �J If'% ;') O N t+; U; C7 r,;ry (D O O ^? IC? ((: O !n U^ C7 Vf O O O O W O N O 7 (J? M. 4 1` m •. 4 o M C- m CY -'! C; v ^- (D U 1:7 a- (o i- Cl 10 +- ^• O n V) Ef) of ,li UT , Eo i9 !o Eo 10 IJT (D V'- N A U3 W O o w a O w o o o o o 0 o In o 0 o o o (n o 0 o o o o 0 o o o o o o o 0 o o J i.i O C)O O O C)O h. U) O O P2 O n o o o o O o 0 0 0 0 0 0 Cl 0 0 0 0 J O O o O O O CO to N O o t: N O O 0 0 In O O C,o In o 0 0 0 0 0 0 w a O o o O o CD In u) o o fA E» ifi In In Eq Eo In Eo O In O 0 U) 6a O m eo O 0 0 u? 0 In n d) US (» O o O 0 o o M d) o o w O o W U) Q) M V n O M M o o O N O In O O O Z di to to (o Eo n to (o (o to Eo to M d9 to Eo In to (D (» o NEo EA r IA r co J) J J J J J J J J J J J J J J J o (n W W W W W J J O O O O O O O M O U) O N C O W O W N O f� O O O Q q h- V N N N W O N W p Z o O m 3 d (j m c a a= Y m o y E o 3 a d@ D c Z C N V y n N C W Q. C r U m s C N E C c; m O (a o E ?i D N a s o ay °' .Q c �+ (o u) 3 �' a� o• N a� LL c o 0 F y 3 E a1pi o (� = m ~, c U d U F ``o, 2 c U m (n a3i �, n � v io Q a c a m...©..�. �..6. m.._ .m c.. H.._.ro. .. sny ) c y) t C� 0 x (15 � m 4 m o ¢°" c c U c m .4 m (co c m to n .�° '� U E W (a N j C C N J ¢ c o U m m ° W m C u) .� W c J .a N to C O 'NO .0 N L M W rL H N N L O U O w _ d N U U= �• a C C L O m N 0' N a 'W _N 14 GD C S U L! >N � .N a U O N c A y U in > 0 W a W o U # m U E t F°- cO t7 c D W O N M W d n d OJ O N M V W W W (n O e- N M of In W r W m O Z IM Temp. f 6so. #11325 - Exhibit 2 %i �nd colilracls Division C ne - k ase P("int): Ln:Lr015A7a-: Phone: _q!514 - L4Fax: _ -&--D_Q L _ BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... -nis & Conditions, Special Conditions and Special 1. _yCarerui1y read the General Terms 7P ovisions. 2. Pr perly fill out the Bid Forms and the Schedule of Bid Prices. 21,C 3. PFillout and sign the Non -Collusive Affidavit and have it properly notarized. 4. 6Sign the Certification page. Failure to do so may result in your Bid being � de 'ned non -responsive. 5. ill ut the Bidder's Qualification Statement. 6. ill ut the References page. 7. n the Vendor Drug Free Workplace Form. 8. SirFilll� ut the List of Subcontractors. 9. Fill a 5% Bid Guaranty. Failure to provide the stipulated bond or guaranty will result in automatic rejection of your bid. Payment and Perfcrmance Bonds be required and must be submitted on the City's forms, in luded herein. in 10. Eq in 11. Pout and sign the Certified Resolution, InIq de proof of insurance, 12. nclude copy of State Certified or County Competency License(s) V 13. Xrench Safety Form, if applicable. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. and Contracts Division of Tamarac BID FORM BID NO. 07-32B CITY OF TAMARAC DOG PARK The City of Tamarac is hereby requesting Bids from qualified contractors for the construction of the City of Tamarac Dog Park including but not limited to: a new parking lot, sidewalks and concrete pads, drainage system, water and sewer systems, landscaping, irrigation and miscellaneous site amenities. In order to be considered for this project, the Bidder shall possess, at time of bid opening, the following State Certification or any license that can meet, exceed, or legally perform the scope of work will be acceptable, as determined by state or county licensing agency. 1. State Certified General Contractor with at least three (3) years of verifiable full- time successful experience on similar size and scope projects. Occupational license must be in effect as required by Florida Statute §205.065. We propose to furnish the following items in conformity with the specifications and at the indicated bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. In the event of obvious mathematical errors, the Bidder recognizes that these are clerical in nature and may be corrected by City. For each bid item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. A more detailed description of Pay Items are located throughout the Technical Specifications. It is the intent of the City to award this bid based on the Total Base Bid for all bid items. In the event or latent multiplication corrected r addition the errors, the Bidder recognizes that these are clerical errors and may lt - F , .. , of Bid Prices i:., , ..'`€�iti'�i.�r.�l�:�'�lYii',�o'�i,!..,�i�asG�-.�.ii.-:tiYariYLn.uk�...•:il'�:•'�•,:keait�,���:•:x� n ATTACHMENT 9 2 SC.11-2 ro-ised Bidder agrees that any unit price listed is to be multiplied by the estimated quantity requirements listed below in order to arrive at the total price. For each item, Bidder agrees to furnish all labor, material, tools and cqL)ipnlellt VICCOSary to properly perl'orill the work described herein and on project drawings. It is the intent of the City to award this contract based on the Grand Total Base bid for all bid items. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner. Item 0. DESCRIPTION EST. UNIT UNIT PRICE TOTAL PRICE I Bonds and Insurance I LS $ 20 7 CO. 1 74>0 - 2 *Mobilization and Demobilization I LS 3P'-xQ:C). -52:70. 3 Record Drawings 1 I-S $ :Zt 725, 725, 4 Install and Maintain Storm Witter Pollution Prevention MeaSUITS I'S 3, $ -3, $I Z 5 Maintenance ofTraffic 1 LS $ 6 93 Zct:% 6 Clearing..and Grubbing I LS 1 21.5. $ -zg?, Z-4,5- 7 12"Compacted,, Stabilized Sit L)grade 3,000 SY S 2. 44) $ 7, SCe>. 8 8" Limerock Base 3,000 SY $ 3, ra5S I -C.), -'22 , 0& 9 11/2 inch Asphalt (Type S- I 11) 2,750 SY $ 13. c?o $ '56225'. 4"> 10 Site Grading I LS $ Lq. I j5r Pavement Marking. Signagge and Wheel Stops I LS S 2-1 S Type -D- Curb 1,350 LF S.Zc) S ax 13 Raised Concrete Sidewalk 450 ILF $ 15. CA=> $ &I 14 4"'I'Iiick Sidewalk and Concrete Pads 1,250 SY -cc) 'S I S Catch Basin (TYPE C) 4 t o $ 2 125.E S b; �. 16 Control Structure I ,A $ $ Y c3e. t Z5;c>. 17 15- FIDPE 280 1, F $ $ 18 Catch Basin Coring I EA S 46b.— $ L'Xqn. 19 Ext'iltration Trench 280 1.17 $ -3r->. -4Zr $ 'e.557/. 20 Water Supply Systein I LS $ 1 f - $ 14, '9'75-- 21 Sanitary Sevver Manhole 2 1" $ Zt Z3S. 00 $ fV 70. 22 ,rie-in'ro Existing Sanitary Sewer System I 21 ) 8" PVC Sanitary Sever Pipe 270 LF $ 27 _4 $ SCH-3 revised BID FORM (continued) BID NO. 07-32B City of Tamarac Dog Park Item No. DESCRIPTION EST. QTV. UNIT UNIT PRICE TOTA I. PRICE 24 6" PVC Sanitary Sewer Lateral 500 LF S e,.52!> _ _ _ _ S % Z.�� 25 Irrigation System I LS $ 'jy, 17:5. yy, 175, 26 Landscaping I LS 46! �f&> , :> 6 110. 27-1 Park Amenities I I"s Is gs, 360 $ /Ze, coo 28 6' Vinyl Coated Fence 1.300 LF $ 247.. 38, zs5 "Oa 29 Grounding System Installation I LS $ 7, ycag, $ 7 . -"m 30 Indemnification I LS $ 10.00 $ 10.00 31 "Contingency Allowance = I LS $75.000.00 $ 75.000.00 BID AINIOUNT: S 9 -74tz - cu> /Vyl There is a 5% cap for Bid Item No. 2. Any amount above 5% for hem 2, shall be added to Item 5. its not to change the Bidder's total Bid Amount. Reference Page 39, Paragraph 35, of the Special Provisions for terms of the Contingency Allowance. NAME OF BIDDER: IV --ZW9—X�S-TF,—,4��—Ut—t4 --L� - , ,;Z; i City of Tamarac bon . . ......... )�L6-i on Date f-�r—rk (o Q 00 Submitted by: THIS BID IS SUBMITTED TO: Corp. City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88 th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2, This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a. Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b. Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. C. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City, 3, Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. SCH-4 Sid Fein & Schedule of Bid prces City of Tamarac Purctali n,,, an. Ccintracts Dovision BID FORM (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. uthorized-Siqgfl-Ure bispono Typed/Printed Nan* qsLt- Telephone Fax L--Y-P, Company Name S Ll R R Address bc, v FL City, State, ZIP LOB — 0 13 (4 119 Federal Tax ID Number C-w-. a 0 J , Lcm CGCCSCRI,�?011 Email address for above signer (if any) Contractor's License Number i-5 pulchasing and cowy��wls oivisawf City offinlerac BID FORM (continued) 51D NO. 07-32B CITY OF TAMARAC DOG PARK Bidder's Name: . Ln4-rns+-rx4­e_ TERMS: _ % (percent discount, if any, if payment made within DAYS; otherwise, terms are NET 30 days. Delivery/completion: calendar days after receipt of Notice to Proceed or Purchase Order, whichever is applicable for this project. To be considered el ' igible for award, one (1) original and two (2) copies of this bid form should be submitted with the Bid. One original bid must be submitted at time of bid opening. Copies must be provided within 3 business days of City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder, as evidenced by completion of the Certified Resolution form contained herein (or acceptable Corporate Resolution) may be deemed non -responsive and ineligible for award. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. III A .0 a ; !I I II I I I I i I I I i 1 , I I � Wagmaid, Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. S 0-6 Bicl Fort" & Schedule of Bid PdCOS Cty of Tamarac 0e. State of R , ri o— County of�-,.Oard a hin)nczno and says that: i NON -COLLUSIVE AFFIDAVIT )ss. being first duly sworn, deposes He/she is the e net, , 'i e 0 L— , (Owner, Partner, Officer, Representative or Agent) of iA­Lns*C�c. Ei[4, the Offeror that has submitted the attached Proposal; 5. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting Such Proposal; 6. Such Proposal is genuine and is not a collusive or sham Proposal; 7. 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; 8. 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 Printed Name Se LELLC-X!2_ Title 177 7771 "'IT I T-7 Purchaslr?gilfid CLIntracts DI n ACK11vvWI-6 ooMENT NON -COL LUSIVE AFFIDAVIT State of Florid County of --&42v-A<a On this the /)/ day of 1��f20_,gZ before me, the undersigned Notary Public of a-K&— so ally appeared the State of Florida, perso ally appeared and (Name(s)'of individual(s) �—o 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. ENO PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: ((Name of Notary Public: Print, Stamp, or Type as Commissioned) Margaret O'Brien COMrnission#DD449646 Atpersonally known to me, or ro*i 0 Produced identification: ,�;-,Expjres july 11, 2009 (Type of Identification Produced) 1.11 0 DID take an oath, 0rg DID NOT take an oath , 43 aric! ContraVs 0�v Ci,,.v o" Tai",m:irac CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we (1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP F-1 CORPORATION [E/OTHER ❑ 4 If "0 r", Explain:_ Se . V thtorflzeLd ure 61, Typed/Printed N e Telephone Fax Company Name Ll , Address City, State, ZIP 03(.0 Federal Tax ID Number Q14 Email address for above signer (if any) Contractor"s License Number - — —*W i i ! Illill1111111111111111 MEN= 111MUM -'R -"i r"'-'Chasiry wid Contracts Dplision V 64 BIDDER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company -Th±ra + Address City State Zip Telephone Fax Number . ..... 1 How many years has your organization been in business under its present name? I � Years 2. If Vendor is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: N ZA4 3. Under what former names) has your business operated? Nana - List former address(es) of that business (if any). N o(w- -- 4. Are you Certified? Yes 2-' No Fj If Yes, attach copy of Certification 5. Are you Licensed? Yes Eg/""No n If Yes, attach copy of License 6. Has your company ever declared bankruptcy? Yes E] No If Yes, explain: 7. Are you a Sales Representative r-1 Distributor M Broker R or Manufacturer of the commodities/services bid upon? 8. Have you ever received a contract or a pXchase order from the City of Tamarac or other governmental entity? Yes F No if yes, explain (date, service/project, bid title etc.) N /1q 9. Have you ever received a complaVon a contract or bid awarded to you by any governmental entity? Yes D No If yes, explain: 10. Have you ever been debarred opsuspended from doing business with any governmental entity? Yes F-1 No DIff yes, explain: 45 Citiv r1,1 Tarr;e,-.,- REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years'. Your Company Name Address City State Zip Phone/Fax 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 PhonelFax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name CA <- Q — -1 QI —1 — I I �-4 Ft. M au B- 33�501 C M 110 it)j Cc-nitacts D�vision City of Tai,,ra!a- MHUMMEM Preference may be given, to vendors submitting a certification with their bidiproposal certifying they have a dir--g-free workplace in accordance with Section 287.087, Florida Statutes. This requirem-.�tr­ affects all public entities of the State and becomes effective January 1, 1991. The condition is as follo%vs: IDENTICAL TIE BIDS - Z'—ference may be given to businesses with drug -free workplace programs. Whenever tv,: or more bids that are equal with respect to price, quality, and service are received by -.­-_--- State or by any political subdivision for the procurement of commodities or contract,_::=! services, a bid received from a business that certifies that it has implemented a drLK,'-.:7ee workplace program shall be given preference in the award process. Established pro. cures for processing tie bids will be followed if none of the tied vendors have a drug -free- workplace program. In order to have a drug -free workplace program, a business sha, , Publish a statement r,,c, `4,,,:'ng employees that the unlawful manufacture, distribution, dispensing, posse s$ion, or use of a controlled substance is prohibited in the workplace and s1:-_=-_if-y1ng the actions that will be taken against employees for violations of suct,, : -:hlibition. 9. Inform employees =bout the dangers of drug abuse in the workplace, the business's policy of maintit - -g a drug -free workplace, any available drug counseling, rehabilitation,. are ­7 ' ployee assistance programs, and the penalties that may be imposed upon er- _. ,ees for drug abuse violations. 10. Give each emp'c., W --7- ;Bngaged in providing the ccrnmodities or contractual services that are under b;,. = :_:py of the statement specified in subsection (1). 11. In the statemer- specified in subsection (1), notify the employees that, as a condition of work' z on the commodities or contractual services that are under bid, the eiviployee _ _-- _­_- by the tern ­is of the statement and will notify the employer of any conviction c- -- plea of guilty or nolo contenders to, any violation of chapter 893 or of any c,,:-_-c!1ed substance law of the United States or any state, for a violation occurring - he workplace no later that five (5) days after each conviction. 12. Impose a secti-_­ _-n. or require the satisfactory participation in a drug abuse assistance or r-_:-_=:)ilitation program if such is available in the employee's community, by a-.. --a—,ployee who is so convicted. 13. Make a good fzn- --- elffort, to continue to maintain a drug -free workplace through implementation _-, --- s section. As the person authorized to sign the statement, I ify that this fc — :.om plies fully with the above requirements. -rohrat-An,�- - CLOS4�(hy� CO-P, gorrizet Si are company Name ,7 ,, 1 vis on .7r,d Conttact, 5 city 011 LI.-rarac purcl) 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 % Total Contractor Contract License No. Subcontractor Name/Address q_C)_?70ze_>OG C FL CFC- C>5C)5C=-3 t4 KL47- 15 TI P 0 , ('ity 4 Tnnafol: . ..... CERTIFIED RESOLUTION (Name), the duly elected Secretary of rporate Title), a corporation organized and existing under the laws of do hereby certify that the following Resolution was the State of�Ic � 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 ESOLVED THAT Cl 6nowc) (Name)", the duly (Title of Officer) of elected (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond,f 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 SIQNATURE, Given under my hand and the Seal of the said corporation this d ' of 2GS1 (SEAL) By: Secretary Corporate TiLle 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. M ci�,� of Tainal'ac pon­h;?c,;Pq • contricts .. . ....... . 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 UNITCOSTEXTENDED (Description) MEASURE (Qty) COST (LF/SF) LA-40A-CK, LF t Poc) 1 B. $ C. $ D. $ TOTAL It =,n. CZ:> 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 de ed non -responsive. DATE: —01 ignat re) 9 ACKNOWLEDGEMENT STATE OF: ' e � eln 1.10 1 COUNTY OF: Zfz_' '1!57 (,—PERSONALLY APPEARED BEFOREthe undersigned authority, --&Le> 90X�C) who, after first being duly sworn by me, (Name of in@4idual Signing) affixed his/her signature in the space provided above on this,;/27 / . 72 �Lday o 20,r el MargaretO'Brien X NOTARY PUBLIC KAS Commission44 MIA Ann- AC Expires July 11, 2009 My Cov,i-oissjon Expires: 7_&L�W,� M of Tamarac 810 BOND STATE OF FLORIDA) )SS: COUNTY OF BROWARD) & Con&ads DWIon KNOW ALL MEN BY THESE PRESENTS, that we, Intrastate Construction Corp. as Principal, and Hartford Casualty Insurance Cayany - as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Five Percent (5%) of Amount Bid Dollars ($ ) lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated sentwnbar 26 for. CITY of TAKARAC DOG PARK Bid No. 07-32B NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the Principal shall property execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, It shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all- claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. 51 Of & Contracts Division ACKNOWLEDGEMENT BID BOND Signed and sealed this --.16th day of September .2007 9. IN PRESENCE OF: (AFFIX SEAL) A2L Secretary ATTEST. --- "Impress Corporate Seal 52 INTRASTATE CONSTRUCTION CORP. Principal 8488 State Road 84 Business Address Davie, Florida 33324 CItylstatelzip (954) 472-1377 Business Phone HARTFORI,CASUALTY INSURANCE COKPANY Surep Lrf,5 i d, et I& Title Attorney-,InM Jay E. Woody, Attorney -In -Fact and By Florida Resident Agent (239) 275-8226 Direct lnquirles/Claims to: THE HARTFORD POWER OF ATTORNEY BOUMAV 690 ASYLUM AVENUE HARTFORD. CONNECTICUT 06115 call: 888-266-MS or fax: 860 757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 35465032 0 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Q Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois f I.A. Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State o tarn Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida home office in to as up to the amount of unlimited: Jay E. Woody, S.P. Humenchick, Wendy L. Hfngson, Carey L. Roberts, D.A. Valend appoint, Of Fort Myers, FL their true and lawful Attomey(s)-in-Fad, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by & and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. tee eel$ -ONO.i hau�lt*R. Z07% +nw•F • Paul A. Bergenholtz, Assistant Secretary David T. Akers, Assistant Vice President STATE OF CONNECTICUT ss, Hartford COUNTY OF HARTFORD On this 23rd day of July, 2003, before me personally came David T. Akers, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. •° soon F_ Paseka Notary Public CBUDICATE My Commission F.apires October 31. 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 26th day of September, 2007. Signed and sealed at the City of Hartford. sy. '•'� y`•anueaN�• Rasaa► o late � �ra7o� ilT9 �� • �' y ;, • �'hlM~• mow• - - .. � Yves Cantin, Assistant Vice Prcaident. POA 2003 A=QRA CERTIFICATE OF LIABILITY INSURANCE —TOS/07/2007) DATE (N94jDD1YYYY PRODUCER FAX (239)275-8937 Valenti Trobec & Woody, Inc. 4110 Center Point Drive, Suite 215 THIS CERTIFICATE 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 NAIL A -t Myers, FL 33916 (239)275-8826 INSURED Intrastate Construction Corp. INSt,'RERN National Fire Insurance Co., of Hartford 8488 SR 84 INSURER 13 Continental Insurance Company 01807 msuRER C Transportation Insurance Company Davie, FL 33324 INSURER 0 IN' 3LIVER C THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NM.!ED ABOVE FOR THE POLICY PERIOD INDICATED NCT','1aHSTAND1I,t,',, ANY REOU'RENIENT, TERNI OR CONDITION OF ANY CONTRACT OR OTHER DOCUNIENT VATH RESPECT TO VJHICH THIS CERTIFICATE VAY BE: ISSUED OR IAAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUEJECT TO ALL THE TER!.1S, EXCLUSIONS AND CONDITIONS OF SUV:i POLICIES AGGREGATE LIMITS SHOWN NIAY HAVE BEEN REDUCED BY PAID CLAIIJS INSR kDVL TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE Yl$ POLICY EXPIRATION —DAIL (2 M'001yy) LIMITS GENERAL LIABILITY 206 406 51 65 08/15/2007 08/15/2008 EACI I OCCURRE 1,000,0001 com!,irRCIALGENERAL LIABILITY DAMAGL TO REI` PR�MISEq fFj C 100,000 :J CLAIMS MADE [-X] OCCUR MED EXP (Any cpo person,* 5,000 PERSONAL & A00 INJ 14Y - Is I 1,000,000 A T XCU GENE AL AOGnCGktC is 2,000, 000 CEN'L AGGREGATE LIVIT APPLIES PER PRODUCTS - COMPOOP AGG J S 2,000,066 POLICY 1 -1 LOC 1 P F- ^ jERCOT F 1 AUTOMOBILE LIABILITY ANY AUTO 206 406 51 79 08/15/2007 09/IS/2008 C0,31NED SINGLE LIVT (Ear 1,000,000 X r"r!I-VJURY iPcrvscol ALL OVONED AUTOS SCHEDULED AUTOS HIREDAUTOS NON -OWNED AUTOS X BODILY IWURY (P e, .1 C r'!) S X PROPERTY DAMAGE (Per amo(nIA GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN EAACC AL170ONLY AGG, S ANYAUTO S EXCESSiUMRRELLA LIABILITY 206 406 51 96 08/15/2007 08/15/2008 EACHOCCURRENCE 1 4,000,000, 7X OCCURr7 CLAIMS MADE AGGREGATE S 4, 000, 00161 _ S C IS RDECiCTIBILE X RETENTION S 10,000 is ViORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PRCPRET0RJPARTNERiEXECUTh/E V;C STATUOTH. - I J I IMITq --I-TOPY E L EACH ACCIDENT $ r- L DISEASE - EA EMPLOYEE S 01'FICER)MEMBER EXCLUDED? If Ves, describo under SPECIAL PROVISIONS below E L. DISEASE - POLICY LIMVT I S OTHER Installation Floater 2064065165 08/15/2007 08/IS/2008 Limit @ Location: $160,000 A Temp & Transit: $40,000 I 5S,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY V4DORSEME-ITI SPECIAL PROVISIONS 3roward County BOCC is added as Additional Insured on all Liability Policies as respects to %york oerformed by Insured. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TfiE EXPIRATION DATE THEREOF, THE ISSUING INSURER V111.1. CNOEAVOR TO SNAIL 30 DAYS WRITTEN NOTICE TO THE CrRIIFICATr H=E7, I`4,-,I,-,ED TO IIiL LErT, Broward County Board of County Cornmi-rioners — Attn: Purchasing Division BUT FAILURETO MAIL SUCH NOTICE SIIALL IVP0SI,' NO OBJGA'ION OR LIAelLIT 1, 115 S. Andres Avenue Or ANY KIND UPON THE INSURER, ITS AGENTS OR Fort Lauderdale, FL 33301 AUDiORIZED REPRESENTATIVE Stenhen P. Humenchick ACORD 25 (2001108) (OACOW) CORPORATION 1988 Certificate of Insurance 'rhik certificate is, issued as a Matter of information onlG :tnd eoriferk no r'±!Ian upon the id:,; } . ti''r' 'I Iti, certitica€e does not amend. emend. or alter the afforded by the pohcie,� dc>eribed her6n. hooted Insuretl(s): Gevity HR. Inc and its wholly owned subsidiaries including but not limited to Gevity FIR, LP; Ge'vity HR It, LP; Gevity FIR Ill, LP; Levity I-IR IV, LP, Gevity FIR V, LP; Gevity HR VI, LP; Gevity HR VII. LP; Gevity FIR VIIi, LP; Gevity HR IX. LP; Gevity €IR X I_P,: Ge' ity HR X1, LLC; Gevity HR Xlt Corp. 9000 1-own Center Parkv%ay Bradenton, Florida 34202 Coverages: MARSH Insurer Affo A.trtcricall Home Assurance CO.. Member of American International Group, Inc. (At(';) '. `Phis is to certify that the p Olic)'(ieS) of insurance deserihe f herein hate heen is4ucd to the insured named herein for the policy period indicated. Notwiths%mdin my requirement, tarn or condition of any contract or other document %0.1% rc: pim to t:aitieh the Certificate tnny be issued or nim pertain, the insurance afforded by the pot icy(ics)described herein is sulsjcct u1 all the terms. conditions .rots exclusimis, ofstich policy(ies). I t.iutits shoml nut% hide been reduced by paid claims. e of Insurance I Certificate E I). Date I Poliev Number Workers' Compensation Other: Employees Leased To: 1-I-2008 I ICNINVC9719932 R 1Ii1'C9719957 40340 Intrastate Construction. Inc. limits tlailit% �. trt {�ytr`......!__... safer} nt Acodcot $ 2.000,000 Etzh Acod',,nt tie"Jt} tn)m) 134 rtl+CajL` S 2,000,000 P =c.. t v nt'r ti,^.�?.Ip tnrunriy�t)t �ns,� S 2,000,000 Each Persea Effective Date: 1/1/07 I hz atx)s e rc Ixrnlo d %%wizers, compensltion pshntieO prclvt (s) .tatt ory ttn.).ts Cal>, lo the cmph,sco of the Named in:siuee(s) oil .;udh potiw.tsrs), not to th" e;nptc v c; z f astti a :.ct cmpl,s}'cr. Notice of Cancellation: Should any orthe policies described herein be cancelled before the expiration date thereof, the insurer aftbrdim, covera,e will endeavor to mail 30 days written notice to the certificate holder named herein, but failure to snail such Ito:iCe shall impose no obli-ation or liability ofany kind upon the insurer affording coverage, its agents or represenlilt ives. Certificate Holder-: Broward County Board ofCoumy Commiq�;,N tors 115 5 Andrews flue Ste 510 Fort Lauderdale, FL 33301-1826 Michael C. Weiss Authorized Iteprrescratalk v of :Marsh t SA Inc. I''llone T i otcvl_stl;d piE SI-ATE OF I-LUKIUA 0 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 f 1940 NORTH MONROE STREET •ry�O rt <<`' TALLAHASSEE FL 32399-0783 BROWN, JOE HAROLD JR INTRASTATE CONSTRUCTION CORPORATION P.O. BOX 551315 JACKSONVILLE FL 32255-1315 STATE OF FLORIDA AG# 2 610 5 2 ''rDEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGCO52824 06/08/06 050810862 CERTIFIED GENERAL CONTRACTOR BROWN, JOE HAROLD JR INTRASTATE CONSTRUCTION CORPORATT IS CERTIFIED und.,r tho provioic ns of Ch.485 r expiration dates AUG 31, 2008 L06060801155 DETACH HERE AC# 2610528 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#Lo6060801159 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489 FS. Expiration date: AUG 31, 2008 BROWN, JOE HAROLD JR INTRASTATE CONSTRUCTION CORPORATION P.O. BOX 551315 JACKSONVILLE FL 32255-1.515 JEB BUSH SIMONE MARSTILL•ER GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETRRY Purchasing and Contracts Division City of Tamarac to DATE OF ADDENDUM: SEPTEMBER 10, 2007 TO ALL BIDDERS: The following clarifications, changes, additions arid/or deletions are hereby niade part of the Contract Documents for Bid No. 07-32B, The City of Tamarac Dog Park Project. NOTE: - � L 00 a, ��: I L CJ Bid Opening has been charmed from S- 1,0), to Sap'enilber 26p 2 7 0 PM, local time. Bids must be delivered to Tamarac City 7525 NVV Ave, Tamarac, FL 33321, Room 108, by 3:00 PM, September 26, 2007, Proposals must be stamped on or before September 26, 2007, by 3:00 WA in the Purchasing Office, Room 108, City of Tamarac, 7525 NW 88t"Ave, Tamarac, FL 33321. All other terms, conditions and specifications remain unchanged for Bid No. 07-328. Please acknowledge receipt of this Addendum No. 1, by returning it and/or acknowledging it in your submittal. IAA OF COMIPANY: �209;r - 71--3 k,',Aver),,i-e [I Purchasing and Contracts Division City of Tamarac "Conimitted to Ex,zeVence...A1v,,a1-,-' ADDENDUM NO. 2 CITY OF TAMARAC DOG PARK PROJECT DATE OF ADDENDUM: SEPTEMBER 13, 2007 The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 07-32B, The City of Tamarac Dog Park Project, NOTE: 1, The Landscape Table on Sheet C-5 has been revised from the original plans and the revisions are as described in Attachment No 1 of this Addendum, 2, Pay Item No, 29, Grounding System Installation, listed on Page SCH-3 in the Bid Fo,rn of Prices and as described in Section 01150 Measurement & Payment of the specifications, has been clarified as per the attached cletail and FPL specification, see Attachment No. 2, of this Addendum. 3, Page 14. Para. 5, Permits and Licenses Language contained in this Para. does not conflict with Section 010^05-1, The Permit Application Table is supplemental status of certain permits. Payment and reimbursement of permits is as stated in Para. 5, page 14. 4. The Bid indicates that Builder's Risk insurance is required for the project, 5. If the specifications indicate a requirement for a field office, then it shall be required. All other terms, conditions and specifications remain unchanged for Bid No. 07-32B, Proposals must be stamped on or before September 26, 2007, by 3:00 PM in the Purchasing Office, Room 108, City of Tamarac, 7525 NVV 88"' Ave, Tamarac, FL 33321. Pleas,o, acknowledge receipt of this Adrien,'ILlw No. 2, by returning it and/or ackno,.^i-ledging it in your submittal N.,VNIF OF CO!'All"ANY.- I;r Of Purchasing and Contracts Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NO. 3 CITY OF TAMARAC DOG PARK PROJECT M521wil".1 Off-110syl TO ALL POTENTIAL BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Bid No. 07-32B, The City of Tamarac Dog Park Project. NOTE: The Bid Opening Date has been changed from September 26"' to October 4, 2007. Additional information will be advised in Addendum No. 4 expected to be issued later this week. All other terms, conditions and specifications remain unchanged for Bid No, 07-32B. Proposals must be stamped on or before October 4, 2007, by 3:00 PM in the Purchasing Office, Room 108, City of Tamarac, 7525 NW 88 1h Ave, Tamarac, FL 33321. Please acknowledge receipt of this Addendum No. 3, by returning it and/or acknowledging it in your submittal. NAME OF COMPANY: r—NI(V149r-72-1 . 0=2�=Zl—ct4 &FF-. /525 NW 88th Avenue 0 ;arnarac, Florida 33321-2401 H 1954) 597-3570 10 Fax (954) 59/-3565 0 www-tamaroc.0f9 Equal oppoflondy Employet ADDENDUM NO.4 BID NO.07-32B DATE OF ADDENDUM: SEPTEMBER 27, 2007 TO ALL BIDDERS: The following clarifications, changes, additions and or deletions are hereby made part of the Contract Documents for Bid No. 07-32B, the City of Tamarac Dog Park Project. Nate: 1. The Water and Sewer Plan sheet C-4 has been modified from the original plans and the revision is described in Attachment No. 1 of this addendum. 2. Pay items No. 21-24 listed on pages SCH-2 and SCH-3, Bid Form of Prices Measurement & Payment of the specification are modified from the original documents and the revisions are described in Attachment No. 2 of this addendum. Replace SCH-2 & SCH-3 with the attached. 3. Pay item No. 22 described in section 01150 Sanitary Sewer Manhole Coring (connection to existing sanitary sewer system) is modified from the original documents and the revision is described herein: " Pay item No.22 Tie-in to existing sanitary sewer system". Proposals must be stamped on or before October 4, 2007, by 3:00 PM in the Purchasing Office, Room 108, City of Tamarac, 7525 NW 881" Ave, Tamarac, FL 33321. All other terms and specifications remain unchanged for bid No. 07-32B. Please acknowledge the receipt of this Addendum No. 4, by returning it and /or acknowledging it in your submittal. Name of Company: jAmsug!I;A� ez,;g51&VCr1= r. t_. www.sunbiz.org - Department of State Page 1 of Home Contact Us E-Filing Services Previous on List Next on List Events No Name History Detail by Entity flame Florida Profit Corporation INTRASTATE CONSTRUCTION CORPORATION Filing information Document Number L62862 FEI Number 650361143 Date Filed 04/05/1990 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 07/15/1996 Event Effective Date NONE Principal Address 8488 STATE RD 84 DAVIE FL 33324 US Changed 03/12/1998 Mailing Address 8488 STATE RD 84 DAVIE FL 33324 US Changed 03/12/1998 Reaistered Aaent Name & Address BISOGNO, LISA 8488 STATE RD 84 FORT LAUDERDALE FL 33324 US Name Changed: 02/21/2000 Address Changed: 02121/2000 Officer/Director Detail Name & Address Title PT BISOGNO, LISA Document Searches Return To List Farms Help (Entity Name Search i http://www.sunbiz.orglscriptsleordet.exe? ction=DETFIL& nq_doc_number=L62862&inq_came_from=... 10/8/2007 www.sunbiz.org - Department of State Page 2 of 2 1845 NW I I I AVENUE PLANTATION FL 33322 Title VS 81SOGNO, PETER 2001 N.E. 32ND AVENUE FT. LAUDERDALE FL 33305 Annual Reports Report Year Filed Date 2005 03/05/2005 2006 01 /31/2006 2007 01/05/2007 Document Images 01/05/2007 — ANNUAL REPORT 01/31/2006 —ANNUAL REPORT 03/05/2005 — ANNUAL REPORT 03/25/2004 — ANNUAL REPORT 01/10/2003 — ANNUAL REPORT 01/30/2002 — ANNUAL REPORT 02/08/2001 —ANNUAL REPORT 02/21/2000 —ANNUAL REPORT 02/18/1999 — ANNUAL REPORT 03/12/1998 — ANNUAL REPORT 07/08/1997 — ANNUAL REPORT 05/08/1997 — ANNUAL REPORT Note: This is not official record. See documents if question or conflict Home Contact us Document Searches E•Flling Services Forms Help Copyright and Privacy Policies Copyright 0 2007 State of Florida, Department of State. http://www.sunbiz.org/scripts/cordet.exe?action=DETFIL&inq_doc_number—L62862&inq came_from=... 10/8/2007 Licensing Portal - License Details Page I of I Busines &i) . Professional Regulation Log On T" A. Public Services Search for a Licensee Apply for a License View Application Status Apply to Retake Exam Find Exam Information File a Complaint AB&T Delinquent Invoice & Activity List Search �* User Services Renew a License Change License Status Maintain Account Change My Address View Messages Change My PIN View Continuing Ed Term Glossary Online Help (FAQs) Licensee Details Licensee Information Name: BROWN, JOE HAROLD IR (Primary Name) INTRASTATE CONSTRUCTION CORPORATION (DBA Name) Main Address: P.O. BOX 551315 JACKSONVILLE Florida 32255-1315 County: DUVAL License Mailing: Lice n sel-oca tion: License Information License Type: Certified General Contractor Rank: Cert General License Number: CGC052824 Status: Current,Active Licensure Date: 03/22/1991 Expires: 08/31/2008 Special Qualification Effective Qualifications Qualified Business License 08/24/2005 Required View Related License Information View License Complaint I Terms of Use I I Privacy Statement I littps://w%,,,%N,.myfloridalicense.com/LicenseDctail.asp?SID=&id=737341 1018/2007 Licensing Portal - License Details Page 1 of 1 Florida Department Busines Professi nal Regulation Log On •; Public Services Search for a Licensee Apply for a License View Application Status Apply to Retake Exam Find Exam Information File a Complaint AB&T Delinquent Invoice & Activity List Search A User Services Renew a License Change License Status Maintain Account Change My Address View Messages Change My PIN View Continuing Ed ;� 11 Term Glossary Online Help (FAQs) :i - "al - DBPR ONLINE SERVICES Home 1 Help I Site Map 90.24:26 AM fWWW7 . Licensee Details Licensee Information Name: INTRASTATE CONSTRUCTION CORPORATION (Primary Name) Main Address: County: License Mailing: LicenseLocation: 8488 S.R. 84 DAVIE Florida 33324 BROWARD License Information License Type: Construction Qualified Business Rank: Qualified Org License Number: QB0009194 Status: Null and Void Licensure Date: 01/15/1998 Expires: 08/31/200S Special Qualification Effective Qualifications View Related License- Information View License Complaint I Terms of Use I I Privacy Statement I hops://www.myfloridalicense.conVLicenseDetail.asp?SID=&id=856705 10/8/2007 AGREEMENT BETWEEN THE CITY OF TAMARAC AND INTRASTATE CONSTRUCTION CORPORATION THIS AGREEMENT is made and entered into this ­--�s day of 2004by 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 Intrastate Construction Corporation, a Florida corporation with principal offices located at 8488 State Road 84, Davie, FL 33324 (the "Contractor") to provide for construction of the City of Tamarac Dog Park. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, Bid Document No. 07-32B, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's bid/proposal included herein, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between Bid No. 07-32B as issued by the City, and the Contractor's Proposal, Bid 07-32B 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 to construct the City of Tamarac Dog Park. 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 -t!rd �i�3t>tE;itt 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 210 calendar days from issuance of City's Notice to Proceed, with up to 30 days for final completion, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, completion shall mean the issuance of final payment. 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations hereunder, so that all required permits for the construction portion of the work may be obtained by the City in accordance with the Schedule included in the Contract Documents. In the event that any delays in the 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 Agreement the parties shall agree on an equitable extension of the time for substantial completion hereunder and any resulting increase in general condition costs. 5) Contract Sum The Contract Sum for the above work is Six Hundred Forty -Nine Thousand, Seven Hundred Forty -Two Dollars and no cents ($649,742.00). This sum includes a Seventy -Five Thousand Dollar ($75,000.00) contingency allowance to be used only to the extent necessary as determined and approved in writing by City. 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. The City desires to be able to make payments utilizing City's Visa Procurement Card as a means of expediting payments. It is highly desirable that the successful proposer have the capability to accept a Visa Procurement/Credit card as a means of payment. 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 3 Agioertvof executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 8.5 Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party no later than fifteen (15) days 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 Ay, e: in(, rtf Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by 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 City's employees, or separate contractors employed by City, or by changes ordered in the Work, or by delay authorized by 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 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 AcPoetneot 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 performance of Contract, Contractor shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Contractor will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 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. 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 6 Agreement 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 by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR Intrastate Construction Corp. 8488 State Road 84 Davie, FL 33324 Phone: (954) 472-1377 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 the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 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 8 Agreerrrerrt 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. 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. Remainder of Page Intentionally Blank 9 Ar�r�:�rn�r�t 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. ATTEST: .f�li'� 'aTW�IfG Marion Swenson, CIVIC -.City Clerk : ;)M MCI-2 Date �r ,��g rklfdf�j�rpo rate Secretary Peter Bisogno Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Beth Flansbaum-Talabisco, Mayor C Date Jeffr L. Miller, City Manager Date Approved s to form and legal sufficiency: City Atto ney I/ h -7 -7 Date Construction Corporation Name nature Lisa Bisogno, President Type/Print Name of President/Owner Date 10 Agreetrwnt CORPORATE ACKNOWLEDGEMENT STATE OF :SS COUNTY 0F��1C/fr�y 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 Lisa Bisogno, President of IntraNate Construction Corporation, 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 ��/� �, 2001. Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced " Margaret O'Brien #, Commission#DD449646 DID take an oath, or :;,K-6*FFExpires July 11,^2��7019 DID NOT take an oath. ,-t cy F�m irni+r�, �ii1N !!!