Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-202Temp. Reso. #11060 — September 12, 2006 Page 1 Rev. #1 — 8/12/06 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006-gQ;Z, A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP #06-02R AND EXECUTE AN AGREEMENT WITH DIPOMPEO CONSTRUCTION CORPORATION FOR THE DESIGN/BUILD OF THE TAMARAC SPORTS COMPLEX EXPANSION FOR AN AMOUNT NOT TO EXCEED $6,029,700; APPROVING FUNDING IN THE AMOUNT OF $6,029,700 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 City of Tamarac has received several grants for the acquisition and development of the Tamarac Sports Complex expansion parcel; and WHEREAS, the Tamarac Sports Complex Expansion abuts the Tamarac Sports Complex, located at 9901 N.W. 77th Street, Tamarac, and will feature two (2) full-size and one (1) Little League baseball fields, concession building with meeting room and restrooms, picnic shelter; playground, fishing pier, multi- purpose path, natural area, parking, and improvements of existing park facilities; and Temp. Reso. #11060 — September 12, 2006 Page 2 Rev. #1 — 8/12/06 WHEREAS, the City published Request for Proposals RFP #06-02R for the design/build of the Tamarac Sports Complex Expansion; and WHEREAS, Request for Proposals RFP #06-2R (Steps 1 & 2) and Addendums 1 and 2, are attached hereto as "Exhibit 1 "; and WHEREAS, the City examined responses from MBR Construction, and DiPompeo Construction Corporation; and WHEREAS, the above mentioned firms were requested to make formal presentations to the RFP Selection and Evaluation Committee consisting of City Engineer John Doherty, Parks and Recreation Director Gregory Warner, Special Projects Coordinator Michael Gresek, and Parks Superintendent Lance H. Moll; and WHEREAS, a copy of the ranking sheet is attached hereto as "Exhibit 2"; and WHEREAS, the RFP Selection and Evaluation Committee determined that the response submitted by DiPompeo Construction Corporation attached hereto as "Exhibit 3" was best able to meet the needs of the City; and WHEREAS, the City of Tamarac has negotiated a contract with DiPompeo Construction Corporation for their services at a cost not to exceed $6,029,700, which includes a contingency allowance of $200,000 (attached hereto as "Exhibit 4"); and WHEREAS, it is the recommendation of the Director of Parks and Recreation and the Purchasing and Contracts Manager that the contract for the Temp. Reso. #11060 — September 12, 2006 Page 3 Rev. #1 — 8/12/06 design/build of the Tamarac Sports Complex Expansion be awarded to DiPompeo 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 the contract for the design/build of the Tamarac Sports Complex Expansion, at a cost not to exceed $6,029,700 to DiPompeo Construction Corporation. 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: DiPompeo Construction Corporation is awarded the Request for Proposal for the design/build of the Tamarac Sports Complex Expansion at a cost not to exceed $6,029,700, which includes a contingency allowance of $200,000. SECTION 3: The appropriate City officials are hereby authorized to execute an Agreement between DiPompeo Construction Corporation and the City of Tamarac for the design/build of the Tamarac Sports Complex Expansion. SECTION 4: That funding will be available in the appropriate Grant and Capital Improvement Accounts. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp. Reso. #11060 — September 12, 2006 Page 4 Rev. #1 — 8/12/06 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. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this dj ' day of 0C+)bj-(', 2006. ATTEST: --� /"""J MARION SWEN ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 'Ro"- � 7'suri MRIA-00, � w"2- n z�llm_ r-0401 BETH R MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF Ale- DIST 4: COMM. DRESSLER 1 1 1 Temp. Reso. #11060-Exhibit 1 REQUEST FOR PROPOSALS RFP 06-02R DESIGN/BUILD OF THE TAMARAC SPORTS COMPLEX EXPANSION Issued on behalf of the Parks & Recreation Department City of Tamarac Purchasing Division 7525 NW 881h Avenue Room 107 Tamarac, Florida 33321-2401 (954) 724-2450 The Remaining pages of EXHIBIT 1 are on file, and may be viewed, at the Office of the City Clerk. Temp. Reso. #11060-exhibit 2 9/18/2006 Design/Build of the Tamarac Sports Complex Expansion RFP 06-02R Committee Evaluation Totals Proposer's Name: DIPOMPEO MBR No Conflict of Interest ok ok Adhered to the Instructions ok ok BACKGROUND,(Max 0 points City Engineer 19 18 Director, Parks & Recreation 19 17 Special Projects Coordinator 20 17 Superintendent, Parks & Recreation 16 14 WORKLOAD & AVAILABILITY (Max 15 points) City Engineer 14 12 Director, Parks & Recreation 14 13 Special Projects Coordinator 15 15 Superintendent, Parks 13 11 KNOWLEDGE & APPROACH (Max 15 points) City Engineer 13 10 Director, Parks & Recreation 14 13 Special Projects Coordinator 15 15 Superintendent, Parks 12 8 DESIGN/BUILD TEAM WORK HISTORY (Max 10 points) City Engineer 8 8 Director, Parks & Recreation 9 9 Special Projects Coordinator 10 10 Superintendent, Parks 8 7 PROJECT COST (Max 20 points) City Engineer 20 17.3 Director, Parks & Recreation 20 17.3 Special Projects Coordinator 20 17.3 Superintendent, Parks 20 17.3 PROJECT TIME LINE & COMPLETION DATE (Max 20 points) City Engineer 20 20 Director, Parks & Recreation 20 20 Special Projects Coordinator 20 20 Superintendent, Parks 15 14 TOTAL POINTS City Engineer 94 85.3 Director, Parks & Recreation 96 89.3 Special Projects Coordinator 100 94.3 Superintendent, Parks 84 71.3 374 1 1 340.2 TOTAL RANKING City Engineer 1 2 Director, Parks & Recreation 1 2 Special Projects Coordinator 1 2 Superintendent, Parks 1 2 1 1 1 1 Udrive/2006 Bids/RFP 06-02R/Evaluation Total Worksheet.xls Temp. Reso. #11060—Exhibit 3 ;.. Dt Pompeo Construction Corporation CGC 037741 • Since 1927 General Contractors • Design Build Services • Construction Management May 24, 2006 City of Tamarac Purchasing Division 7525 N.W. 88`h Avenue Tamarac, Florida 33321 Attn: Jim Nicotra — Senior Procurement Specialist Re: Tamarac Sports Complex Expansion Design/Build RFP No.: 06-02R - Step II Dear Mr. Nicotra: This is to convey our letter of interest for the above referenced project. The Di Pompeo Construction Design/Build team is pleased to present our proposal submissions, plans and specifications contained in the enclosed package. The members of our team consist of: • Di Pompeo Construction Corporation — Design Builder • R.E. Chisholm Architects, Inc.— Architect (MBE) • De Rose Design Consultants, Inc. — MEP/Civil/Structural Engineers (WBE) • THE RMPK Group (Formally known as Durr & Associates) - Landscape/Irrigation Architects As previously stated in our Step I submittal, we have Design/Build experience, some of our recent Design/Build projects are: • North Homeless Assistance Center — completed for Broward County on time and in budget • Betti Stradling Memorial Park — for the City of Coral Springs on time and in budget • Mullins Park Maintenance Facility — for the City of Coral Springs on time and in budget • Boca Preparatory School — for Boca Raton Preparatory School on time and in budget Our team is excited about submitting our proposal for this project. We sincerely feel we are qualified for this task as indicated by our experience and qualifications. We appreciate your consideration of our team's proposal submission and look forward to a successful completion of the Tamarac Sports Complex Expansion Respectfully Submitted, 2301 N. W. 33rd Court • Unit #102 Telephone: (954) 917-5252 Pompano Beach, Florida 33069 Fax (954) 974-4646 El City of ,;,ma,r;c Purchasing & Coniracts Divisron PROPOSALFORM (continued) RFP 06-02R DESIGN/BUILD OF THE TAMARAC SPORTS COMPLEX EXPANSION ITEM DESCRIPTION TOTAL COST A. Site Plan/Expansion Design $ B. Construction $ Aono, (c TOTAL DESIGN/BUILD COST $ �,(! .1 Design/Build Firm Nar Authorized Signature: Printed Name of Authc NOTE: Proposal Forms submitted without the manual signature of an officer of the Proposing firm may be deemed non -responsive and ineligible for award. 21 , 1 City Of Tamarac -- — ----- ---- Purchasing & Con acts Division PROPOSALFORM (continued) RFP 06-02R DESIGN/BUILD OF THE TAMARAC SPORTS COMPLEX EXPANSION Delivery/completion:SO calendar days after receipt of City's Notice to Proceed. (Must correlate with any other completion timeline offered by Proposer). The delivery/completion time entered above must be defendable, per the required milestone event schedule to be submitted with your proposal. (Reference Page 4, Section III, Proposal Requirements, Item A. Technical Proposal, Paragraph 4). IF "NO RFP" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Proposal is not being submitted at this time. 22 'y Di Po%jConstructionoration CGC 037741 • Since 1927 General Contractors • Design Build Services • Construction Management VOLUNTARY ALTERNATES Deducts: 1. We have included 12 waste receptacles 2. We have included blinds on windows, if not required 3. We have included 6 bike racks Deduct ($ 4,700.00) Deduct ($ 1,600.00) Deduct ($ 1,900.00) 4. We have included l 1 additional bench for playground area Deduct ($ 4,550.00) 5. We have included 2 water drinking fountains Deduct ($ 1,100.00) Total .Deducts $ 13,850.00 2301 N. W. 33rd Court • Unit #102 Pompano Beach, Florida 33069 Telephone: (954) 917-5252 Fax. (954) 974-4646 iol %ify cf T,,— 2c SDnision CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE RFP We (1), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Request for Proposal. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Offerors, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire RFP. Indicate which type of organization below: INDIVIDUAL ❑ If "Other", Explain: /0 Title PARTNERSHIP ❑ CORPORATION ® OTHER ❑ 2301 NW 33rd Court, Suite 102 Address City tate/ ip' FL 33069 John Di Pompeo Jr. Name (Printed or Typed) 65-042629.4 Federal Employer I.D./Social Security No. °�:4? 7-5252 Telephone 954-974-4646 Fax Number JDi n�mnPn@Di c�mnPnr c)nat rust i an. com Contact Email Address (:ntact erson 24 Certification Form 1 of 1 11 a DCC ��un_';sing 8 Cc;�,r its Ji,'i;;ior; CERTIFIED RESOLUTION I, Tnhn Di Pnimp en _.Sr (Name), the duly elected Secretary of Pompe dame of Corp.), a corporation organized and existing under the laws of the State of F-�61 1 dca- do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT _John Di Pompeo Jr. (Name)", the duly elected President (Title of Officer) of Pompeo Conctr uc-t-i on Corp- (Name of Corp.) be and is hereby authorized to execute and submit a RFP and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the RFP, 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 John Di Pompeo Sr TITLE VP/Secretary S A E Given, under my hand and the Seal of the said corporation this2oay of_ May , 20D_6. (SEAL) By:�l�c Secretary Corporate Title 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 RFP and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 5 CerfiPied Fesoh /.lion 1 0` i INAE /� t/ V �- �,. ° ',7r/�i:.". i .; a .: l 11:�"1►` � Asw <' w►'� .; . •�r�.r w r � �t . ►.. �. � :, w - -- - _ .... � .., L" Poauccn I FRANK H . FURMAN, INC. 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 FRANK H. FURMAN #A091425 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE P . 0. BOX 1927 COMPANY A NATIONAL FIRE INS OF HARTFOR/D POMPANO BEACH, FL 33061 NsuReo D I POMPEO CONSTRUCTION CORP Co B ANr VALLEY FORGE INS A V COMPANY O TRANSPORTATION INS CO %4 2301 N W 33 CT #102 COMPANY POMPANO BEACH FL 33069 D THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHIOH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO VTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMMOrM PQUGT EXPIRATION DATE (Mumcfm LmtrTS OEMMAL weu " 2082720746 2/ O 1/ 0 6 2/ O 1/ 0 7 GENERAL AGGREGATE .2 0 0 0 0 0 0 X PRODUCTS • COMPIOP AGG 52,000,000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE a OCCUR PERSONAL L ADV INJURY $1 0 0 O 0 0 0 EACH OCCURRENCE $1 000 000 OWNER'S i CONTRACTORS PROT FIRE DAMAGE (Any ore Nv) i 100,000 MED D(P (Arty one Person) s 5,000 3 AUTOMOBILE X LNABIUTY ANY AUTO 2082720763 2/ 01 0 6 2/ 01 0 7 COMBINED SINGLE LIMIT 1,000,000 S BODILY INJURY (Poe por) S ALL OWNED AUTOS SCHEDULED AUTOS X X BODILY INJURY (Per acclort) HIRED AUTOS NONLVINED AUTOS PROPERTY DAMAGE $ GARAGE LIANIMM AUTO ONLY - EA ACCIDENT S OTHER THAN AUTO ONLY: ANY ALTO EACH ACCIDENT 1 AGGREGATE f : EXCESS LIABILITY 2082720777 2/ 01 / 0 6 2/ 01 / 0 7 ECM OCCURRENCE s 2 000,000 AGGREGATE s 2 000,000 X UM13RFI I FORM s OTHER 711AN UMBRELLA FORM 3 womms coMPE7NSATIoN AND 2082720780 2/ 01 / 0 6 2/ O 1/ 0 7 X TORN uMRs ER EL EACH ACCIDENT S 100,000 EMPLOYERS' LIOALnY EL DISEASE -POLICY LIMIT t 500,000 THE PROPRIETOR! X INCL PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE -EA EMPLOYEE 3 100,000 OTM[A PROD: DESIGN/ BUILD OF THE TAMARAC SPORTS COMPLEX EXPANSIOR. BID NO. 06-02R. DESCRwnom OF OPERATION &ocATIONSevEmCLrAmPECIAL ITEMS CERTIFICATE HOLDER IS ADDITIONAL INSURED AS RESPECTS TO GENERAL LIABILITY WHEN REQUIRED BY WRITTEN CONTRACT ONLY FOR WORK PERFORMED BY INSURED AS PER ADDITIONAL INSURED ENDORSEMENT G-140331-A(01/01) .......... 9MOULD ANY OF THE ABOVE 000WED POLICIES BE CAM^R F^ BEFORE TIME CITY OF TAMARAC RXPIRATION DATE THEREOF, TM! WWWO COMPANY WILL ENDEAVOR TO MAD. PURCHASING DIVISION Ys wR TO TIN caMT>Fr�►TE HOLDER NAMED TO TIffi LEFT, 7525 NW 8 8 TH AVE # 10 7 FwT FANwR TO 9U OTIM SMALL MPOSE MO OBUCAYICIM OR I SABTUTYTAMARAC FL 33321-2404 N COMPANY, ITS ACERM PEDREBBNTATIVES_ AImMOT,� A6'ORD:'->25=5 {'1aB5):' :. :: •:.,.. ..:: > >..:..:.... ... `..` . •... •r:: : �f /iC0 r~ORRO.f1AT1011i t�18D: LFDIC Ll fy ial r amarac �1 PUrLi18Sll?g d' C 0r%ih%Ci.0 iJl blj;l(,'i TRENCH SAFETY Bidder acknowledges that included in the appropriate bid items of the proposal and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) effective October 1, 1990. The bidder further identifies the costs of such compliance to be summarized below: TRENCH SAFETY MEASURE UNITS OF UNIT UNIT EXTENDED (Description) MEASURE (Oty) -COST COST (LF/SF) AStorm Drainage/Trench B x LF 1400 $ 1.50 $ 2100 BSewer/Trench Box LF ?p0 $ 1.00 $ 700 C r T n B x LF 1600 $ 1.00 $ 1600 D. $ $ TOTAL $ 4400. If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (5') in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared nS_2a_ni ' (Date) (Signat ACKN rLEDGEMENT STATE OF: _Florida COUNTY OF: Broward PERSONALLY APPEARED BEFORE ME, the undersigned authority, respflrrsive. John Di Pompeo Jr , who, after first being duly sworn by me, (Name of individual Signing) affixed his/her signature in the space provided Eve on this 224_day of May 20 06 ,L fi, NOTARY BLIC My Commission Expires: 23 -- Trench Safety Form 1 of 1 F ? OCIC of Tc!-nar_.iC-_----_---_---------------- ------Puroharl%Ig and Coot.,acts Division U LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to Be Performed iIdin LS; El ; al Plumbing % Total Contract Ina Contractor License No. EC0000249 1% CACO24380 2% CFC057511 to Woxk tt ndPrgro u.nd i lities 20% Roof i ng 2% Painting Landscaping Fire Sprinkler Balance of Work RU0058464 CCC050451 Subcontractor Name/Address Ampco Electric Ft. Lauderdale Air Install A/C Weston Plumbing Mart of South FL Boca Raton McKay Contracting Pompano Beach Southern Coast Roofing Ft. Lauderdale 2% OOBS00498 Color Magic Painting Miami 3$ 324-0008058 Landscape Service Professior. Coral Springs 1% 87490500012.002 T & M Fire Sprinklers Davie 60% CGC037741 Di Pompeo Construction Corp. Pompano Beach 37 List of Subconfracfors 1 of 1 No Text Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we DiPompeo Construction Corp. 2301 NW 33rd Court, Suite 9102, Pompano Beach, FL 33069 as Principal, hereinafter called the Principal, and Hartford Casualty Insurance Company 400 International Parkway, Suite 425, Heathrow, FL 32746 a corporation duly organized under the laws of the State of Indiana as Surety, hereinafter called the Surety, are held and firmly bound unto City of Tamarac, 7525 N.W. 88th Ave, Room 108, Tamarac, FL 33321 as Obligee, hereinafter call the Obligee, in the sum of Five Percent of Amount Bid ( 5% for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has submitted a bid for Design/Build Tamarac Sports Complex Expansion NOW, THEREFORE, if the Obligee shall accept the bid of the principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed May 24, 2006. Witnesses: DiPom eo Cons_truction C f (Seal) Bv. !, / HartfVd Casualty Insurance Comman (Seal) r'1��-{:t• BY.Zz���� Michael A. Holmes, Attorney -In -Fact and Florida Resident Agent Direct Inquiries/Claims to: POWEROF ATTORNEY THE HARTFORD AFORD NUE HARTFORD, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 V ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 21-220140 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana 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 Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Thomas Riley, Michael A. Holmes, Gerald J. Arch, James F. Murphy, Susan Bohm, G. W Fitch, Michael A. Bonet, Shawn A. Burton of Fort Lauderdale, FL their true and lawful Attorney(s)-in-Fact, 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 September 12th, 2000, 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. �•y1t U.�� �� t 1 .e`,•t',.'r yee'�±. �iwry p ��Y7 • � :',rcerrrr +r.',: f i0ar i/.jri`Y�rti '��•"�4r�'; ^t_ �'a'Yecorey 1 �r \"+rrrr,rY, �..u�1• —1 rpgY 197%i enN' R . ,Q C", Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT SS. Hartford COUNTY OF HARTFORD Colleen Mastroianni, Assistant Vice President On this 25t" day of October, 2002, before me personally came Colleen Mastroianni, to me known, who being by me duly sworn, did depose and say: that she resides in the County of Hartford, State of Connecticut, that she is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument, that she 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 she signed her name thereto by like authority. s Mo►ruA``PQyy'rr ,< �i� � 'f /_.GI.... •�� " Scott E. Paseka Notary Public CERTIFICATE My Commission Expires 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 May 24, 2006. Signed and sealed at the City of Hartford. ,�I�Y� ' ��Ya..Ye.re:;: a 100T R J�� !:�•�+rrae.'�a:>`_ �a'Y �4urM• 3- t9TO�+-'F '� 1979ii 'Y 19t9 '.'w.ra•,•`• �ir�a .:....r',e ./ f ��'M„.^,et�wY,,',r n•,ue. Yves Cantin, Assistant Vice President POA 2003 Al■ DCC OF City of Tamarac "Committed to Excellence...Alwoys" Purchasing and Contracts Division ADDENDUM NO. 1 BID NO. 06-02R DESIGN/BUILD TAMARAC SPORTS COMPLEX EXPANSION DATE OF ADDENDUM: APRIL 20, 2006 TO ALL PROPOSERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP 06-02R, Design/Build of the City of Tamarac's Sports Complex Expansion. The Step 2 Proposal due date has been changed from May 101n to Wednesday, May 24, 2006 at 2:00 PM. Accordingly, Presentations will be held the morning of Friday, May 26th. Exact presentation times will be advised prior to May 26m Note: Along with the change in due date, the time of delivery has changed from 4:00 to 2:00pm. Proposals must be stamped in on or before Wednesday, May 24, 2006, 2:00 PM in the Purchasing Office, Room 108, City of Tamarac, 7525 NW 88tn Ave, Tamarac, FL 33321. All other terms, conditions and specifications remain unchanged for RFP No. 06-02R. Please acknowledge receipt of this Addendum No. 1, by returning it and/or acknowledging it in your submittal. NAME OF COMPANY: _D Pgm�e4 Construction _Corp ______ 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomaroc.org Equal Opporluntly Employer Purchasing and Contracts Division City of Tamarac "Committed to Excellence ... A/ways" ADDENDUM NO. 2 BID NO. 06-02R DESIGN/BUILD TAMARAC SPORTS COMPLEX EXPANSION DATE OF ADDENDUM: MAY 8, 2006 TO ALL PROPOSERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP 06-02R, Step 2, Design/Build of the City of Tamarac's Sports Complex Expansion. The Step 2 Proposal due date remains May 24, 2006 at 2:00 PM. Presentations will be held the morning of Friday, May 261n. Exact presentation times will be advised prior to May 26tn Note: Along with the change in due date, the time of submittal was changed from 4:00 to 2:00pm. Responses to inquires of May 1, 2006 follow; 1. The City does not have a current site survey. 2. The City does not have a soil boring report. As stated in the Design Criteria Package, soil boring reports are not available and shall be the responsibility of the Proposer. 3. All exotics are to be removed from the project site and any trees in the way of construction are to be removed. 4. It is assumed that there is an existing drainage permit on file with the SFWMD and/or Broward County EPD. 5. Particular Building type or Style. There is no particular building type or style. 6. As stated in the Design Criteria Package, the Proposer is responsible for all site plan submissions to the City's Development Review process, including DRC, Planning Board and City Commission approvals. Review timeframes depend on Proposer's ability to meeting City, County and State requirements. 7. The existing berm is to be removed. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomaroc.org Equal Opportunity Employer < RI "Committed to Excellence... Always" Purchasing and Contracts Division Page 2 Proposals must be stamped in on or before Wednesday, May 24, 2006, 2:0_ in the Purchasing Office, Room 108, City of Tamarac, 7525 NW 88`h Ave, Tamarac, FL 33321. All other terms, conditions and specifications remain unchanged for RFP No. 06-02R. Please acknowledge receipt of this Addendum No. 2, by returning it and/or acknowledging it in your submittal. NAME OF COMPANY: _Di--ps QQ__C9M3_txuQ±1.9rl_C_Q1<ps_____________ 7525 NW 88th Avenue ■ Tomoroc, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 • www.tamc3rac.org Equal Opportunity Employer The Remaining pages of EXHIBIT 3 are on file, and may be viewed, at the Office of the City Clerk. Temp. Reso. #11060 — Exhibit 4 AGREEMENT BETWEEN THE CITY OF TAMARAC AND DI POMPEO CONSTRUCTION CORPORATION THIS AGREEMENT is made and entered into this day of Or,+DJ9Cr , 2006 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 Di Pompeo Construction Corporation, a Florida corporation with principal offices located at 2301 NW 33rd Court, Suite 102, Pompano Beach, FL 33069 (the "Contractor") to provide for design and build services to construction the Tamarac Sports Complex Expansion project. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, Attachment "A" of this agreement (attached), RFP Document No. 06-02R (Steps 1 and 2), including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, schematic site plan signed by the City on October 18, 2006, 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 RFP 06-02R (Steps 1 and 2) as issued by the City, and the Contractor's Proposal, RFP 06-02R (Steps 1 and 2) 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 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 480 calendar days from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. The work shall be completed (final completion) within 30 calendar days from issuance of substantial completion, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, substantial completion shall mean issuance of temporary Certificate of Occupancy and final completion shall mean the issuance of final payment. ACgroel ent Y 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 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 a "not to exceed" total of Six Million Twenty Nine Thousand Seven Hundred Dollars ($6,029,700.00). A contingency amount of Two Hundred Thousand Dollars ($200,000.00), 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 Agreement d personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. 8) Change Orders 8.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. 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. 4 Agreement P 8.6 Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9) Liquidated Damages All time limits stated in the Contract Documents are of the essence of the Agreement. The parties acknowledge that damages arising from delay in meeting these time limits are difficult or impossible to ascertain. Therefore, the parties hereby agree that in the event that the Contractor fails to meet the time limits, as may be extended by the City in accordance with the terms of the Agreement or as otherwise provided in the Agreement, liquidated damages will be assessed against Contractor in the amount of FIVE HUNDRED DOLLARS AND NO CENTS ($500.00) for each calendar day beyond the time imposed until such work is completed. 10) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted to City by Contractor from all suppliers, subcontractors, and/or Contractors who submitted a "Notice to Owner" and a Consent of Surety on behalf of any and all other suppliers and subcontractors 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 form 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 1-1 date of City approval 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 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 DiPompeo Construction Corp. 2301 NW 33rd Court, Suite 102 Pompano Beach, FL 33069 954-917-5252 7 Agreement Q v 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 Agreement Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non -performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions, such as delays in permitting due to outside agencies, which are beyond the Contractor's control. 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 The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the 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 the Contractor, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. Remainder of Page Intentionally Blank 9 Agreement ent /J` 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: Allariotiw�nson, MC --City Clerk Date '--�- ATTEST: Sig ture of Corporate ecretary John DiPompeo Sr. Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Beth Flansbaum-Talabisco, M yor Date effrey L. filler, City Manager Dat to fo City'Attorney i Di Pompeo Construction Company NWne _ /j Sig John DiPompeo Jr., President Type/Print Name of President/Owner Date ncy: on 10 Agreement Q9 CORPORATE ACKNOWLEDGEMENT STATE OF flbrlda :SS COUNTY OF 6(WIrd- 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 John DiPompeo Jr., of Di Pompeo 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 OC7-0,0e�?— , 20P Signature of Nota ublic �Dom M Moody State of Florida at Large ; My Commission DD365506 (� / Expires October 24, ni Print, Type Or Stamp Name of Notary Public Personally known to me or Produced Identification Type of I.D. Produced [� DID take an oath, or (� DID NOT take an oath. ,agreerner7t p J Di Pompeo 44 Construction Corporation CGC 037741 • Since 1927 General Contractors • Design Build Services • Construction Management Attachment "A" October 14, 2006 Sent via fax to (954) 597-3710 John E. Doherty, P.E. Assistant Director of Public Works/City Engineer Public Works Department 6011 Nob Hill Rd. 2nd Floor Tamarac, FL 33321-6200 Re: City of Tamarac Sports Complex RFP # 06-02R Dear Mr. Doherty, Pursuant to our numerous meetings and several phone conversations, we have value engineered and brainstormed all items we discussed plus a few of our own ideas to come to a budget that you hoped for. We can Design and Build the entire project per the RFP and contingent upon the acceptance of the below items for a total of $5,829,700.00. To summarize: Our original proposal amount was: $5,919,000.00 Changes since initial RFP submission: 1. Reduce shelter to 30' Octagon. 2. Remove 4 picnic tables @ shelter. 3. Remove 5 benches @ playground area. (Benches are non sleep type) 4. Reduce playground by 2,200 sf. 5. Reduce cover @ playground to 1,000 sf. 6. Delete the larger piece of playground equipment. 7. Delete interior site common area lighting and use overspill lighting off high mast poles. 8. Change the perimeter 8' walkway to asphalt. 9. Delete 6 freestanding fence dugouts. 10. Add 6 storage buildings w/ OH Doors, adjacent masonry dugouts w/ fence to resemble Coral Springs 11. Add 3 covers for scorer/announcer booths. 12. Add 4 singular eight foot gates at outfields to allow mower access 13. Delete landscape squares between fields and change distance between fields to 60 feet 14. Change size of fishing pier to 10 feet from water edge with 35 foot head piece (parallel to land) 15. Add additional fill as a result of topographic survey 16. Revise field drainage system to single line main with laterals 17. Simplify design of 2 story concession building 2301 N.W. 33rd Court • Unit #102 - Pompano Beach, Florida 33069 Telephone: (954) 917-5252 • Fax• (954) 974-4646 October 14, 2006 Page 2 of 2 City of Tamarac Sports Complex RFP # 06-02R, Steps 1 & 2 18. Remove 2 parking lots (the extension east of hockey rink and twelve spaces north of existing tank) 19. Simplify water service throughout site 20. Change distance from backstop to home plate and dugouts to I" and 3`d base lines to 30 feet Total Savings items 1-20 <$89,300.00> Final Contract Amount $5,829,700.00 However, just to confirm other items discussed, the City will provide all final meters and concession equipment/appliances which is standard on municipal projects. If the above meets with your and Mr. Warner's approval, we will advise our consultants to make these changes on the plans and upon their completion we will bring to you a revised C-1 drawing for the City to approve on 10/18/06. Should you need any other information please do not hesitate to call me any time. Thank you for your continued teamwork and we look forward to working with the City of Tamarac Parks Dept. Sincerely, Di Pompeo Construction Corporation Cc: Carrie Pereira, Sr. Project Coordinator Jon Shambo, General Superintendent Bob Zannim, Superintendent Dawn Moody, Comptroller Contract File Owner Corr. File active/tamarac sports/Oct 14 06 final budget.doc U