Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-028Temp. Reso. 10889 February 22, 2006 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006- 2 9 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD RFP #06-04R AND EXECUTE AN AGREEMENT WITH MGI-MORGAN GENERAL MECHANICAL GROUP, INC. FOR THE DESIGN/BUILD OF THE TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT FOR AN AMOUNT NOT TO EXCEED $244,800.00 FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVITE DATE. WHEREAS, the City has determined underground storage tanks at Public Service Center must be replaced by Year 2009; and WHEREAS, the City has sought competitive design/build proposals for the removal and replacement of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tanks; and WHEREAS, the City published Request for Proposals RFP #06-04R for the design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project; and and WHEREAS, Request for Proposals RFP #06-04R is attached hereto as Exhibit "1 "; WHEREAS, the City examined responses from MGI-Morgan General Mechanical Group, Inc.; and Temp. Reso. 10889 February 22, 2006 Page 2 of 4 WHEREAS, the above mentioned firm submitted a written proposal to the RFP Selection and Evaluation Committee consisting of the Public Works Director - Jack Strain, City Engineer - John Doherty, Public Works Operations Manager - Douglas Ritchie, Utilities Director - Ray Gagnon, and Utilities Operations Manager - Scott London; and WHEREAS, MGI-Morgan General Mechanical Group, Inc. was the sole respondent to Request for Proposals RFP #06-04R; and WHEREAS, the RFP Selection and Evaluation Committee determined that the response submitted by MGI-Morgan General Mechanical Group, Inc., attached hereto as Exhibit "2", was best able to meet the needs of the City; and WHEREAS, the City of Tamarac has negotiated an agreement with MGI-Morgan General Mechanical Group, Inc. attached hereto as Exhibit "Y for their services at a cost not to exceed $244,800.00, as outlined in the Design Criteria Package, hereto attached as Attachment "A" to Exhibit 1 ";and WHEREAS, it is the recommendation of the Director of Public Works and the Purchasing and Contracts Manager that the contract for the design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project be awarded to MGI-Morgan General Mechanical Group, Inc.; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP #06- 04R for the design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project at a cost not to exceed $244,800.00. Temp. Reso. 10889 February 22, 2006 Page 3 of 4 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: MGI-Morgan General Mechanical Group, Inc. is awarded the Request for Proposal RFP #06-04R for the design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project at a cost not to exceed $244,800.00. SECTION 3: That the appropriate City officials are hereby authorized to execute an Agreement between MGI-Morgan General Mechanical Group, Inc. and the City of Tamarac for the design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project (attached hereto as Exhibit "3" ). SECTION 4: That the funding in an amount not to exceed $244,800.00 is hereby approved. SECTION 5: The Resolution authorizes necessary budget transfers to accommodate this action. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. Temp. Reso. 10889 February 22, 2006 Page 4 of 4 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of aJ 2006. ATTEST: C ff4 RECORD OF COMMISSION' MARION SWENSON, CMCI MAYOR SCHREIBER _ CITY CLERK DIST 1: COMM. PORTNER DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS I HEREBY CERTIFY that I have approved this RESOLUTION as to form. rt4,/k 1kMUEL S1 G CITY ATTOF JOE SCHREIBER MAYOR 1 1 Temporary Reso. No. 10889 — Exhibit 1 REQUEST FOR PROPOSALS i " • X RFP 06-04R DESIGN/BUILD OF THE TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND & UNDERGROUND FUEL STORAGE TANK REPLACEMENT Issued on behalf of the Public Works Department City of Tamarac iPurchasing Division i 7525 NW 88th Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 IREQUEST FOR PROPOSALS OV: TA i I OR1Qo i RFP 06-04R DESIGN/BUILD OF THE TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND & UNDERGROUND FUEL STORAGE TANK REPLACEMENT ISSLIed on behalf of the Public Works Departrnent City of Tamarac Purchasing Division 7525 NW $8th Avenue Room 108 Tamarac, Florida 33321-2401 (954) 724-2450 (Z)F TAM City of Tamarac "Committed to Excellence... Always" �OR10 Purchasing and Contracts Division DATE: January 8, 2006 Design/Build NO.06-04R REQUEST FOR PROPOSALS ALL QUALIFIED PROPOSERS: Sealed Proposals, will be received in the Purchasing Office, 7525 NW 88th Avenue, Room 108, Tamarac, Florida 33321-2401 until 4:00 PM local time on Friday, January 27, 2006 for: DESIGN/BUILD OF THE TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT Sealed Requests for Proposals (RFP) must be received and time stamped in the Purchasing Office, 7525 NW 88t" Avenue, Room 108, Tamarac, FL 33321, on or before the date and time referenced above. Any Proposals received after 4:00 PM on said date will not be accepted. Official time shall be measured by the time stamp in the Purchasing Office relative to any uncertainty regarding the time a Proposal was received. The City of Tamarac, Florida, hereinafter referred to as City, is seeking Requests for Proposals from qualified design/build firms to provide all necessary professional design services and all labor, materials and equipment necessary to design and construct the City of Tamarac Public Service Center Fuel Island and replace underground fuel storage Tanks. Proposals are subject to the attached Standard Terms and Conditions contained in the Instructions to Proposers. CITY. reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Proposers, or take any other such actions that may be deemed to be in the best interests of the CITY. For inquiries, contact the Purchasing Office at (954) 597-3570. James Nicotra, CPPB Senior Procurement Specialist Publish Sun -Sentinel: January 8 and January 15, 2006. 7525 NW 88th Avenue Tamarac, Florida 33321-2401 � (954) 724-2450 v. Fax (954) 724-2408 www.tamarac.org Equal Opportunity Employer JF TABLE OF CONTENTS RFP 06-04R Instructions to Proposers................................................................................................. 5 Definitions.................................................................................................................... 5-6 Statementof Work.......................................................................................................... 6 Scopeof Services........................................................................................................... 6 Submission of Sealed Proposals..................................................................................... 7 ProposalRequirements................................................................................................... 8 Selection/Negotiation Process........................................................................................ 9 Criteria for Selection................................................................................................... 9-10 Scheduleof Events....................................................................................................... 10 Right to Reject Proposals.............................................................................................. 10 Questions Regarding the RFP...................................................................................... 10 InsuranceRequirements .......... ....... ......................................................................... 10-12 Standard Terms & Conditions..................................................................................13-21 Qualifications of Proposers........................................................................................... 17 Offeror's Qualification Statement............................................................................. 22-26 Non -Collusive Affidavit............................................................................................. 27-28 Vendor Drug Free Workplace........................................................................................ 29 TrenchSafety................................................................................................................ 30 Certification................................................................................................................... 31 CertifiedResolution .................... _................................................................................. 32 FormPayment Bond ............. ................................................................................... 33-35 Form Performance Bond... ....................................................................................... 36-39 Applicationfor Payment................................................................................................ 40 ChangeOrder............................................................................................................... 41 Final Release of Lien by Contractor......................................................................... 42-43 References.................................................................................................................... 44 Listof Subcontractors.................................................................................................... 45 Sample Contractor Agreement................................................................................. 46-56 Attachment "A" Design Criteria Package................................................................... TBA Attachment «B„ Proposal Form ...................................... ................................ I.......... 57-58 f r. REQUEST FOR PROPOSALS RFP 06-04R DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT I. INSTRUCTIONS TO PROPOSERS Pursuant to Florida Statutes, Chapter 287.055 (Consultants. Competitive Negotiations Act) and Tamarac City Code, Section 6-151(2), Professional Services, the City of Tamarac seeks to identify firms with substantial experience and capabilities to propose on a Design/Build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project. II. DEFINITIONS Whenever the following terms appear in the Proposal, the intent and meaning shall be interpreted as follows: Design build contract: A single contract with a design -build firm for the design and construction of a public construction project. Design -build firm: A partnership, corporation, or other legal entity that: Is certified under F.S § 489.119, to engage in contracting through a certified or registered general contractor or certified or registered building contractor as the qualifying agent; or Is certified under F.S. § 471.023, to practice or to offer to practice engineering; certified under F.S. § 481.219, to practice architecture; or certified under F.S. § 481.319, to practice or to offer to practice landscape architecture. Board: The City Commission members of Tamarac, Florida, its successors and assigns. Contract: The written agreement for performance of the Scope of Work entered into between the City and the successful proposer. Contract Administrator: The City's Public Works Department's Director, or some other employee expressly designated as Contract Administrator in writing by the Public Works Director, who is the representative of the Board concerning the Contract Documents. Notice to Proceed: A written notice to Firm authorizing the commencement of work. Plans and/or Drawings: The official graphic representations of this construction project. ycorporation_itting a proposal for this project, Proposer: An individual, firm, or submitting acting directly or though a duly authorized representative. For the purpose of this Agreement, Proposer shall mean the same thing as the Bidder. Offeror and Proposer: Can be used interchangeably but have the same meaning. Successful Proposer: the qualified, responsible and responsive Proposer to whom CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award. CITY: the City of Tamarac, a municipal corporation of the State of Florida. Proposal Documents: the Request for Proposals, Instructions to Offerors, Proposal Forms, Design Criteria Package, Specifications, if any, Certification, Certified Resolution, and the proposed Contract Documents, if any, (including all Addenda issued prior to receipt of Proposals). III. STATEMENT OF THE WORK The City of Tamarac is seeking to engage qualified firms to submit proposals for the Design/Build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project, developing cost estimates with product specifications for removal of four (4) underground tanks, replacement of fuel island center including canopy and installation of two (2) new 10,000 gallon double -wall tanks. The scope of this project includes the following components: • The design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tanks Replacement Project is located at 6011 Nab Hill Road. • Work shall be completed in accordance with latest editions of all codes including, but not limited to Federal, State, County and local applicable codes. Budgeted funds for this project are currently $200,000. The project completion date is by June 1, 2006. IV. SCOPE OF SERVICES See Attachment "A", Design Criteria Package V. QUALIFICATIONS OF PROPOSERS Proposals will be considered from qualified firms whose experience includes successful work in the industry. • The Proposer must be a design builder, which is defined as a partnership, corporation or other legal entity that is either certified to engage in contracting or certified to practice engineering or architecture and landscape architecture. The following is a list of the types of design -build firms: o Engineer / Architect led team o General Contractor led team o Joint Venture: Engineer/ General Contractor o Integrated Firms • The firm must possess demonstrated experience in design build and implementation of a variety of public construction projects, including fuel storage. • The firm must have sufficient qualified staff to complete applicable work in the time required and in accordance with State statutes and standards. VI. SUBMISSION OF SEALED PROPOSALS Proposers should submit one (1) original and six (6) copies in a sealed envelope identifying Proposer's name and Design/Build number and respond to each of the following items as clearly as possible: 1. A brief but complete history of your firm. 2. Firm's current Proof of Insurance 3. Resumes of key personnel who will actually be assigned to the project describing their role. Note: Tamarac expects those listed to be those who will actually perform the work. No substitutions will be permitted except in the most dire conditions. 4. A list of at least three (3) similar projects performed during the last five years including the following information: a. Name of the entity for which the work was performed; b. Brief description of the scope of the project; C. Name of contact person with the entity and current telephone number who can knowledgeably discuss your firm's role and performance in the project. 5. Provide financial statements for your company's last two (2) years of operation including balance sheet and income statement on the most current year. 6. Any other information the firm feels is relevant to evaluating the firm's qualifications. 7. Include a timeline of major event activities through start up to project completion. VI1. SUBMISSION REQUIREMENTS One (1) original and six (6) copies of the submittals shall be mailed or hand delivered to: City of Tamarac Purchasing Division 7525 N.W. 88th Ave., Room 108 Tamarac, FL 33321 Attn: Jim Nicotra, Senior Procurement Specialist VI11. PROPOSAL REQUIREMENTS A. L=3 C. Technical Proposal 1. Submit a detailed description addressing your firm's approach and work plan for all aspects of the proposed project. 2. Submit a brief statement explaining why your firm's proposal would be the most effective and beneficial to the City of Tamarac. 3. Submit complete descriptions, layouts and drawings of the proposed site plan, including but not limited to, the criteria listed in Attachment "A", Design Criteria Package. 4. Submit a Construction schedule based on start up of a fully operational new Public Services Center Fuel Island by June 1, 2006, and address your firm's commitment to said schedule. 5. Submit a detailed narrative specifically describing how the site planning and design will be conducted; please address each component described in Attachment "A", Design Criteria Package. 6. Submit the name(s) of subcontractor(s) who will be used during the construction phase of the project. Price Proposal Submit your signed, firm, fixed fee performance -based price proposal, on the Proposal Form included herein, for providing all professional design services, labor, materials, equipment and other services, supplies and incidentals necessary for construction. The City's budget for this project is $200,000.00. Proposal Copies Submit one (1) original and six (6) copies, in sealed envelopes, to the attention of James Nicotra, 7525 NW 88th Avenue, Room 108, Tamarac, Florida 33321. Clearly identify the original document with the word "Original", either on the cover or the first page of the Proposal. D. Addenda, Additional Information Any addenda or answers to written questions supplied by City to participating Proposers become part of the RFP and resulting contract. All addenda should be acknowledged, signed by an authorized company representative, dated and returned with firm's proposal, however, all addenda must be signed & returned within three (3) days of City's request. No negotiations, decisions or actions shall be initiated or executed by Proposer as a result of any discussions with any City employee. Only those communications that are in writing from the Senior Procurement Specialist or designee shall be considered as a duly authorized expression. Also, only communications from Proposers that are in writing will be recognized by the City as duly authorized expressions on behalf of the Proposer. IX. SELECTION/NEGOTIATION PROCESS An Evaluation/Negotiation Committee has been appointed by the City Manager and will be responsible for scoring the firms proposals to this RFP. Each firm should submit documents that provide evidence of capability to provide the services required for the committee's review. After independent review of all Proposals by the evaluation committee, public presentations may be required prior to final scoring to determine the highest ranked firm. The committee will then attempt to negotiate an agreement with the highest ranked firm which will be recommended to the Board for award. If the City is unable to negotiate a final agreement with the highest ranked firm, negotiations will be ended by City. The City shall then commence negotiation with the next highest ranked firm and so on until an agreement is executed. X. CRITERIA FOR SELECTION The Evaluation/Negotiation Committee shall evaluate the proposals and may require presentations be made to the committee per the "Schedule of Events" schedule with all responsive Proposers. The committee shall evaluate the proposals based on the following weighted criteria: 1. Background, education and experience of the firms staff members who will be assigned to the project; Ability of the design/build team to provide all of the expertise necessary to successfully complete the work. 15 Points 2. Availability of the proposed staff members; Current size of and projected work load of the design/build team; Ability to provide onsite time for meetings, training and cooperative review of work products. 20 Points 3. Knowledge of the proposed work; Ability to suggest and apply new technologies or approaches that may either: reduce the cost and time frame, or improve the quality of the, work products. 15 Points 4. Team Work History: It is desired the Design Build team or partnership should have worked together on at least two other similar projects and evidence such for higher evaluation consideration by the committee. 15 Points 5. Strength of response to the Technical Proposal requirements contained herein. 15 Points 6. Proposal bid amount. 20 Points Maximum Possible: 100 Points * Project Cost (item 6 above) will be calculated as per the following example. Firm A: Proposed Price $20,000 Percentage = 100% X Weight (20) = 20 Points Firm B: Proposed Price $ 25,000 Percentage = 80% X Weight (20) = 16 Points Firm C: Proposed Price $28,000 Percentage = 71 % X Weight (20) = 14 Points Firm B's percentage is $20,000 � $25,000 = 80% Firm C's percentage is $20,000 r $28,000 = 71 % These weighted criteria are provided to assist the Proposers in the allocation of their time and efforts during the submission process. The criterion also guides the Evaluation Committee during the final ranking of Proposers by establishing a general framework for those deliberations. As the best interest of the CITY may require, the right reserved to reject any and all proposals or waive any minor irregularity or technicality in proposals received. Proposers are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. Additional information may be required of the proposer during the evaluation process to clarify the Proposers presented information. XI. SCHEDULE OF EVENTS Event Date on or b 1. Issuance of Request for Qualifications 01/08/06 2. Opening of RFQ 06-04R Proposals 01/27/06 3. Team Presentations & Committee Evaluation 01/30/06 4. Contract Negotiations 01 /31 /06-02/02/06 5. Award of Contract 02/08/06 CITY reserves the right to revise scheduled dates. XII. RIGHT TO REJECT PROPOSALS As the best interest of the CITY may require, the right is reserved to reject any and all proposals or waive any minor irregularity or technicality in proposals received. Proposers are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. Additional information may be required of the proposer during the review and selection process to clarify the Proposers presented information. The City of Tamarac reserves the right without prejudice to reject any or all proposals. XIII. QUESTIONS REGARDING THE RFP Questions regarding the project or the proposal process shall be directed in writing to Jim Nicotra, Senior Procurement Specialist, City of Tamarac, 7525 NW 88th Avenue, Tamarac, FL 33321 or by fax (954) 597-3565. CONTACT WITH PERSONNEL OF THE CITY OF TAMARAC OTHER THAN THE SENIOR PROCUREMENT SPECIALIST OR DESIGNATED REPRESENTATIVE REGARDING THIS REQUEST FOR QUALIFICATION MAY BE GROUNDS FOR ELIMINATION FROM THE SELECTION PROCESS. XIV. INSURANCE REQUIREMENTS The Design/Build team agrees to, in the performance of work and services under this Agreement, comply with all Federal, State and Local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement that are applicable to firm, its employees, agents or subcontractors, if any, with respect to the work and services described herein. Design/Build firm shall obtain at their expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Firm shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Firm will ensure that all sub Consultants and sub Contractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. The Design/Build firm shall indemnify and hold the City harmless for any damages resulting from failure of the firm to take out and maintain such insurance. The Design/Build firm's Liability Insurance policies shall be endorsed to add the City as an additional insured. The firm shall be responsible for payment of all deductibles and self- insurance retentions on Design/Build firm's Liability Insurance policies. Firm shall maintain in full force and effect during life of contract, Workers' Compensation insurance covering all employees in performance of work under the contract. Design/Build firm shall make this same requirement of any of its subcontractors. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: ERRORS AND OMISSIONS LIABILITY MINIMUM LIMITS/AGGREGATE $1,000,000/2,000,000 Neither Design/Build firm nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner with evidence of such coverage in the form of a Certificate of Insurance and endorsement. The City shall approve such certificates. ALL INSURANCE COMPANIES PROVIDED SHALL: Be rated at.least A VII per Best's Key Rating Guide; be licensed to do business in Florida. All policies provided shall be Occurrence not Claims Made forms. The Design/Build firm's insurance policies shall be endorsed to add the City of Tamarac as an Additional Insured and shall be responsible for all deductibles. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. GOVERNING LAW: .._ .... . INTERESTED CONSULTANTS WILL AGREE THAT CONTRACTS SHALL BE GOVERNED BY THE LAWS OF THE STATE OF FLORIDA. VENUE WILL BE BROWARD COUNTY. The City reserves the right to ask questions, for clarification purposes, of any or all Proposers as part of its evaluation. The Proposer shall be prepared to present a briefing regarding the manner in which the contractual obligations will be accomplished. In addition, it is highly recommended the Proposer have the appropriate management level staff represent the firm during the presentation phase, if applicable. The designated project manager should be available. Submitted project cost shall not be subject to change until formal negotiations have begun with a designated firm. STANDARD TERMS AND CONDITIONS RFP 06-04R DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT 1. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 1.1 Before submitting a Proposal, each Proposer must: a. visit the site to familiarize themselves with the facilities and equipment that may in any manner affect cost, or performance of the work; b. consider federal, state and local laws, ordinances, grants, rules and regulations that may in any manner affect cost or performance of the work; C. study and carefully correlate the Proposer's observations with the Proposal Documents; and d. notify the Senior Procurement Specialist or designee of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 1.2 The Proposer, by and through the submission of a Proposal, agrees that they shall be held responsible for having examined the facilities and equipment; familiarized themselves with the nature and extent of the work and any local conditions that may affect the work to be done and the equipment, materials, parts and labor required. 2. SPECIFICATIONS 2.1 The apparent silence of the Design Criteria / Specifications as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practice is to prevail and that only material and workmanship of the finest quality are to be used. All interpretations of the Specifications shall be made on the basis of this statement. 2.2 For the purpose of evaluation, the Proposer must indicate any variance or exceptions to the stated Specifications, no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections will be interpreted to mean that the Proposer meets all the Specifications in every respect. 2.3 Any manufacturers' names, trade names, brand names, information and/or catalog numbers used herein are for the purpose of describing and establishing a general standard of quality, performance and characteristics and are not intended to limit or restrict competition. The Proposer may offer any brand, which meets or exceeds the specifications for any item(s). If a Proposal is based on equivalent products, indicate on the Proposal the manufacturer's name and catalog number. Proposer shall submit with their Proposal complete, descriptive literature and/or specifications. The Proposer should also explain in detail the reason(s) why and submit proof that the proposed equivalent will meet the specifications and not be considered an exception thereto. The determination of equivalency shall rest solely with the CITY. If Proposer fails to name a substitute, it will be assumed that they are bidding on and they will be required to furnish goods identical to Proposal standards or recommended standards. 3. INTERPRETATIONS AND ADDENDA If the Proposer should be in doubt as to the meaning of any of the Proposal Documents, is of the opinion that the Conditions and Specifications contain errors or contradictions or reflect omissions, or has any question concerning the conditions and specifications, they shall submit a written request directed to the Senior Procurement Specialist or designee for interpretation or clarification. Such request should reference the date of Proposal opening and Proposal number and should be received by the Senior Procurement Specialist or designee at least seven (7) calendar days prior to the opening date of the Proposals. Questions received less than seven (7) calendar days prior to the Proposal opening may not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda transmitted either via email or faxed to all Proposers recorded by the Purchasing Office as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 4. COSTS AND COMPENSATION 4.1. Costs and compensation shall be shown in both unit amounts and extensions whenever applicable. In the event of discrepancies existing between unit amounts and extensions or totals, unit amounts shall govern. 4.2. All costs and compensation shall remain firm and fixed for acceptance for ninety 90 calendar days after the day of the Proposal opening. 4.3. The costs and compensation proposed shall include all franchise fees, royalties, license fees and other costs arising from the use by such design, equipment and/or materials in any way involved in the work as well as all costs of transporting and service to the required locations. 5. NON -COLLUSIVE AFFIDAVIT Each Proposer shall complete and submit the Non -Collusive Affidavit. CITY considers the failure of the Proposer to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. PUBLIC ENTITY CRIMES In accordance with F.S. §287,133 (2)(a): A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real 7. 9. i M } property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statutes Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. CONFLICT OF INTEREST The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of CITY or any of its agencies. Further, all Proposers must disclose the name of any officer or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or more in the Proposer's firm or any of its branches or affiliate companies. PERFORMANCE BONDS AND INSURANCE the Successful Proposer shall submit performance and payment bonds on City forms in the amount of 100% of contract amount as well as certificates and/or policies of insurance in the manner, form and amount(s) specified within. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS 9.1 The following is a summary of all documents, to be submitted at time of proposal: a. Proposal b. Certification C. Certified Resolution d. Proof of Insurance Coverage Certificates e. Trench Safety Form f. Price Proposal Form (Attachment "B") g. Acknowledgement of all Addendum, if any h. • Offeror's Qualification Statement Form i. Non -Collusive Affidavit j. Vendor Drug -Free Workplace Form k. References I. List of Subcontractors 9.2 Additionally, the following documents must be submitted prior to award. a. Signed & sealed Contractor Agreement (Sample Enclosed) 9.3 The following documents must be submitted prior to Notice to Proceed. b. Payment and Performance Bonds 100% of contract price C. Current and approved Insurance Certificates 10. SUBMISSION OF PROPOSALS 10.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Proposer must be initialed. 10.2 Proposals must contain a manual signature of the authorized representative of the Proposer. Proposals shall contain an acknowledgment of receipt of all Addenda. The address and telephone number for communications regarding the Proposal must be shown. 10.3 Proposals by corporations must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. 10.4 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 10.5 Proposals shall be submitted to the Senior Procurement Specialist on or before the date and time indicated in the Request for Proposal (RFP), and shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope should be clearly marked on the exterior "RFP 06-04R, DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT," and shall state the name and address of the Proposer and shall be accompanied by any other required documents. Purchasing staff shall not be held responsible for the premature opening of a Proposal not properly addressed and identified. 10.6 In accordance with Florida Statutes Chapter 119 (Public Records Law), and except as may be provided by other applicable state and federal law, the Request for Proposal and the responses thereto are in the public domain. However, the Proposers are requested to identify specificallx any information contained in their Proposals which they consider confidential and/or proprietary and which they believe to be exempt from public disclosure. 10.7 All Proposals received from a Proposer in response to the Request for Proposal will become the property of CITY and will not be returned to the Proposer. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of CITY. 11. MODIFICATION AND WITHDRAWAL OF PROPOSALS 11.1 Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a Proposal must be executed) and delivered to the place where Proposals are to be submitted at any time prior to the deadline for submitting Proposals. A request for withdrawal or a modification must be in writing and signed by a person duly authorized to do so. Evidence of such authority must accompany the request for withdrawal or modification. Withdrawal of a Proposal will not prejudice the rights of a Proposer to submit a new Proposal prior to the Proposal opening date and time. After expiration of the period for receiving Proposals, no Proposal may i be withdrawn or modified. 11.2 If, within twenty-four (24) hours after Proposals are opened, any Proposer files a duly signed, written notice with CITY and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of CITY by clear and convincing evidence there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal but the intended correct Proposal is not similarly evident, then Proposer may withdraw its Proposal and the Bid Security, if applicable, will be returned. Thereafter, the Proposer will be disqualified from further bidding on the subject Contract. 12. REJECTION OF PROPOSALS 12.1 To the extent permitted by applicable state and federal laws and regulations, CITY reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Proposer, and the right to disregard all nonconforming, non- responsive, unbalanced or conditional Proposals. Proposal will be considered irregular and may be rejected if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 12.2 CITY reserves the right to reject the Proposal of any Proposer if CITY believes that it would not be in the best interest of the CITY to make an award to that Proposer, whether because the Proposal is not responsive or the Proposer is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. 13. QUALIFICATIONS OF PROPOSERS 13.1 As a part of the Proposal evaluation process, CITY may conduct a background investigation, including a record check through the Broward Sheriffs Office. Proposer's submission of a Proposal constitutes acknowledgement of this process and implies consent to such investigation. 13.2 No proposal shall be accepted from, nor will any contract be awarded to, any person who is in arrears to CITY upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to CITY, or who is deemed irresponsible or unreliable by CITY. 13.3 CITY reserves the right to make a pre -award inspection of the Proposer's facilities and equipment prior to award of Contract. 14. INSURANCE 14.1 Proposer agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Proposer, its employees, agents, or Subcontractors, if any, with respect to the work and services described herein. 14.2 Proposer shall obtain at Proposer's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Proposer shall maintain such insurance in full force and effect during the life of this Agreement. Proposer shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. 14.3 Proposer shall indemnify and save the City harmless from any damage resulting to it for failure of either Proposer or any Subcontractor to obtain or maintain such insurance. 14.4 The following are required types and minimum limits of insurance coverage, which the Proposer agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $2,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability 14.5 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 14.6 Neither Proposer nor any Subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Proposer will ensure that all Subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. 14.7 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. 14.8 The Proposer's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Proposer's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. 14.9 The Proposer shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Proposer purchase a bond to 'r cover the full amount of the deductible or self -insured retention. 14.10 If the Proposer is to provide professional services under this Agreement, the Proposer must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. 14.11 The Successful Proposer agrees to perform the work under the Contract as an independent Contractor, and not as a subcontractor, agent or employee of CITY. 14.12 Builder's Risk Insurance is required in an amount not less than the replacement cost for the construction of the work. Coverage shall be "All Risk" coverage for one hundred (100%) of the completed value. 15. INDEMNIFICATION 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. 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. 16. WARRANTIES 1.6.1 Successful Proposer warrants to CITY that the consummation of the work provided for in the Contract documents will not result in the breach of any term or provision of, or constitute a default under any indenture, mortgage, contract, or agreement to which Successful Proposer is a party. 16.2 Successful Proposer warrants to CITY that it is not insolvent, it is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform its obligations under the Contract. 16.3 Successful Proposer warrants to CITY that it will comply with all applicable federal, state and local laws, regulations and orders in carrying out its obligations under the Contract. 16.4 All warranties made by Successful Proposer together with service warranties and guaranties shall run to CITY and the successors and assigns of CITY. 17. NONDISCRIMINATION AND 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. 18. TAXES Successful Proposer shall pay all applicable sales, consumer use and other similar taxes required by law. 19. PERMITS, FEES AND NOTICES Contractor shall be responsible for securing all City Building permits if applicable, however all City permit fees are waived. The Contractor shall secure and pay for all Non -City required permits and fees, licenses and charges necessary for the proper execution and completion of the work. The costs of these permits, fees, licenses and charges shall be included in the price Proposal, except where expressly noted in the specifications requirement. 20. TERMINATION FOR CAUSE AND DEFAULT In the event Successful Proposer shall default in any of the terms, obligations, restrictions or conditions in any of the Proposal documents, CITY shall give written notice by certified mail, return receipt requested to Successful Proposer of the default and that such default shall be corrected or actions taken to correct such default shall be commenced within ten 10 calendar days thereof. In the event Successful Proposer has failed to correct the conditions of default or the default is not remedied to the satisfaction and approval of CITY, CITY shall have all legal remedies available to it, including, but not limited to termination of the Contract in which case Successful Proposer shall be liable for all procurement and re - procurement costs, and any and all damages permitted by law, arising from the default and breach of the Contract. 21. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Proposer, CITY may without cause and without i ryJ, prejudice to any other right or remedy, terminate the agreement for CITY's convenience whenever CITY determines that such termination is in the best interests of CITY. Where the agreement is terminated for the convenience of CITY, the notice of termination to Successful Proposer must state that the Contract is being terminated for the convenience of CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, Successful Proposer shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding subcontractors and purchase orders to the extent that they relate to. the terminated portion of the Contract and refrain from placing further orders and subcontracts. except as they may be necessary, and complete any continued portions of the work. 22. CANCELLATION FOR UNAPPROPRIATED FUNDS The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. 23. AUDIT RIGHTS CITY reserves the right to audit the records relating to this contract of Successful Proposer at any time during the performance and term of the Contract and for a period of three (3) years after completion and acceptance by CITY. If required by CITY, Successful Proposer shall agree to submit to an audit by an independent certified public accountant selected by CITY. Successful Proposer shall allow CITY to inspect, examine and review the records of Successful Proposer at any and all times during normal business hours during the term of the Contract. 24. ASSIGNMENT 24.1 Successful Proposer shall not assign, transfer or subject the Contract or its rights, title or interests or obligations therein without CITY'S prior written approval. 24.2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Proposer and CITY may, at its discretion, cancel the Contract and all rights, title and interest of Successful Proposer shall thereupon cease and terminate. OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88"' Avenue Tamarac, Florida 33321 Check One Submitted By: ❑ Corporation Name: ❑ Partnership Address: ❑ Individual City, State, Zip ❑ Other Telephone No. Fax No. _ State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: If Offeror is a corporation, answer the following: Date of Incorporation: State of Incorporation: President's name: Vice President's name: Secretary's name: Treasurer's name: Name and address of Resident Agent: If Offeror is an individual or a partnership, answer the following: Date of organization: Name, address and ownership units of all partners: State whether general or limited partnership: If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. How many years has your organization been in business under its present business name? Under what other former names has your organization operated? Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. Have you personally inspected the site of the proposed work? ❑ YES ❑ NO Do you have a complete set of documents, including drawings and addenda? ❑ YES ❑ NO Did you attend the Pre -Proposal Conference if any such conference was held? ❑ YES ❑ NO Have you ever failed to complete any work awarded to you? If so, state when, where and why: State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). State the name of the individual who will have personal supervision of the work: State the name and address of attorney, if any, for the business of the Offeror: State the names and addresses of all businesses and/or individuals who own an interest of more than .five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: State the name of Surety Company which will be providing the bond, and name and address of agent: ................ . Bank References: Bank Address Telephone Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): Net Fixed Assets Other Assets Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): State the name of the firm preparing the financial statement and date thereof: Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of On this the day of 20_, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath NON -COLLUSIVE AFFIDAVIT State of )ss. County of being first duly sworn, deposes and says that: He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; Such Proposal is genuine and is not a collusive or sham Proposal; 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; 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: 0 Witness Witness Printed Name Title ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal, NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287,087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie 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 shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). In'the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name 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 (Description) UNITS OF MEASURE (LF/SF) UNIT (Qty) UNIT -COST EXTENDED COST A. $ $ B. $ $ C. $ $ D. $ $ TOTAL $ If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (5') in depth shall be in accordance with the Florida Department of Transportation's Special 'Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non -responsive. (Date) (Signature) ACKNOWLEDGEMENT STATE OF: COUNTY OF: PERSONALLY APPEARED BEFORE ME, the undersigned authority, , who, after first being duly sworn by me, (Name of individual Signing) affixed his/her signature in the space provided above on this day of 20_ NOTARY PUBLIC My Commission Expires: CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item (s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the 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 ❑ CORPORATION ❑ OTHER ❑ If "Other", Explain: Authorized Signature Name (Printed or Typed) Title Federal Employer I.D./Social Security No. Company Name Telephone Address Fax Number City/State/Zip Contact Person Contact Email Address r CERTIFIED RESOLUTION (Name), the duly elected Secretary of (Name of Corp.), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Name of Corp.) be and is hereby authorized to execute and submit a Bid 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 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 SIGNATURE Given under my hand and the Seal of the said corporation this_day of (SEAL) NOTE: In rM Secretary Corporate Title 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. - 48T.4L rl_vj IT, I:tzIir*0z1•1 KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirements of Florida Statute 255.05, we, as Principal, hereinafter called CONTRACTOR, and, as Surety, are bound to the City of Tamarac, Florida, as Obligee, hereinafter called OWNER, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has entered into a Contract, Bid/Contract/Project No.: awarded the day of , 20—, with OWNER for which contract is by reference made a part hereof, and is hereafter referred to as the Contract; THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1. Indemnifies and pays OWNER all losses, damages (specifically including, but not limited to, damages for delay and other consequential damages caused by or arising out of the acts, omissions or negligence of CONTRACTOR), expenses, costs and attorney's fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to the CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the non-payment. f 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this day of 20 WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above IN THE PRESENCE OF: INSURANCE COMPANY: By Agent and Attorney -in -Fact Address ATTACHMENT "A" DESIGN CRITERIA PACKAGE RFP#06-04R DESIGN BUILD OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANKS REPLACEMENT PROJECT SCOPE OF SERVICES Successful Offeror, hereinafter referred to as the Offeror, shall enter into an Agreement with the City of Tamarac, Florida, hereafter referred to as the City for the purpose of the design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tanks Replacement Project, developing cost estimates with product specifications and construction of the Public Service Center Fuel Island and Underground Fuel Storage Tanks Replacement Project in accordance with the terms, conditions, and specifications contained in this Request for Proposals (RFP). The scope of this project includes the following components: • Offerors are requested to provide professional services, labor equipment, materials, insurance and incidentals for the design/build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tanks Replacement Project located at 6011 Nob Hill Road (see Tamarac Utilities Administration Plat for location sketch and legal description). • The City's budget for this project is $200,000.00 • Work shall be completed in accordance with latest editions of all Federal, State, County, local codes and industry standards if greater than code requirements. • Soil borings and engineering report for structures requiring a building permit shall be furnished by the Offeror. • Tamarac Public Works Complex -Site Plan Drawing #SP1, Public Service Administrative Complex -Fuel Island Plan and Details Drawing W-8, Power Riser and Electrical Room Details Drawing #E-8, Details Drawing #E-10 shall be furnished by the City. Plans are not as-builts and should Page 1 of 6 , �� �0G.- IT • • not be interpreted as such. Offeror is responsible to field verify all components of existing fuel island, tanks, piping, etc. SITE PLAN/COMPLEX DESIGN Should include all the following features at a minimum, but not limited to these if code or industry standards if greater than code requirements. Tanks The contractor shall supply and install two (2) 10,000 gallon double wall fiberglass underground reinforced plastic (FRP) UL Labeled storage tanks, with dry interstitial spaces, one tank gasoline, and one tank diesel. Tank dimensions, fittings, containment collars and man ways, will be determined by location and design. Current Manufacturer: Owens-Corning (obsolete) Recommended Replacement: Xerxes Tank Sumps Supply and install approved (FRP) watertight containment sumps on tank man way. Double -wall recommended. in the event of future changes in regulations. Current Manufacturer: Owens-Corning (obsolete) Recommended Replacement: Xerxes Piping Supply and install approved primary piping with secondary containment piping. Submersible Pumps Red Jacket Submersible Turbine Pumps-Veeder Root sells and supports and are designed to work with Veeder Root Systems. * Mechanical Registration Fleet Dispensers Contractor shall provide and install one mechanical dispenser, twin hoses (duel products, gas and diesel), equipped with the following: electronic reset mechanisms, in -line spin on fuel filters, hose breakaway valves, double -wall containment bucket, double -wall pipes as needed, Stage. H Page 2 of 6 0 Vapor Recovery (if applicable), and emergency shut-off valves. Dispenser will be equipped with necessary pulsars to communicate with existing Fuelmaster and Veeder Root Systems. Current Dispenser: Gasboy Recommended Replacement: Gasboy —Model 9100 Series. Fuel Management System — Current System Fuelmaster_ - _Model FMU2000 Classic The Fuelmaster system will be retained; however, the following upgrades are required: 1) Upgrade FMU-2000 to FMU-2500 2) Upgrade FMU pedestal 3) Surge protection kit 4) Tank monitor interface 5) Upgrade Fuelmaster Window's Software Software to Plus Window's Note: System will be rewired per FM specifications and in accordance with upgrades. Fuel Inventory System — Current System Veeder Root — Model_ TLS- 350R The Veeder Root System will be retained; however, the following upgrades are required. 1) Install all necessary upgrades to current Veeder Root System that will be essential to operate with new tanks, components and the Fuelmaster system. Note: System will be rewired per VR specifications and in accordance with upgrades. Fuel Island Canopy/Fire Protection Replace existing canopy fire protection system with new canopy of same size or larger with similar lighting etc. Page 3 of 6 B. CONSTRUCTION Demo of Existing Facilities • Furnish labor, equipment, materials and permits to demolish, removal and/or abandonment four (4) existing underground fuel tanks (550 gallon diesel emergency generator tank, 10,000 gallon unleaded fuel tank, 1,000 gallon diesel tank , and the abandonment in place if possible or removal of 550 gallon waste oil tank and associated piping), fuel island, canopy, concrete slabs, etc. Remove all debris and dispose of tanks in accordance with all Federal, State, County and local codes. Temporary Fueling Station • Provide temporary above ground on -site fueling station. Perform system check and start-up of temporary AST prior to starting demolition of existing fuel island. Disconnect and remove temporary AST from site only after new Public Service Center Fuel Island is fully operational. New Construction • Furnish all materials, equipment and labor in accordance with the Federal, State, County, and local regulations and nationally recognized codes • Construction schedule to be based on start up of fully operational new Public Services Center Fuel Island by June 1, 2006. Timeline schedule to be submitted as part of this proposal. General Requirements of Offeror • Offeror will work closely with City's liaison or designee to determine what is best for the City. Offeror will coordinate with City's liaison or designee and attend meetings as necessary. • Offeror will supply 12 copies of the final plan. Once construction is complete, Offeror will supply three (3) copies of "as built" plans. General Requirements of the City • The City will make available any and all information concerning the existing Public Service Center Fuel Island that is on file. Information is Page 4 of 6 , 14,0 limited; therefore, it is the Offeror's responsibility to determine what is appropriate. Special Terms A. LIQUIDATED DAMAGES: Upon failure of Offeror to complete the work within the time specified for completions, (plus approved extensions, if any,) Offeror shall pay City the sum of $500 which should be equal to daily cost of temporary fueling operations, including manpower for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Offeror to complete the contract on time. Regardless of whether or not a single Contract is involved, the above - stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Offeror, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Offeror shall pay in full such liquidated damages. Offeror shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Offeror whichever is later, These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Offeror may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Offeror has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Offeror liable for the liquidated damages. B. CONTRACT TIME: By virtue of the submission of its proposal, Offeror agrees and fully understands that the completion of work of the contact is an essential and material condition of the contract and that time is of the essence. The successful Offeror agrees that all work shall be prosecuted regularly, diligently, and uninterrupted at a rate of progress as will ensure full completion thereof, within time specified. Failure to complete the Page 5 of 6 l Li o4> work within the time period specified shall be considered a default. Project will need to be competed and operational by 6/1/06. This includes the removal of existing underground tanks and the design and construction of the Public Service Center Fuel Island and Underground Fuel Storage Tanks, as defined in Scope of Services C. BONDS: Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Proposer shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with .United States Department of Treasury Circular No. 570. The contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the contact amount. The Performance Bond shall be conditioned that the Successful Proposer performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Proposer promptly make payments to all persons who supply the Successful Proposer in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty-five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Proposer correct any defective or faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. Page 6 of 6 ra oTamarac \\t ... .urcnatitt�Gctra:.s Dtvtsro�t?I ........................................................... .......... ......... .......... ............ ......... .... .r... ATTACHMENT "B" PROPOSALFORM RFP 06-04R DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT SUBMITTED TO: City of Tamarac Senior Procurement Specialist 7525 NW $$th Avenue Tamarac, Florida 33321 The undersigned Proposer proposes and agrees, if this Proposal is accepted, to enter into an Agreement with CITY to perform and furnish all work as specified or indicated in the Proposal and Contract Documents for the Contract price and within the Contract time indicated in the Proposal and in accordance with the other terms and conditions of the Proposal and Contract Documents, 2. Proposer accepts and hereby incorporates by reference in this Proposal Form all of the terms and conditions of the Request for Proposal and Instructions to Proposers, including without limitation those pertaining to the disposition of Proposal Security. 3. The Proposer has become fully informed concerning the local conditions, and nature and extent of work, and has examined all Contract Documents. 4. Proposer has given the Senior Procurement Specialist or designee written notice of all conflicts, errors or discrepancies that it has discovered in the Contract and/or Proposal documents and the written resolution thereof by the Senior Procurement Specialist or designee is acceptable to Proposer. 5. Proposer proposes to furnish all labor, materials, equipment, machinery, tools, transportation, supplies, services, and supervision for the work described as DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT. 6. Proposer will provide design/build services to the City at the prices indicated on the following page. 62 Attachment S Proposal Form + of 2 City of Tamaract--).�'urcNishr g & Contracts Gi lsiori ATTACHMENT "B" PROPOSALFORM (continued) G73'ZT'ff�Z�:� DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT ITEM DESCRIPTION TOTAL COST A. Design $ B. Construction $ TOTAL DESIGN/BUILD COST Proposers Name: Authorized Signature: Printed Name of Authorized Signer: NOTE: Proposal Forms submitted without the manual signature of an authorized agent of the Proposer may be deemed non -responsive and ineligible for award. 63 Attachr ient B T'10P0,301 Fora, 2of2 Purchasing and Contracts Division City of Tamarac "Committed to Excellence, -Always" ADDENDUM NO. 1 REQUEST FOR PROPOSAL 06-04R DESIGN/BUILD OF THE TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT DATE OF ADDENDUM: JANUARY 26, 2006 TO ALL PLAN HOLDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for RFP 06-04R, Design/Build of the Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement. Please change the Proposal Due Date as follows: Proposals are due no later than 4:00 P.M., EST, on Thursday, February 2, 2006. 2. Correct Section XIV of Proposal of the Proposal as follows: Now reads: ERRORS AND OMISSIONS LIABILITY MINIMUM LIMITS/AGGREGATE $1, 000, 000/2, 000, 000 Please change to read. - ERRORS AND OMISSIONS LIABILITY MINIMUM LIMITS/AGGREGATE $1, 000,000/1,000,000 3. Add the following to Section XIV of Proposal: "Proposer shall provide the City with evidence of Pollution/Remediation Coverage with, at a minimum, a limit of $1, 000 000 per occurrence, and $2, 000, 000 in the aggregate." 4. Add new Section 14.13 to Standard Terms & Conditions to read as follows- " 14.13 Proposer shall provide the City with evidence of Pollution/Remediation Coverage, with at a minimum $1 000 000 per occurrence and $2, 000 000 in the aggregate. " 7525 NW 88th Avenue q, Tamarac, Florida 33321-2401 (D (954) 724-2450 Fax (954) 724-2408 C�; www.tamarac.org Equal Opportunity Employer 5. Section XI. "SCHEDULE OF EVENTS". Please amend Event 3 as follows: "3. Team Presentations if re uired) & Committee Evaluation 02106106" All other terms, conditions and specifications remain unchanged for RFP No. 06-04R. Acknowledge receipt of this Addendum No. 1, by returning it with your bid submittal. Name of Company: Sincerely, Jim Nicotra, CPPB Senior Procurement Specialist Temporary Reso. No. 10889 — Exhibit 2 of Tamarac A Purchasing & Contracts Division 1 OFFEROR'S QUALIFICATION STATEMENT O The undersigned certifies under oath the truth and correctness of all statem s f all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and ContraFts Manager 7525 NW 88" Avenue ` Tamarac, Florida 33321 Check One Submitted By: �YI(��/�C�GA�1 C��N�f2A L M(z.vkv)►cik &0q9, 0U)C [g<orporation Name: (W CA ❑ Partnership Address: 3 -78 Individual City, State, Zip FL3�11�' f ❑Other Telephone No. S` - 9LI S - 553S Fax No. qLi State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: dJE,aA i. in ec.ii AAH CA 4, 6P.60o .Znc. The address of the principal place of business is: 3 78 1 N.E_ 11 V A06-4 �33c14 FL 336Lq If Offeror is a corporation, answer the following: Date of Incorporation: — .! of-C / Z 0— State of Incorporation:�a President's name:�2 —0,e ± � --- Vice President's name: 2G+-. CAL��'"a Secretary's name: Treasurer's name: -- Name and address of Resident Agent:_1V1,7 22 OifEror's Qualification Statement 1 of 5 of Tamarac.;: 'r 1 ( If Offeror is an indiv I or a partnership, answer the following: Date of organizati0 Name, address and owne k u`r�its all partners: State whether'Several or limited partnership: Purchasinq & Contracts Division If Offeror is other thanO'nam idual, corporation or partnership, describe the organization and give -and address of principals: If Offeror is operating under a fictiti us -a �Submlt evidence of compliance with the Florida Fictitious Name Statute. How many years has your organization been in business under its present business name? Under what other former names has your organization operated? Indicate registration, license numbers or certificate numbers for the businesses or professions,. which are the subject of this Bid. Please attach certificate of competency and/or state registration. L L,Cy C,L' 3.5� ! E.C, � LA L Gwl 503 S z Srx+rc tt r�eic l �vc�o t . CC- a36& _S7711-6 P�11✓r�9�r Have you personally inspected the site of the proposed work? �ES ❑ NO Do you have a complete set of documents, including drawings and addenda? [�1(ES ❑ NO Did you attend the Pre -Proposal Conference if any such conference was held? YES ❑ NO 2.3 Offeror's Qualification Staternent 2 of 5 City of Tamarac �y� , Purchasing & Contracts Division Have you ever failed to complete any work awarded toy you? If so, state when, where and why: /+) Q State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name crY ,r ,aE'c 1 1v Address Telephone ITele h✓on!e 2'ck Ow) /�"k /�% V'e A'/vz (seer rrncr�l `� 3Q3 -7700� fee a d1 � 7V, d�L���'/� S`�i a �,�� guru ✓,e 5z✓ 797- / 1 A List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). ry~ c. /'�Le d )9- J. .1 S State the name of the individual who will have personal supervision of the work: :n,e,Ls A4171A PC14 State the name and address of attorney, if any, for the business of the Offeror: r State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: 24 Or'aror's Qualification S`atarnent 3of5 of Purcha51ng & Contracts aivisicn State the name of Surety Company which will be providing the bond, and name and address of agent: Bank References: Bank Address Tele hone LA3 Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): Net Fixed Assets Other Assets Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): State the name of the firm preparing the financial statement and date thereof: Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). �.5 offeror's Qualification Statement 4of5 of Tamarac Purchasing & Contracts Division The Offeror acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Offeror to be true. The discovery of any omission or misstatement that materially affects the Offeror's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. Signature ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of County of &11440 On this the � rd day of _ 1�62u,�2 L, / _ __ 200�, before me, the undersigned Notary Public of the State of Florida, personally appeared 60X and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: R JENNIFER ORGANMY COMM1$810N # DD362666EXPMES: October 14, 2009Y Ff. Notary Dism t Assoc. Co. DID take an oath, or DID NOT take an oath NOTAIkYyPUBL C, STATF/OF J?!ORIDA (Name of Notary Public: Print, Stam , or Type as Commissioned) ersonally known to me, or ❑ Produced identification: (Type of Identification Produced) 26 Ofreror's Qualification Statement 5of5 of Tamarac NON -COLLUSIVE AFFIDAVIT State of L o%( I !/ )ss. County of `F c-A,-1 2 Purchasing & Contracts Division being first duly sworn, deposes and says that: He/she is the �� � ` C cc Ma/L (Owner Partner, Officer, Representative or Agent) of r��e R .� ..;znc . the Offeror that has submitted the attached Proposal; He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; Such Proposal is genuine and is not a collusive or sham Proposal; 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; 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. Sinned. sealed and delivered in the presence of: By /-V / 6111q c i Printed Na e Title Non -Collusive Affidavit 9 of 2 of Tamarac Purchasing & Contracts Divisicn I ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of "F26'-"A2 D On this the �7 day of 20 �., before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand X 11" and official seal. C.... wr. NOT RY,PU C, .STATE OF RIDA NOTARY PUBLIC �r / ;Cr L7N1VI1 CR > MaRGAN (Name of Notary Public: Print, MY COWSSION # DD362666 Stamp, or Type as Commissioned) EXP112E5: October 14, 2008 I�00.7-NOTARY Fl- Notary Discount As= Co. ersonally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or' ID NOT take an oath 28 Non -Collusive A1<idevit 2of2 of Tamarac VENDOR DRUG -FREE WORKPLACE & Contracts Division Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie 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 shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee . will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or polo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. l✓L �� rr Authorized Signature Company Name 29 vendor Drjig-Frsr Workplace Forrn 1 of 1 Citv of Tamarac TRENCH SAFETY Purchasing & Contracts Division 0 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 COST EXTENDED F(Description) MEAE (Qty) COST A. f C� , %tin �%� �" `�1 I $ 9.6 J, '. B. $ $ C. $ $ D. $ $ TOTAL Is 1, a -V If applicable, the Contractor certifies that all trench excavation done within his control in excess of five feet (6) in depth shall be in accordance with the Florida Department of Transportation's Special Provisions Article 125-1 and Subarticle 125-4.1 (TRENCH EXCAVATION SAFETY SYSTEM AND SHORING, SPECIAL -TRENCH EXCAVATION). Failure to complete the above may result in the bid being declared non -responsive. (Date) (Signature) ACKNOWLEDGEMENT STATE OF:' ! ae M14 COUNTY OF:��'�`� PERSONALLY APPEARED %BEFORE ME, the undersigned authority, who, after first being duly sworn by me, (Name of individualSigning) affixed his/her signature in the space provid d a n this A d of eb 200 ��arnua - - NOTARY PUBLIC v CHARLES7JOHNaMARCAr ; MY CdMMD 138005a�4�� xPIR s7,2oosMy Commission Expires: 01 b& 1-MO-3-NOTARY FL.Nt7 nding, Inc, ,gyp Trench Safety Form 1 of 1 0 of Tamarac Purchasing & Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item(s)/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 ❑ If "Other", Explain: Authorized Sign V� Title PARTNERSHIP ❑ CORPORATION [�� OTHER ❑ C X Name (Printed or Typed) 6d i 9 -7.5l' `f Federal Employer I.D./Social Security No. Company Name Telephone 3 7s/ *g // `' I)--e Address g)-_ 9Y2" .S YS �S-�/- �ZI3. - s.l Fax Number City/State/Zip Contact Person Contact Email Address 31 certifcation Form I of I City of Tamarac CERTIFIED RESOLUTION Purchasing & Contracts Division �L21))A c Zi�Alt (Name), the duly elected Secretary of J77G &,m rY,./'WCif Cz , Name of Corp.), a corporation organized and existing under the laws of the State of Cc(e(0 , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected I��Ce fQeSi.oen-r iij-xaj (Title of Officer) of ���C � nac z cyan C � . >✓ , (; JuD, -P -- (Name of Corp.) be and is hereby authorized to execute and submit a Bid 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 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 SIGNATURE 44 Given under my hand and the Seal of the said corporation this 2day of deb , 20L6 (SEAL) By:--...- reta ry Coroorate 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 Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 32 Certified Resolution 1 of 1 of Tamarac \'WIVI I REFERENCES and Contracts Division 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 Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name 44� — References I of 1 of Tamarac Purchasing and Contracts 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 theFwords "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 /-O/V¢. % Total Contractor Contract License No. Subcontractor Name/Address 45... List of Subcontroctors IofI 4 City of Tamarac ATTACHMENT "B" PROPOSALFORM RFP 06-04R Purchasing & Contracts Diiisron DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT SUBMITTED TO: City of Tamarac Senior Procurement Specialist 7525 NW 8811" Avenue Tamarac, Florida 33321 The undersigned Proposer proposes and agrees, if this Proposal is accepted, to enter into an Agreement with CITY to perform and furnish all work as specified or indicated in the Proposal and Contract Documents for the Contract price and within the Contract time indicated in the Proposal and in accordance with the other terms and conditions of the Proposal and Contract Documents. 2. Proposer accepts and hereby incorporates by reference in this Proposal Form all of the terms and conditions of the Request for Proposal and Instructions to Proposers, including without limitation those pertaining to the disposition of Proposal Security. 3. The Proposer has become fully informed concerning the local conditions, and nature and extent of work, and has examined all Contract Documents. 4. Proposer has given the Senior Procurement Specialist or designee written notice of all conflicts,. errors or discrepancies that it has discovered in the Contract and/or Proposal documents and the written resolution thereof by the Senior, Procurement Specialist or designee is acceptable to Proposer. 5. Proposer proposes to furnish all labor, materials, equipment, machinery, tools, transportation, supplies, services, and supervision for the work described as DESIGN/BUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT. 6. Proposer will provide design/build services to the City at the prices indicated on the following page. 57 Attachment 8 Proposai Forth 1 6f 2 City of Tamarac 4 Purchasing & Contracts Division r ATTACHMENT "B" PROPOSALFORM (continued) RFP 06-04R DESIGNIBUILD OF THE CITY OF TAMARAC PUBLIC SERVICE CENTER FUEL ISLAND AND UNDERGROUND FUEL STORAGE TANK REPLACEMENT PROJECT ITEM A. I Des B. I Construction DESCRIPTION ,)& 1-em ac%/ L E, TOTAL DESIGN/BUILD COST Is 7Zt10 19G,y0�reel L,4>y %z1`'�/acu/ancr �lCi/f �rcir7c%E�. Proposers Name: Authorized Signatur( Printed Name of Authorized Signer:_ 1471c-1, a f I- J - %c TOTAL COST 30 NOTE: Proposal Forms submitted without the manual signature of an authorized agent of the Proposer may be deemed non -responsive and ineligible for award. ge Attachment 8 Proposal FOrrn 2 of 2 Im- G1 Clarifications and Exceptions • MGI takes exception to the completion date of June 1, 2006. MGI will be substantially completed (operational) by August 1, 2006. See MG1's project schedule included in bid. • MGI will provide one 650 gallon double wall temporary AST with a mechanical fuel dispenser. The AST can be used either for gas or diesel fuel. MCA - Morgan General Mechanical 3781 N.f E. 1 1 `h Avenue (954) 943-5535 Croup, Inc. Pompano, FL 33064 Fax: (954) 943-5534 MGI-MORGANGENERAL 1►ML'CHANICAL GROUP, ING MGI was started by Robert and Jennifer Morgan as History a family company in 1986. Since then MGI has turnkey installed hundreds of generators and electrical apparatus equipment. MGI has created a differentiated business by tackling the difficult to permit and physically hard to install jobs. Each year MGI has grown financially and technically. Qualifications Our company is licensed and insured to do unlimited work in Florida, Georgia and N. Carolina including: general, mechanical, electrical, pollutant storage, roofing and environmental contracting. MGI can design, stamp & seal drawings. We are bonded and fully insured. Employees MGI is proud of its people. We employ a staff of qualified engineers, technicians and professionals who are specially trained to perform testing and repair services for the commercial, industrial, and utility markets. Our people are what enable us to add service and value to our customers needs. TOday The MGI of today is unique in that it is varied in its applications. Although it began as a generator business, it has now expanded into other industries. We have now branched out, across the state of ing - Mechanical Systems, Florida, specializ Transmission & Distribution, Water & Sewer and, Transformers. These separate divisions are capable of working individually or corporately as needed to complete the job. MGI — MORGAN GENERAL 3781 NE111h avenue Tel: (954) 943 5535 MECHANICAL GROUP, INC- Pompano Beach, FL 33064 Fax: (954) 943-5534 CG �H aN Ho I I I IT j I I j j I MGI Charles J. LaMarea Operations Monager Professional Chip has an Associates of Science Degree in Engineering Experience and attended Boston University and Florida Atlantic University. Chip spent ten years with Lutz Petroleum Equipment Installations in South Florida. During that time Chip managed the engineering and design department for five years. Following this he successfully managed the Lutz operation as the Operations Manager. With an emphasis on production and quality response, he was able to gain customer confidence and bring the company to its most profitable state since joining the company in 1991. Chip has been with MGI since 2001 and was brought in to head the new Petroleum & Gas Division. Equipment Computer aided design and drafting systems, computer Expertise hardware and software systems, system troubleshooting and technical support. In addition, Chip has extensive experience with project management, coordination and implementation. Product Microsoft Windows and DOS based software Know - How applications, AutoCAD, PC hardware and Palm handheld software applications and hardware. Petroleum industry standard equipment/products: pumps, piping, fuel management and delivery systems (all brands). Training OSHA Safety Training Course, Motiva-Shell Confined Courses Space Entry Training Program, National Institute for Storage Tank Management, PEI Affiliate Member. h'IGI \IOIZ(i.\N C.;I.I,I(.\I. m i l �I. I1.\ cnuc 1)41-:)535 \II.(:II.\`:I('AI, (;ROI"I', I\(:. 1' )1 11p;, n licarI I I. 33116-4 I it '1)54 ' .{ 1--553-1 ui. Peter Villar Professional Peter is tllF Construction Manager for the Petroleum & Experience Gas Division at MG1. Peter spent thirteen years with Lutr_ PetroleUllI Eguipinent histallatiozl 11) SOLIth Florida. During that time, Peter progressed from a laborer and equipment operator to an expert fuel pipe fitter and a superintendent of major petroleiun constriction projects. lie has managed petroleum construction projects fi•om the planning and estimating phase through construction, project completion and client signs -off. Pete has extensive experience with all local building divisions and envirorunental organizations required to install, remove and retrofit fitel systems. His knowledge of the process and equipment is only surpassed by his unique ability to maintain a lugh level of productivity with an emphasis on safety. Peter has been with MGI since 2001 and was brought in to manage the constriction department for the new Petroleum and Gas division. Equipment Pete is trained on current petroleum construction Expertise equipment, methods and products used in P&G. He is a certified technician with training in Ameron and A.0. Smith, Environ and Total Containment piping systems. Product PetroleLlm industry standard equipment/products: pumps, Know. _ flow piping, fuel management and. delivery systems. Training Licensed Florida Department of Agriculture F>iel' Meter Courses Calibrator, Florida Class B License (Air Brakes<26,000 I--lounds), Ce►tilied Aleron Installer, Certif ed A..G. Smith installer, Hazardous Materials Supervisor and Transprotation Training, OSHA 40 Safety Training Course, Motiva Confined Space Entry Training Prog�ra�n Douglas Vecchio Construction Manager Professional DoukT is a Constructiot1 Maruager and GeneratoriFuei- �xperience Svsteln specialist for MGI. In 1986 lie joined the MGI laniily �vltile being mentored under R. L. Morg.aiu (C.E-O.). DLti•iltg those High School years, he worked oil various constriction projects. lut 1992 Doug began working fall -tittle for MGI installing petroleum equipment and generators across S. Florida. Since then, he has progressed from a laborer/equipment operator to an expert generator installer, pipe fitter, and a superintendent for major construction projects. His management has extended from the planning and estimating phase through construction, project completion and client sigut-off. He has gained extensive experience with all local building divisions and m environental organizations required to install, remove, and retrofit Riel and generator systems. Doug is an extremely diligent and efficient worker who maintains a high level of productivity vvith an emphasis on safety. Doug is trained on current petroleum constnictton Equipment Expertise equipment, methods and products. He can operate a boom truck, loader, forklift, backhoe, trackhoe and nuunerous other types of equipment. Product Generator/Fuel-System industry standard Know - How equtpntent/products. ptnnps, puplutg, fuel management and delivery systems. Training Florida Class License (Safe Driver), Environ Plprng Courses Systems Training, Fluid Conta�rnnent Tank Training. Administration: (954) 797-1030 Administrative Services: (954)797-1020 Budget & Finance: (954) 797-1050 Parks & Recreation: (954) 797-1145 U I Development Services: (954)797-1111 Engineering: (954) 797-1113 Fire Department: (954) 797.1090 Police Department: (954) 693-8200 Public Works: (954) 797.1240 Utilities: (954) 4334000 TOWN OF DAVIE 6591 Orange Drive • Davie, Florida 33314-3399 (954) 797-1000 MEMORANDUM DATE: December 17, 2004 TO: Whom it May Concern THROUGH: Bruce Bernard Director of Public Works / Capital Projects )64 Town of Davie FROM: Cheryl Dolin, R.A. C Project Manager, Capital Projects Town of Davie RE: Recommendation for MGI We are writing this letter of recommendation in regards to Morgan General Mechanical Group, Inc. located at 3781 NE 11`h Ave. Pompano Beach,.FL 33064. MGI recently completed the construction of a new fuel island for our Police Department Headquarters building located at 1230 South Nob. Hill Road in Davie, Florida. The final cost of the project was approximately $390,000. MGI was responsible for the installation of a dual product 20,000 gallon underground fuel tank, two fuel dispensers and a fuel island, as well as the construction of a custom designed concrete canopy. The canopy had a special requirement to allow for 18' clearance under the lowest point so that the Town's fire trucks could utilize the island. The canopy was designed to match the existing Mediterranean style police headquarters building, with textured stucco, a hip roof with concrete "S" tiles, and decorative precast concrete moldings. The canopy had monumental cast concrete beams and columns. The quality of the workmanship done by MGI was above average, and the project was completed within the time parameters set for the project. At the start of the project, MGI proposed an alternative way to construct the project that greatly simplified the construction and decreased the inconvenience to the police department due to construction. The change order initiated by MGI not only simplified the project but also resulted in a credit to the Owner of almost $4,000. MGI's subcontractors made the required design changes in the shop drawing phase, with the approval of the Engineer of Record. Mr. Chip LaMarca was the Project Manager from MGI. We found him to be very professional and easy to work with. We would be pleased to recommend MGI to other municipalities and feel that their quality of work and management skills were above average. If you have any additional questions, please feel free to call Mr. Bruce Bernard, Director of Public Works / Capital Projects at (954) 797-1240 or myself at (954)797-1191. Emilio C. Esteban, P.E. Director QIT-tv of DEPARTMENT OF ENVIRONMENTAL & ENGINEERING SERVICES hftp://www.margatefl.com • E-mail address: dees@margatefl.com January 31, 2003 Mike Cox General Manager MGI, Inc. 3781 N.E. 11'n Ave. Pompano Beach, FL 33064 Re: Water Treatment Plant Generator~ Project Dear Mr. Cox: On behalf of the City of Margate we would like to extend our sincere appreciation for the exemplary way in which your company handled our water treatment plant generator project. We especially wish to thank your Project Manager, Chuck Toby for the professionalism he displayed throughout the entire project. It is a pleasure working with a company of your caliber. Please do not hesitate to name our City as a reference if the need arises. Sincerely,. rCE C. Est an Subj: FW: The Setai Tower (Generator Load Bank Test) Date: 7/10/2003 3:19:54 PM Eastern Daylight Time From: Vinod. Mehta@skanskausa.com To: ksalle feller e.com, j,aiayo@alayo.com, wlnobles belIsouth.net, ghaslhofer@alayo.com, re scha ira cia s.com Ge r e.P ulson kanskaus .com, B b:Neuro k skanskausa.com, Maria.Houle skanskausa. om, Derrick. Fag skanskausa.com, Brian.L.Thom skan kau a.com, andi.D n oer skanska sa.com, Emsle .Yates kansk sa. om, Michael. hnson kansk u a.com,, Raul.Cord ro omera elec ric.c m, tfarrinatonasemechanical.c6m, IMCEAFAX-Keith+20Hanson+40+2B1+20+28-561+29+20471- 454 local, aleach fredmc ilvra in -w b.c m, m a Ionso @ p rofe5sion al. p lum be rs m m i e r as I:com Folks With the diligent works by Peter of MGI, Dennis of Florida Detroit Diesel - Allison .and special through the hoop work by Jorge Medina and his team, we did It The emergency generator was started and fuel system performed { I might add here "with a special help of our Bob Neurock, who turned the valves to open positions"] and exhaust smoke came out of the pipe in the alley way. This is a good start up and the TEAM is to be self congratulated. Let us have a similarly successful LOAD BANK TEST on Monday, truly 14th, 2003. Thanks MEP Team. Oh, yes Jorge you did special effort to get the pump reconnected. Thank you Jorge. VINOD R. MEHTA MEP COORDINATOR 5ETAIPROJECT MIAMI BEACH, FL.. Voice (305) 534-8680 Fax (305) 534-8607 Mobile (305) 525-7778 mailto.Vinod.Mehta@skanskausa.com STATE OF FLORIDA Department of Military Affairs Office of t4T Abjubast 0-rurrAl St. Francis Barracks, P.O. Box 1008 St. Augustine, Florida 32085-1008 January 16, 2003 Construction & Facility Management Office-CEE-lk Mr. Kent E. Clearwater, Regional Manager MGZ-Morgan General Mechanical Group, incorporated 333 FUihl.iiVur Rilau, 1VUId,, Suitc B*-2 i.v Tampa, Florida 33619 RE: Project 9202106 Electrical Upgrade Fort Homer W. Hesterly .Armory Tampa, Florida Dear Mr. Clearwater: The Department of Military Affairs —Construction & Facility Management Office would like to thank your firm, for performing an exceptional job at the reference project site. We would also, like to encourage you to respond to any future requests. Once again, thank you and we appreciate all the work and effort your firm has put into this project . Very truly yours, Max L. Dickinson Civilian, Florida Army National Guard Engineer 1 CH2M HILL 11575 Heron Bay Boulevard Suite 106 , Coral Springs, FL 33076 Amk � 2 i l t LL Tel 954.752, 0 Fax 954.752.676730 December 16, 2004 MGI-Morgan General ,Mechanical Group, Inc. -4781 N.W. 1.11" Avenue Pompano Beach, FL 33064 Attn: Mr. Rick DeRosia, P.E. Dear Mr. DeRosia: CH2M Hill is pleased with the recent project completed for the Water Supply Wells No. 8, 9, 10 and 11 for the Coral Springs Improvement District. MGI and their staff were professional, prompt, well managed and completed this project on time. The final contract value was $1,454,746.81. We look forward to doing further projects with MGI in the future. ry truly yours, hn F. McKune, P.E. roject Manager H2M Hill, Inc. JFM:bk 176618 YOUR PARTNER FOR SOLID WASTE SOLUTIONS September 8, 2003 Michael Cox MGI-Morgan General Mechanical Group, Inc. 3781 NE 11 `h Avenue Pompano Beach, FL 33064 Re: 2000 KW Caterpillar Generator Set Michael: I'm writing this letter in reference to the work MGI completed at the Solid Waste Authority's Utility Plant located at 6329 North Jog Road. The MGI workforce successfully supplied and installed a 2- Megawatt generator set. The work was performed expediently, and we are pleased with the quality of the work. Your staff proved to be knowledgeable and skilled in their work. Thank you for completing this work quickly and without hassle. I would gladly recommend MGI to anyone needing such services. Sine er ly, Robert F. Worobel Assistant Direci'or Plant Engineering, Utilities And Facility Maintenance Cc: File # 3040 -- " .. . - ... — — —1- ri.._:j- nn Ain 1cri1 CAn Annn CAV 907..AnR'7 Rorvrlvd PaO41 ;ITY HAAI LL • 201 WEST PALMETTO PARK ROAD • BOCA RATON, FLORIDA 33432-3795 • PHONE: (561) 393-7700 (FOR HEARING IMPAIRED) TDD: (561) 367-7046 SUNCOM: (561) 922-7700 0 0 April 6, 2004 Mr. Charles J. LaMarca Operations Manager MGI-Morgan General Mechanical Group, Inc. Petroleum & Gas Division 3781 NE 11th Avenue Pompano Beach, FL 33064 Dear Chip: The City of Boca Raton is pleased with the recent installation of a replacement generator, completed by MGI — Morgan General Mechanical Group, Inc. at the Police Services building. MGI and their staff were professional, prompt, well managed and very qualified. We look forward to doing business with MGI again. Sincerely, I vy alo" Mike Fichera Facilities Manager MF/ji P:\RecommendationLetters\MGI-Police Gen era tor.doc Administration: (954) 797-1030 Administrative Services: (954)797-1020 Budget&Finance: (954)797-1050 Parks & Recreation: (954) 797-1145 Development Services: (954)797-1111 Engineering: (954) 797-1113 Fire Department. (954) 797-1090 Police Department: (954) 693-8200 Public Works: (954) 797-1240 Utilities: (954) 4334000# TOWN OF DAVIE 6591 Orange Drive - Davie, Florida 33314-3399 (954) 797.1000 MEMORANDUM DATE: December 17, 2004 TO: Whom it May Concern THROUGH: Bruce Bernard Director of Public Works / Capital Projects Town of Davie FROM: Cheryl Dolin, R.A. c Project Manager, Capital Projects Town of Davie RE: Recommendation for MGI We are writing this letter of recommendation in regards to Morgan General Mechanical Group, Inc. located at 3781 NE 111" Ave. Pompano Beach, FL 33064. . MGI recently completed the construction of anew fuel island for our Police Department Headquarters building located at 1230 South Nob Hill Road in Davie, Florida. The final cost of the project was approximately$390,000. MGI was responsible for the installation of a dual product 20,000 gallon, underground fuel tank, two fuel dispensers and a fuel island, as well as the construction of a custom designed concrete canopy. The canopy had a special requirement to allow for 18' clearance under the lowest point so that the Town's fire trucks could utilize the island. The canopy was designed to match the existing Mediterranean style police headquarters building, with textured stucco, a hip roof with concrete "S" tiles, and decorative precast concrete moldings. The canopy had monumental cast concrete beams and columns. The quality of the workmanship done by MGI was above average, and the project was completed within the time parameters set for the project. At the start of the project, MGI proposed an alternative way to construct the project that greatly simplified the construction and decreased the inconvenience to the police department due to construction. The change order initiated by MGI not only simplified the project but also resulted in a credit to the Owner of almost $4,000. MGI's subcontractors made the required design changes in the shop drawing phase, with the approval of the Engineer of Record. Mr. Chip LaMarca was the Project Manager from MGI. We found him to be very professional and easy to work with. We would be pleased to recommend MGI to other municipalities and feel that their quality of work and management skills were above average. If you have any additional questions, please feel free to call Mr. Bruce Bernard, Director of Public Works / Capital Projects at (954) 797-1240 or myself at (954)797-1191. t� CITttij of Anrgatr, 'Ijariba DEPARTMENT OF ENVIRONMENTAL & ENGINEERING SERVICES httP://www,margatefl.com • E-mail address: dees@margatefl.com January 31, 2003 Mike Cox General Manager MGI, Inc. 3781 N.E. 1 It" Ave. Pompano Beach, FL 33064 Re: Water Treatment Plant Generator Project Dear Mr, Cox: Emilio C. Esteban, P.E. Director On behalf of the City of Margate we would like to extend our sincere appreciation for the exemplary way in which your company handled our water treatment plant generator project. We especially wish to thank your Project Manager, Chuck Toby for the professionalism he displayed throughout the entire project. It is a pleasure working with a company of your caliber. Please do not hesitate to name our City as a reference if the need arises. Sincerely,. rCEIOtt� C. Est an �s Subj: FW; The Setai Tower (Generator Load Bank Test) Date: 7/10/2003 3:19.54 PM Eastern Daylight Time From: Vinod.Mehta@skanskausa.com To: ksalle feller .com, 'ala o ala o.com, wlno les bellso th.net, phaslhofgr@alayo.cgm, g_reg@schagiroassociates.gom Georae.Paulson@skanskausa.co.m, Bob. Ne ro k skanska sa.com, Maria.Houle@skanskausa.com, Derrick. Fagg @skanskagsa.com, Brian. L.Th m as@)sLanskausa.com, Sandi. Denboer sk n kausa.com, Emsley.Yate @skanskausa.co_m, Michael.) hnson skan k usa.com, Raul.Cordero@omeroyelectric.com, tfarrington@semechanical.com, IMCEAFAX-Keith+20Hanson+40+2BI+20+28-561+29+20471- 4 4 I c I alearh@fr 3 edmcgilyrayinc-wbb.cQM, m.plonso@nrofes ionalnlumbers com, mainetroaas@aol.com Folks With the diligent works by Peter of MGI, Dennis of Florida Detroit Diesel - Allison and special through the hoop work by Jorge Medina and his team, we did it. The emergency generator was started and fuel system performed { I might add here "with a special help of our Bob Neurock, who turned the valves to open positions"] and exhaust smoke came out of the pipe in the alley way. This is a good start up and the TEAM is to be self congratulated. Let us have a similarly successful LOAD BANK TEST on Monday, July 14th, 2003. Thanks MEP Team. Oh, yes Jorge you did special effort to get the pump reconnected. Thank you Jorge. VINOD R. MEHTA MEP COORDINATOR SETAI PROJECT MIAMI BEACH, FL. Voice (305) 534-8680 Fax (305) 534-8607 Mobile (305) 525-7778 mailto:Vinod.Mehta@skanskausa.com STATE OF FLORIDA Department of Military Affairs Offire of f4v Abintlat Omani St. Francis Barracks, P.O. Box 1008 St. Augustine, Florida 32085-1008 January 16, 2003 Construction & Facility Management Office-CEE-lk Mr. Kent E. Clearwater, Regional Manager MGI-Morgan General Mechanical Group, Incorporated 333 Road, ivlJi lli, Suite B-L J V Tampa, Florida 33619 RE: Pr oj ect #202106 Electrical Upgrade Fort Horner W. Hesterly Armory Tampa, Florida Dear Mr. Clearwater: The Department of Military Affairs —Construction & Facility Management Office would like to thank your firm, for performing an exceptional job at the reference project site. We would also, like to encourage you to respond to any future requests. Once again, thank you and we appreciate all the work and effort your firm has put into this project . Very truly yours, Max L. Dickinson Civilian, Florida Army National Guard Engineer I � cHznnHaLL •ram December 16, 2004 MGI-Morgan General Mechanical Group, Inc. 3781 N.W. 1.11h Avenue Pompano Beach, FL 33064. Attn: Mr. Rick DeRosia, P.E. Dear Mr. DeRosia: CH2M HILL 11575 Heron Bay Boulevard Suite 106 Coral Springs, FL 33076 Tel 954,752.4960 Fax 954.752.6730 CH2M Hill is pleased with the recent project completed for the Water Supply Wells No. 8, 9, 10 and 11 for the Coral Springs Improvement District. MGI and their staff were professional, prompt, well managed and completed this project on time. The final contract value was $1,454,746.81. We look forward to doing further projects with MGI in the future. ry truly yours, ,f hn F, McKune, P.E. eject Manager H2M Hill, Inc. JFM:bk 176618 YOUR PART;AR FOR SOLID WASTE S0LUTIONS September 8, 2003 Michael Cox MGI-Morgan General Mechanical Group, Inc. 3781 NE 11`h Avenue Pompano Beach, : L 33064 Re: 2000 KW Caterpillar Generator Set Michael: Fin writing this letter in reference to the work MGI completed at the Solid Waste Authority's Utility Plant located at 6329 North Jog Road. The MGI workforce successfully supplied and installed a 2- Megawatt generator set. The work was performed expediently, and we are pleased with the duality of the work. Your staff proved to be knowledgeable and skilled in their work. Thank you for completing this work quickly and without hassle. I would gladly recommend MGI to anyone needing such services. Sin cer Iy, Robert F. Worobel Assistant Director Plant Engineering, Utilities And Facility Maintenance Cc: File # 3040 ui..s n..i- n- w CI : J 9'7A10 tram FAn.Annn CAY FR'i_AnF;7 RP.C.vcledPd(^. C/Q/l O 7;ITY HALL • 201 WEST PALMETTO PARK ROAD • BOCA RATON, FLORIDA 33432-3795 • PHONE: (561) 393-7700 _ (FOR HEARING IMPAIRED) TDD: (561) 367-7046 SUNCOM: (561) 922.-7700 o� April 6, 2004 Mr. Charles J. LaMarca Operations Manager MGI-Morgan General Mechanical Group, Inc. Petroleum & Gas Division 3781 NE 11th Avenue Pompano Beach, FL 33064 Dear Chip: The City of Boca Raton is pleased with the recent installation of a replacement generator, completed by MGI — Morgan General Mechanical Group, Inc. at the Police Services building. MGI and their staff were professional, prompt, well managed and very qualified. We look forward to doing business with MGI again. Sincerely, 1))w aiv�' Mike Fichera Facilities Manager MF/ji P:\RecommendationLetters\MGI-Police—Generator.doc Russ Electric Paralleling Sutitchgear Two 5-thousand-gallon, above ground, steel fuel tanks One of Our AccoMpiishments! Margate Water Treatment Plant, Margate, FL $2,534,760 USD MGI Established: 1986 State of Incorporation: Florida Corporate Address: 3781 NE 11th Avenue, Pompano Beach, FL. 33064 Corporate Officers: Robert L. Morgan - President/CEO Jennifer L. Morgan - Secretary/Treasurer/Controller Michael J. Cox - Vice President /General Manager David L. Morgan- Vice President/Sales MGI built a generator building to house the fuel tanks, the generator sets and the switchgear. MGI installed two 1250 KW Generators MG1 - MORGAN GENERAL 3781 NE ll"' Avenue Tel: (954) 943-5535 MECHANICAL GROUP, INC. Pompano Beach, FL 33064 Fax: (954) 943-5534 Form - Certificate. Of Insurance DATE (MM/DDIYY) CERTIFICATE OF LIABILITY INSURANCE 2/2/2006 '.ER (954)382-4350 FAX (954)382-2810 r 6ERFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO jL r NOR BiEIZ INSURANCE RISK ON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMMEND, EXTEND ORHE COVERAGE AFFORDED BY THE POLICIES BELOW. 7901 SW 6th Court Suite 430 INSURERS AFFORDING COVERAGE Plantation, FL 33324 INSURED MGI Morgan General Mechanical Group, Inc. : The Hartford : Bddgerteld Employers Ins Co 10701 3781 N.E. •1 Ith Avenue:Pompano Beach, FL 33064D: INSURER E: COVERAGES NOTWI THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED LI MAY PERTAIN, THHEENS INS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LMITS SHOWN MAY HAVE POLICY EFFECTIVE I POLICY EXPIRATION INSR TYPE, OF INSURANCE POLICY NUMBER DATE MMIDD/YY DATE MMIDD LTR 10/30/2005 10/30/2006 ENERAL LIABILITY 21 WNTI'9261 X COMM GENERAL LIABILITY CLAIMS MADE OCCUR A GEN'L AGG LIMIT APPLIES PER: pOL X PROJ LOC UTOMOBILE LIABILITY 121 j{ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS A HIRED AUTOS Nr)N-r)WNED AUTOS LIABILITY AUTO LIABILITY J� 21 lip l + (.I AIMS MADE A LIABILITY B ICFRTIFICATE HOLDER I I City of Tamarac .,Iior Procurement Specialist 7525 NW 88th Avenue Tamarac, FL 33321 0830-35289 13 BY 10/30/2005 i 10/30/2006 10/30/2005 10/30/2005 i 10/30/2006 HSTANDING ANY REQUIREMENT, TERM OR TRANCE AFFORDED BY THE POLICIES BEEN REDUCED BY PAID CLAIMS. LIMITS RRENCE $ 1,000,000 E (Any one fire) $ 300,000 y one person) PERSONAL $ 10,000 & ADV INJURY $1,000,00GGREGATE $ 2,000 00O RODUCTS-COMPIOP AGG $ 2,000,00 OMBINED SINGLE LIMIT (Ea $ 1,000,000 ccident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) ROPERTY DAMAGE (Per $ accident) . UTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY: AGG $ ACM OCCURRENCE $. 51066,004 GGREGATE $ 5,000,00 $ $ WC Statu-tory OTH-ER Limits E.L. EACH ACCIDENT $ 100010// E.L. DISEASE -EA EMPLOYEE $ 1,000,00 .L. DISEASE -POLICY LIMIT $ I,000,000 INSURED, INSURER LETTER J CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION WTTEN TO THE CE TIIFIC TEDATE THEREOF, THEISSUING HOLD RINAMED TO THE LEFT, BUT FAIWILL ENDEAVOR To LIUREAILrTO MAIL UCH NOTICE NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Authorized Representative Daniel Saunders =orm - Certificate Of Insurance IUA-.J • I- Vt L IMPORTANT r s not confer rights to the ceRifcate holder in lieu of If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate doe such endorsement(s). If SUBROGATION 15 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certifiate does not confer rights to the certificate holder in lieu of such endorsements(s). DISCLAIMER not constitute a ntract between the issuing The Certificate of Insurance affirmatively reverse side or of thisvely form does tend or alter the coverage afforded by he polices li listed thereoned presentative or producer, and the certificate holder, nor does it xl'E OF FLORIDA. r- A . EPT ANT "OF`:;$IT NEARSS:.AND PROFESSIONAL REGULATION ; L :' RIOA.Tip,. ONTRP,,CTORS LICENSING HOARD SEQ#LO4083i02452 Expiration_'date: AUG.31, 200 FL`33060=3306 FROM .1811,1817 Board of County Commissioners, Broward County Florida BROWARD COUNTY OCCUPATIONAL LICENSE TAX FORM NO. '';,g TORPERIODOCTOBER 1, 2005 Til iRlJ SEPTEMBER 30, 20®6 401-280/AC:25-0e1 u PENALTIES IF PAID . , �O RENEWAL ''� ❑ TRANSFER SEC # 18 I . 1 8 1 ? 54.(l () BACK TAX NOW- OCT. -10% ' '.*ARer DEC. �1 - 23 DEC. - 20 % ❑NEW GATE BUSINESS OPENED O PENALTY • Plus Tax Collection Fee of up to $25.00 Based on Cost of License if Paid STATE OR COUNTY CERT/REG T.C. FEE TRANSFER On or After November 30. Business Location+Address: O AGGOUN7NUMBER r" 3781 NE 11 A V E TOTAL 3" POMPANO 33064-0000 r BUSINESS PHONE: (954?943--5535 '"1 GENERAL MECHANICAL �� CRi1T1�OTNCN THIS LICENSE MUST BE CONSPICUOUSLY DISPLAYED C 0 X M I C H A E L J t TO PUBLIC VIEW AT THE LOCATION ADDRESS ABOVE. 3781 NE 11 AVENUE POMPANO BEACH Ft 33064•--0000 [� BAR®` TYPE OF LICENSE TAX PAID ms..COUNT%L-ECTRICAL CONTRACTOR 16 UNITS BROWARD COUNTY REVENUE COLLECTOR 2005 - 2006 115 S Andrews Avenue Governmental Center Annex FORT LAUDERDALE, FL 33301 PAYMENT RECEIVED AS VALIDATED ABOVE `SEE INSTRUCTIONS ON BACK OF LAST COPY www.broward.org/revenue 0000000000 0000005-1+00 000000181(3002317 1001 t} Ac#1 5 ' �' STAT:g OF FLORIDA ,•r.^ DI;PARI'MEIO'-F TJSxNES' AND.Y`PRORESSIONAL •REGI7LATION RU fi ON I D17a, RY LICENSING BOARD` SEQ#L0408050098G .. C6T fi . rt.,. , ;_ENE �r�`MECHANICALr'�G TF4wE FL 53064 �cx - TRANS R '80-2700 Board WAnCOUNTYty ,ssioners, Broward OCCUPATIONAL L CENSE TAX County a RD FORM NO. FOR PERIOD OCTOBER 1, 2005 THRU SEPTEMBER 30, 2006 401.2801AC 25-061 PENALTIES IF PAID % 1 $D TAX 2%.• i7o OCT. -10% NOv.-15% ❑ RENEWAL' ❑ 1 TRANSFER SEC # BACK TAX "DEC. -20% *After DEG.31 -25%` (DATE BUSINESS OPENED 1 1 / 01 � 9 b PENALTY Plus Tax Collection Fee to [,] NEW T.C. FEE Based oCost of License If Paid g r . TRANSFER On or After November 30. TIJ L ; STATE OR COUNTY CERT/REG Business Lacstion"Address: ACCOUNT NUMBER 3781 NE 11 AVE TOTAL _7 UNINCORPORATED 35064, -"! —v r.-,..� r:S BUSINESS PHONE.: (954)943-5535 M G.I MORGAN GENERAL MECHANICAL. GROUP INC THIS LICENSE MUST BE CONSPICUOUSLY DISPLAYED O R G A N R Ci E R T + 3781 NE 11 AVENUE TO PUBLIC VIEW AT THE LOCATION ADDRESS ABOVE. �• ' POMPANO BEACH FL 33064 0—i7,W TYPE OF LICENSE TAX PAID t2_ :r , .COUN ENFRAL CONTRACTOR 10 UNITS 13ROWARD COUNTY REVENUE COLLECTOR 2005 re 2006 115 S. Andrews Avenue, Governmental Center Annex FORT LAUDERDALE, FL 33301 PAYMENT RECEIVED ASVALIDATED ABOVE *SEE INSTRUCTIONS ONBACK OFLAST COPY www.broward.org/revenue t]0.. 000j)0r) 0000002 M) o000001 800003841 1 001 0 t: { I i. )�• { " 11i 1�� t 7 .� y e' '., � � [{,I 5 S! IL � i � (.?,I I i;i.1 i f:i 1t !FI .i+ � t a EI :=,1 i 1-,.!.i 11+ i{ !S-z S 1.1 1 i a+�'� �'.I �+d �.p r i 111Y '$.1�� ;( i� ��(.� .'.� t.i • .�,f. a! t � t';,1 ' �.1� �-1. `'iii t f�ti� h`I � '�'+Fi+IA-��4. . y :...., �•: '�,.�::'..: �� ::.: � ;:.- ._r� ......:. _.�. '..::. . . ...� ..... .._... ... ...._... .. ... .,..M. ,..�.... �..W,..,..�.�...xx,u�..w.,.ua.. w•uwn:Jlanaaaw No Text 1 J ► 1 � _- � r t .-�. y,/y� __ L � y �/ � h. .1rr � 'A �� _ �— r�i Construction Projects MG1 is a state General Contractor, state mechanical contractor, state pollutant storage contractor, and has two state electrical licenses. • Installation of switchgear and generators at South Florida Water Mgrnt. Site S5A. The work included trenching, rigging of equipment, equipment installation. Contact: S.F.W.M­ Nick Kretis (Construction Manager): 561-686-8800. 3301 Gun Club Road, West Palm Beach, FL 33416, Engineer: Bob Urban: 561-686-8800 • Installation of switchgear and electrical equipment for S.F.W.M. at sites S-7, S-9, G404, G 310, G810. The work included civil; electrical, mechanical, and fuel. Contact: Nick. Kretis 561-686-8800. • Installation of generator and electrical equipment for S.F.W.M at site S-135. The work included a generator, electrical equipment, civil work and mechanical work. Contact: Jim Kunard, Project engineer:561-682-6711, Mike Curley 561-686-8800 • MG] is one of two companies that hold a Blanket Purchase Order for FPL to perform switchgear related work at all power plants. MGI has performed various testing, maintenance and installation work under the Blanket PO. Contact: FPL Tony Sensatizmore 561-691-2968. 700 Universe Blvd., Juno Beach, FL 33408 • Substation testing of transformers, breakers, relays, etc. for Montenay Power Corp. Contact: Ekkehard Grimm 305-593-7223. • Constructed switchgear and generator buildings at various sites in South Florida. MGI has performed many turn -key projects including civil, mechanical, electrical, and fuel. • Purchased and installed six (6) transformers for the City of Pompano Beach. MGI installed pads, set and tested the transformers. City of Pompano Beach -Contact: Randall Fowler 954-786-4061. 1201 N.E 5"' Ave., Pompano Beach, FL 33060 • Removal, overhaul, and installation of double ended 600 HP pump. All controls and instrumentation, installation of Diesel engine, exhaust piping. City of .Pompano Beach — Contact: Randall Fowler 954-786-4061. 1201 N.E. 5`h Ave., Pompano Beach, FL 33060. • Turnkey install and design for City of Key West. Project includes a 18/24/30 MVA transformer, Powercon switchgear, 138 KV breaker, Transmission line work, Duct Bank, Cable Pulls, Transmission poles, Equipment Pads, etc. Contact: Ed Giesler (City of Key West) 305-295-1056. • Install and replace MCC's, generators, and Main Distribution Switchgear for S.F.W.M at sites S-2, S-331, and S-3. Contact: Nick Kretis (561)-686-8800, Project engineer: Cled Weldon (561) 686-8800. Jim Kunard (561) 686-8800. • Turn -key project ( 2.5 Million ) for City of Margate including a facility building housing (2) 1250 KW generators and paralleling switchgear. In addition, the work includes ductbanks, SCADA, HVAC, electrical, and mechanical. Director of Utilities, Emelio Estaban (954) 972-0828 • City of Coral Springs Water Treatment facility project ( 1.45 MUSD )that includes installation of (4) raw water wells, piping, duct bank, cable pulls, & MCC modifications. • Army Corp., Slide Gate 380 C —11 Basin. Subcontractor to Grundy Marine. Performed electrical, fuel, and generator installation for Gates, stilling wells, trash rake etc. Contact: Charlie Ellis (904) 699-7083. • Army Corp. Structure 84A Environmental Restoration, Subcontractor to Gulf Group, Performed all electrical, fuel, and generator installation for gates, stilling wells, etc. Contact: Sam Stone 850-785-0592. • City of Boca Raton, Remove existing 600 KW generator and install new 600 KW generator with fuel system. Contact Mike Fichera 561-416-3391. MGI - Morgan General Mechanical 3781 N1'. 11Avenue (954) 943-5535 Group, Inc. Pompano, FL 33064 Fax: (954) 943-5534 F- p W U o U U Q o 0 o a c b +; G U 4 b �� U O °° o cn .5 y 3 b o a c v w. GCO b E•' O o E' cd ieS M r' C v y qA °' b on �- cn a ; W v chi O • 4 cn on d n O H •C> a R I Q .M d 75 C vd a N = avi b a�i e d ' w <d N b -- CL r{i N Q Q ed , O Op • O -d o cl -a o a cn � a ro d e c b Cd o v v Cd b v = c ~d � � °�° A� (L) v v, Z cd sao - =3 =3 ;> an.., o � U -v o tmo p N U ^ 0 v� ,� o(D � o cd ..w o� � eC y o o 3 v W . cd z CA p �ci a�i ai avi a`di �n [-4 . an E� • Q. an U a� . W --• ed w o 0 a, , a Cl b a rn 0?� % cq U � c�Q bU � � = oo p pa `on UOUC7UWan C7ri�°i—° C7U74an ra]� W 4 N o U�U v ¢ �r v Cd '+� Uro v) En'm v -d y o cn 1 P C) D b0 cd p_ O n 2 �b `� O .. U W U U c Cj G U � •Q n tz Q o d o m a d a'"i o U- C Q chi b U UO v O �D6-6 uu C!J r N .�. Dw V] V] mWwWC/)m L�r N Lxr C/] N v�aw r- cy Q U 4J cC w v tz- (D v u Cd U o -a a -dCd O U V 44 x nn 3 ao ° 'd r 33a, o- �oa-o WbD 0o`�' o� i H p Gi � cad y O vi w M a> v - by a ^C O 7 N Q to U x b 304 � A ++ a cz ;z Q rii p O v a w 'd oo O tl b N O 0A tV r s ;-4 ~O 81� Q +Nr [Qaj Y Ln O 7 bo�, -ed QpO cn 4Q QeC o p OO ycc3 jr Ul C WpC 4- O U a, +4' e`d , p CA bo O G OU'f� CA N O U d aka W" C M V y w L1 O v b O O PM Q C O hl - N cN i +� Cl Cy G.Cd ' c� •� p +� ai ^�tJ` ^d y 'O d N O j' U v "o. + U Q U W r�+ • 5 . ar A, � .a CA W C 1 V W rrr � v7 Pw N q ed N Ir U N N O 00 00 z Q 00pp l() M n Q S'-i cd� "D r'o0 VO , I OT cad > a U fSa kn kn all k W c*i o �- 00 rxa a O G CD!yam w O 4- M fj' `o wo p O Ja v c�/i `..•i rh �-' U N V CL. rr--O�.. N Gb." O N p O U Cd - U (D ,, • .. cd Q. C *� �w Of) V)C:8�c�i�V) 20c) UH Via" Q CS U N v 03 w. Em. G1 REFERENCES Emilio Esteban Robert Abordo City of Margate Montgomery Watson Harza Director of Utilities Engineer 1001 West River Drive 490 Sawgrass Corporate Parkway Margate, FL 33063 Suite 300 Tel: 954-972-0828 Sunrise, FL 33325 Tel: 954-846-0401 John McKune, P.E. Jim Zetler Gee & Jenson Cornerstone Systems 11575 Heron Bay Blvd. 41.06 250 Eagle Drive Coral Springs, FL 33076 Jupiter, FL 33477 Tel: 954-752-4960 . Tel: 561-747-1813 Roger Moore, P.E. Nick Salce District Engineer Project Engineer Coral Springs Improvement District Gilbert Southern 10300 N.W. 111h Manor 1011 Shotgun Road Coral Springs, FL 33071 Sunrise, FL 33326 Tel: 954-753-0380 Tel: 954-236-9199 Houston Tripp Charlie Ellis Project Engineer Project Manager South Florida Water Mgmt. District Grundy Marine Construction Co. 3301 Gun Club Road 2209 Park Place West Palm Beach, FL 33406 Ponte Vedra, FL 32082 Tel: 561-686-8800 Tel: 904-699-7083 Denise Arrieta Ed Earnest Supervisor Project Engineer South Florida Water Mgmt. District City of Ocala 3301 Gun Club Road 405 SE Osceola Ave. West Palm Beach, FL 33406 Ocala, FL 34471 Tel: 561-686-8800 Tel: 352-629-8521 Tony Senzatimore Mike Fichera Florida Power & Light - Home office Facilities Manager 700 Universe Blvd. City of Boca Raton Juno Beach, FL 33408 201 West Palmetto Road Tel: 561-691-2968 Boca Raton, FL 33432 # 561-393-7700 MGI - Morgan General Mechanical 3781 N.E. 1 I1h Avenue (954) 943-5535 Group, Inc. Pompano, FL 33064 Fax: (954) 943-5534 No Text —i�i/ (}¢. "1W ??7 ��, ci(' !!?'(',I?cd.5if"iC{ ,a„{7 �:<3t?�1"r3C�5 0,;vFSio, AGREEMENT BETWEEN THE CITY OF TAMARAC AND MGI-MORGAN GENERAL MECHANICAL GROUP, INC. THIS AGREEMENT is made and entered into this ,22�,day of , 2006 by and between the City of Tamarac, a municipal corporation with principal offs es located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and MGI-Morgan General Mechanical Group, Inc., a Florida corporation with principal offices located at 3781 NE 11the Avenue, Pompano Beach, Florida 33064 (the "Contractor") to provide for the Design/Build of the City of Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Facility. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, RFP Document No. 06-04R titled "Design/Build of the City of Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project", 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 the Proposal document titled "Design/Build of the City of Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project' as issued by the City, and the Contractor's Proposal, the proposal document 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 complete the Design/Build of the City of Tamarac Public Service Center Fuel Island and Underground Fuel Storage Tank Replacement Project. 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 A g r & at ir. 1; Carty of Tamarac C;« Wracts Divrs on .............................................................................................................................. ' q........._.......... _............................................................ ....................... ................................................................................... 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 completed no later than 126 days from issuance of City's Notice to Proceed, subject to any permitted extensions of time under the Contract Documents. For the purposes of this Agreement, completion shall mean the issuance of final payment. 4.2 During the pre -construction portion of the work hereunder, the parties agree to work diligently and in good faith in performing their obligations ......... ........ ......... ........ ......... ...... ....... City of Tamarac pinch"Ising .and GO'otr acis Division ......................................................................... 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 not to exceed Two Hundred Forty -Four Thousand, Eight Hundred Dollars and no cents ($244,800.00), which shall include a Design fee of Thirteen Thousand Six Hundred Dollars and no cents ($13,600.00), and a Construction/Tank Removal Fee of Two Hundred Thirty-or-A91-rhousand Two Hundred Dollars and no cents ($231,200.00). 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of ten percent (10%) will be deducted from monthly payments until 50% of the project is complete. Retainage will be reduced to five percent (5%) thereafter. Retainage monies will be released upon satisfactory completion and final inspection of the work. Invoices must bear the project name, project number, bid number and purchase order number. City has up to thirty (30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City and provide a written request to the City to commence the one (1) year warranty period. All necessary Releases of Liens and Affidavits and approval of Final Payments shall be processed before the warranty period begins. All payments shall be governed by the Florida Prompt Payment Act, F.S., Part VII, Chapter 218. 7) Remedies 7.1 Damages: The City reserves the right to recover any ascertainable actual damages incurred as a result of the failure of the Contractor to perform in accordance with the requirements of this Agreement, or for losses sustained by the City resultant from the Contractor's failure to perform in accordance with the requirements of this Agreement. 7.2 Correction of Work: If, in the judgment of the City, work provided by the Contractor does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, the City reserves the right to require that the Contractor correct all deficiencies in the work to bring the work into conformance without additional cost to the City, and / or replace any personnel who fail to perform in accordance with the requirements of this Agreement. The City shall be the sole judge of non-conformance and the quality of workmanship. City of Tc%(T)a/"-w Purr asi,o �: nd (,;{3t trachS D;visiom ....................................................................................................................................................................................................................... 8) Change Orders 8.1 Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to a change order until the change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. All Change Orders shall include overhead and profit, not to exceed five percent (5%) and five percent (5%) respectively. 8.2 The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at Contractor's expense without change in the Contract Price or Time except as approved in writing by the City. 8.3 The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 8.4 The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. 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 C., ct' Tam ,attic 4 purctras,,Og and C�c�oh-acts 3' 'Vis((Ir1 work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. 8.7 In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the City Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the City. 9) No Damages for Delays ALL TIME LIMITS STATED IN THE CONTRACT DOCUMENTS ARE OF THE ESSENCE OF THE AGREEMENT. EXCEPT AS PROVIDED HEREIN, NO CLAIM FOR DAMAGES OR ANY CLAIM OTHER THAN FOR AN EXTENSION OF TIME SHALL BE MADE OR ASSERTED AGAINST THE CITY BY REASON OF ANY DELAYS. Contractor shall not be entitled to an increase in the construction cost or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages including but no limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for hindrances or delays due solely to fraud, bad faith or active interference on the part of City or its agents. In addition, if Contractor is delayed at any time in the progress of the Work by an act or neglect of the City's employees, or separate contractors employed by the City, or by changes ordered in the Work, or by delay authorized by the City pending arbitration, then the Contract Time shall be reasonably extended by Change Order, and the Guaranteed Maximum Price shall be reasonably increased by Change Order in order to equitably increase the general conditions component of the Guaranteed Maximum Price. Furthermore, if Contractor is delayed at any time in the progress of the Work by labor disputes, fire, unusual delay in deliveries, adverse weather conditions not reasonably anticipated, unavoidable casualties or other causes beyond the Contractor's control, or by other causes which the City and Contractor agree may justify delay, then the Contract Time shall be reasonably extended by Change Order. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to that extent specifically provided above. No extension of time shall be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten (10) years of weather data as recorded by the United States ......................................... .. . ......... ...... ......................... ....... ... . City of 7"bnorao g Pulrhas;nq ,~t ,d Con,acts Dklis;on ................................................... ` �...........,..�............................................................................... Department of Commerce, National Oceanic and Atmospheric Administration at the Fort Lauderdale Weather Station. 10) Waiver of Liens Prior to final payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release City from all claims of liability by Contractor in connection with the agreement. 11) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of final payment. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. The one (1) year warranty period does not begin until approval of final payment for the entire project, and the subsequent release of any Performance or Payment Bonds, which may be required by the original bid document. 12) Indemnification 12.1 The Contractor shall indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Contractor or its officers, employees, agents, subcontractors, or independent Contractors, excepting only such loss of life, bodily or 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 Agreement w,ity of Taf rs rac, arc as'n andC:oWr acts Division ......................................... .. A limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor shall agree to post in conspicuous places, available to employees, and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. 14) Independent Contractor This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under 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: �yIVA City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 7 Agrpe ?(,w3t Carty of purchasing alld CCorllracts Division .......................... ........... ........................................................................................................................................................................................... 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 MGI-Morgan General Mechanical Group, Inc. 3781 N.E. 11t" Avenue Pompano Beach, FL 33064 ATTN: Robert L. Morgan, President 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. 8 �t�r's��nrrrrl y`ty o :man?,.-ir c p(Al{rhl,lsiog and Contracts Division 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 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. Fitp'� eam" m1, 4 ., rf Tamarac Purchasing atxl C oWr acts Divisror, ........................... ...... ... .............. 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. CI OF TAMARAC J chreiber, Mayor Dat f'7 ATTEST: Jeffrey t. Mill dr, City Manager 9,Ia,2 arion Swenson, C C Dat City Clerk D ATTEST: re of Corporate Secretary ifer U (CORD -ORATE SEAL) Approved as to form and legal sufficiency: �*Vk AA= muel are , it Attorney qqv; Date MGI-Morg�ri Gener Mechanical Group, Inc. s Compa y Name Signidture of P1re!9 eAOwr Robert L. Morgan Type/Print Name of President _ oz 6 Date 1(J fac�r�crr��,r,r r City of Tamarac STATE OF COUNTY OF ... CORPORATE ACKNOWLEDGEMENT SS 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 Robert L. Morgan, President, of MGI-Morgan General Mechanical Group, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this. day of —r—EA d E�::::: JOHN J. LaMARCA iSSION # DD 138005 : September 7, 2006 try S-i- & Bonding, Inc. 0 o ry Public Flor at Large Print, Type or Stamp Name of Notary Public Qll'� Personally known to me or ❑ Produced Identification Type of I.D. Produced U//DID DID take an oath, or NOT take an oath. 11 Agreement r