Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-117Temp. Reso. #10440 April 28, 2004 1 Revision 1, May 10, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-_dy A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 04- 11 B TO FLORIDA DESIGN CONTRACTORS, INC., AND EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND FLORIDA DESIGN CONTRACTORS, INC., FOR AN AMOUNT OF $1,436,350.00 FOR THE WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS PROJECT; APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE 2004 REVENUE BOND ACCOUNT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains a Water Treatment Plant (WTP) located at 7803 NW 61 st Street; and WHEREAS, the WTP presently utilizes chlorine gas, which is recognized by both the Occupational and Health Administration (OSHA) and the United States Environmental Protection Agency (USEPA) as a toxic and hazardous chemical subject to both the Process Safety Management (PSM) and the Risk Management Plan (RMP) regulations and poses a potential risk to the City of Tamarac should a chlorine release occur; and WHEREAS, the Sodium Hypochlorite Disinfection System that will replace the chlorine gas will consist of a generator, storage tanks, metering pumps, and associated Temp. Reso. #10440 April 28, 2004 2 Revision 1, May 10, 2004 Supervisory Control and Data Acquisition (SCADA) controls that will safely generate a 0.8% Sodium Hypochlorite bleach solution that is not regulated by PSM or RMP and is recognized as a non -hazardous chemical; and WHEREAS, new drinking water regulations under the Safe Drinking Water Act Disinfection and Byproducts Rule — Stage 2 will require greater Trihalomethane (THM) and Haloacetic Acids (HAA5) removal and the ammoniation system, as designed and proposed as part of the WTP Disinfection System Improvements will enable the Tamarac WTP to meet these new limitations; and WHEREAS, in accordance with the Utilities Department's mandate to improve, renew and rehabilitate existing water and wastewater systems to ensure a safe, reliable and adequate water supply and wastewater systems to all residents and customers of the City, the WTP Disinfection System Improvements Project was recommended, approved and funded as a Capital Improvement Project; and WHEREAS, Mathews Engineering has been contracted to complete the design, bidding, permitting, and construction administration for the WTP Disinfection System Improvements Project as approved under Resolution R-2003-116; and 1 Temp. Reso. #10440 April 28, 2004 3 Revision 1, May 10, 2004 WHEREAS, the City of Tamarac publicly advertised Bid No. 04-11 B, WTP Disinfection System Improvements Project in the Sun Sentinel on February 22, 2004 and February 29, 2004 (a copy of said bid document is on display in the City Clerk's office); and WHEREAS, the City solicited competitive sealed bids and on April 16, 2004, received, opened and reviewed seven (7) bids as follows: COMPANY NAME TOTAL BID $ Florida Design Contractors, Inc. 1,436,350.00 TLC Diversified, Inc. 1,469,800.00 Widell, Inc. 1,483,900.00 Wharton -Smith, Inc. 1,487,000.00 Interstate Engineering Corp. 1,527,280.00 R.J. Sullivan 1,598,000.00 MGI Morgan 1,714,000.00 WHEREAS, Florida Design Contractors, Inc., was deemed the lowest responsive and responsible bidder (a copy of said bid is attached as "Exhibit A"); and WHEREAS, the City of Tamarac Assistant Director of Utilities and Mathews Engineering recommends the award of this construction contract to Florida Design Contractors, Inc., in the amount of $1,436,350.00 as stated in the memo issued April 28, 2004 (a copy of which is attached hereto as "Exhibit B"); and Temp. Reso. #10440 April 28, 2004 4 Revision 1, May 10, 2004 WHEREAS, approved funds in the amount of $2,350,000.00 are available in the 2004 Revenue Bond account; and WHEREAS, it is the recommendation of the Director of Utilities and the Purchasing and Contracts Manager that the appropriate City Officials award Bid No. 04-11 B, WTP Disinfection System Improvements Project to, and execute an agreement with Florida Design Contractors, Inc., in an amount not to exceed $1,436,350.00 for the WTP Disinfection System Improvements; 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 approve the award of Bid No. 04-11 B, WTP Disinfection System Improvements, to Florida Design Contractors, Inc., and execute an agreement with Florida Design Contractors, Inc., in an amount not to exceed $1,436,350.00. 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. 1 Temp. Reso. #10440 April 28, 2004 5 Revision 1, May 10, 2004 SECTION 2: The award of Bid No. 04-11 B, WTP Disinfection System Improvements Project, to Florida Design Contractors, Inc., is hereby authorized. SECTION 3: The appropriate City Officials are hereby authorized to execute an agreement with Florida Design Contractors, Inc., (a copy of which is attached hereto as "Exhibit C") as part of said award. SECTION 4: An expenditure in the amount of $1,436,350.00 is approved to be funded from the 2004 Revenue Bond account. SECTION 5: The City Manager, or his designee, be authorized to make changes, issue Change Orders not to exceed $10,000 per Section 6-156(b) of the City Code, and close the contract award including, but not limited to, making final payment and releasing bonds when the work has been successfully completed within the terms and conditions of the contract and within the contract price. SECTION 6: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in Temp. Reso. #10440 April 28, 2004 6 Revision 1, May 10, 2004 part or application; it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 8: passage and adoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 26th day of May, 2004. ATTEST: i MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. " /11 V� / �'� MI-TCH L S. KF CITY ATTORN REG/JM/mg (z' JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISC DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS �tili 1 City of Tamarac Purchasing and Contracts Division "EXHIBIT A" BID FORM TR #10440 BID 0411E WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS Submitted by: F/o Ud6 tLw ; VJ 4.o17�g C VAC Date y AP d (Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. _ _ . _ _ -Biaaer wilt completelelNok for the prices shown-in =tfie "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. Page 1 of 5 1 City of Tamarac - 0. Purchasing and Contracts Division BID FORM BID 04-11B (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide construction of the Water Treatment Plant Disinfection System Improvements, as follows: Installation of new on -site sodium hypochlorite generation system and new ammoniation system and all other incidentals as Indicated by the drawings and specifications or as required to properly complete the project as planned. In order to be considered for this project, the vendor must meet the licensing requirements outlined In Section 28 of the General Terms and Conditions of this bid and the following conditions: 1. Has successfully completed a minimum of three (3) projects of similar scope and complexity over the past five (5) years. 2. Must be able to document the required experience upon request We propose to fumish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. . See Schedule of Bid Items on the following pages. Page 2 of 5 City of Tamarac Purchasing and Contracts Division SCHEDULE OF BID ITEMS BID NO.04-11B WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS All bid items shall include costs for furnishing to the City all materials, equipment, supplies, accessories, supervision and for all costs incurred in providing all work shown on the plans and specifications for Water Treatment Plant Disinfection System Improvements. Said costs shall be complete and inclusive of all labor, permits, inspection, servicing and start-up fees, taxes, insurance, miscellaneous costs, warranty, overhead and profit. BIDDER agrees to accept as full payment for the Lump Sum Work proposed under this Project as herein specified and as shown on the Drawings, based upon the undersigned's own estimate of quantities and costs, the following total lump sum bid of: Item Description Total Cost 1. Completion of Entire Scope of Work in Bid Documents, $ i0 excludingthe work described in Bid Items 2 and 3 below. I 00l7. 2. Furnish hypochlorite generation unit for Tract 27 Storage $ -7 C a 3 001 Tank as described in Specification Section 11515. 3_ Furnish hypochlorite generation unit Grant's Plaza Storage /' o $ `� �i Tank as described in Specification Section11515. too. 4. 5-Year Hypochlonte Generator Maintenance Plan as $ o a 7g �SO described in Specification 11515, Section 2.11 5. Contingency Allowance Section 01020 $ 50,000.00 TOTAL LUMP SUM BID $ Ifi 3(, 3S0.p0 The CONTRACTOR shall submit a detailed price breakdown to the ENGINEER at the preconstruction conference. The price breakdown as reviewed and agreed upon by the CONTRACTOR, ENGINEER and OWNER shall be used for preparing future estimates for partial payments to the CONTRACTOR, and shall list the major items of the work and a price for each item Price breakdown shall be by Specification Section for „each - - - - -area-of-the-project. -Overhead, other -general -costs; and --prof t shall be -prorated toeach item so that the total of the prices for all items equals the lump sum price. The price breakdown shall be subject to the review of the ENGINEER, and the CONTRACTOR may be required to verify the prices for any or all items. NAME OF BIDDER: r�b2 i C A L G � Gr7l�lo'C�D�S �,4(' Page 3 of 5 0 City of Tamarac Purchasing and Contracts Division BID FORM BID 04-11 B (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery�um of rejection will be at the expense of the bidder. rioond# bo;cyn On4rae4A5� Company Name l OvA, So. klmao b04V-(-- Address 64 P,.L rL, 33V43 City, State, ZIP C 6c oq a.30V Contractor's License'Number Typed/Printed Name 66/-81/5 -1 a33 Telephone & Fax Number �O S—o 366 9�.6 Federal Tax ID# Page 4 of 5 City of Tamarac R Purchasing and Contracts Division BID FORM BID 04-11 B (continued) Bidders Name: _l AotIo% no%4C TERMS: Net 30 DAYS or. /3 % discount within days Delivery/completion: 180 calendar days after receipt of Notice to Proceed. To be considered eligible for award, one (1) original of this bid form must be submitted with the Bid. Two (2) copies should accompany the original; however, copies must be provided within 3 days of the City's request. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. Page 5 of 5 Contractor Safety Qualification Form SECTION 1: COMPANY INFORMATION Company Name: I" �OfL% d'A a)A0 jo'I) C (7 Address1: jC:1 11 j6 A3 iL i IK Address2: City, State, Zip: -4jake an k, r= Telephone No.: J (0 _ 9(/$ -/ A 3 3 Fax No.:6i SECTION 2: NAME(S) AND RELATIONSHIPS OF PARENT COMPANY, AFFILIATES, SUBSIDIARIES, PARTNERS Company Name: Address: City, State, Zip: Relationship: Lompany Name: Address: City, State, Zip: Relationship: SECTION 3: INSURANCE COVERAGE 3.1 Please attach certificates showing the extent of coverage, following: ■ General Business Liability Insurance . Pr • Contractors Pollution Liability Insurance . W 3.2 How long have you been covered by your current provider of I . .t 3.3 List the Experience Modification Ratio (EMR) that has been compensation insurance policy for the past five years: Year Intrastate EMR Interstate EMR 3 1 •90Li a LA exclusions and deductibles for. the Dfessional Liability Insurance nrker's Compensation Insurance Yorker's Compensation Insurance? applied to your company's Worker's Comments Contractor Safety Qualification Form 3.4 List the contact information for an insurance broker who can verify your EMR's: Name: AA 1 t0 Address1: ,� 0 Address2: City, State, Zip:' e Telephone No.: , 75/-- 7 7 If you do not have an EMR, please explain: 11 /A SECTION 4: INJURY AND FATALITY INFORMATION 4.1 Please transfer the numbers and rates of injuries and illnesses from your firm's OSHA No. 200 Logs to the table below: Statistic Year: a60 j Year: 0710.7, Year: 00-3 No. Rate No. Rate No. Rate Lost Workday Cases 0 f Restricted Workday Cases D Medical Treatment (not First Aid) Cases I Total Illness Cases -- Total Recordable Cases Fatalities 4.2 If your company has had fatalities in the past three years include location, cause, and corrective actions in the space below: Contractor Safety Qualification Form SECTION 5: SAFETY MEETINGS 5.1 Do you require that documented safety meetings be held for: ■ Field Supervisors? W"'Yes ❑ No Frequency: 0 e t kda ■ Employees? Yes ❑ No Frequency: Wet ki 1/1 ■ New Hires? C,Yes ❑ No Frequency: rA104 • Subcontractors? 91/Yes ❑ No Frequency: 01 a n4 SECTION 6: SAFETY AublTS 6.1 W illrepresentative of your company audit safety practices on this job? ❑ No Name: I L I a ms Title: P j (,C, - a at, ry How frequently will the representative visit the project site? W SECTION 7: HEALTH AND SAFETY PROGRAM 7.1 Does the company have a health and safety program? If yes, please give details below. (The contractor is encouraged to attach a copy of the program to satisfy this requirement). 5• S n .1 'd — c i S4-V; 1)4ed- c�l I—�12In(b�1 7.2 Please give the name and telephone number of your company's health and safety officer, if any: Name: i % l)� Title: PA 0� Pam+ N a Telephone No.: SECTION 8: HEALTH AND SAFETY CITATIONS 8.1 Attach a list of any State or Federal Health and Safety citations received during the past three years. SECTION 9: SIGNATURE OF COMPANY OFFICER I certify that to the best of owledge, information, and belief formed after reasonable inquiry, the information submitted is t ccurate, and complete. Name (print): Title: Signature: _.. Date: _ �ili. iZAA�L�r� City of Tamarac Purchasing &Contracts Division CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(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 X OTHER If "Other", -1170tXCG5 CIS kC- Name (Printed Or Typed) _P.�ol 65-030GnL Title Federal Employer I.D./Social Security No. F-10f b ck 'G Cn 4a k5,,. xC. Company Name Address City/State/Zip Telephone Fax Number Contact Person Page 1 of 1 Certification of Tamarac CERTIFIED RESOLUTION & Contracts Division I, ann C 04-4 (Name), the duly elected Secretary of Fhotida 3 Name of Corp.), a corporation organized and existing under the laws of the State of F10ai d4 , 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 SOLVED THAT nrna,5 C I�n.ke (Name)", the duly elected i- (Title of Officer) of Aa�d4 ame 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 , / SIGNA 7%oaaZ L yGR kr �i i&,,Al .- Given under my hand and the Seal of the said corporation this y of ,�u/Z- (SEAL) By: Secretary doll 17"Vllele" Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 Certified Resolution of BID BOND STATE OF FLORIDA) )SS: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, Florida Design Contractors, Inc. as Principal, and Great American Insurance Company as surely, are held and finely bound unto the City cif Tamarac, a municipal corporation Of the State of Florida in the penal sum of: -Five Percent (5%) of Proposed Bid -- Dollars$ ---5$---- lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, fimnly by these presents. THE CONDITION OF THIS OBUGATION IS SUCH that whereas the Principal has submitted the acconparrying Bid, dated April 14 - , 2004 for. Water Treatment plant Disinfection System Improvement Bid No. n/a NOW, THEREFORE,, (a) if said Bid shall be rejected, or in the alternate. (b) If said Bid shall be accepted and the principal shall properly execute and deliver to said City the appreAfig" Contract Documents, and shall in all respects fulfill all - terms and conditions attributable to the acceptance of said Bid, then this obiiption shall be void; otherwise, it Shall remain to force and effect, it being expressly understood and agreed that the liability of the Sw Sty for any and Sit dainrs hereunder shall In no event exceed the amount of this obligation as herein stated. The Surety. for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way 6n mhW or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. Pegs 1 of 2 Bid OPW City of Tamarac V-- Pwcha" & Cwkwft Di 4Wm ACKNOWLEDGEMENT BID BOND Signed and sealed this 14th day of (AFFIX SEAL) ATTEST: see attached power of attorney Secretary ATTEST: see attached power of attorney Secretary r-19--T• Design Contt�rettors, Inc. Principal 1326 S. Killian Drive Buslwss Address Lake Park, Florida 33403 cityf 3tateop 561-845-1233 Bus less Phone Great American Insurance Company Sure By Laura D sho er Attorney -In -Fact & Florida Resident Agent Title Laura D. Mosholder gy La . Mosholder Inquiries: 407 330 3990 Page 2 of 2 - Bid Bond ACknoWkdg&wnt GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No. 0 17711 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name GARY W. CARPENTER FRANK R. CHA VEZ LAURA D. MOSHOLDER Address Limit of Power All of ALL LAKE MARY, FLORIDA UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact famed above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of MARCH 2O03 Attest GREAT AMERICAN INSURANCE COMPANY � t / STATE OF OHIO, COUNTY OF HAMILTON - ss: On this 20TH day of MARCH, 2003 before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. ! t M RY P El4 E� 1 iEt T'ti' r�!STATE Q-4.Y U�GEQ. QF Qh!Q'� W�V 4l:r!S5!0fi EY.?iRES 02-112-O6 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be aril hereby is authorized front time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety; any mud all bonds, undertakings mid contracts of suretyship, or other written obligations in the nature thereof- to prescribe their respective ditties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond undertaking, contract or suretyship, or otherwritten obligation in the nature thereof, sudt signature and seal when soused Hereby.adaptedbyrhe.Co�npatxyas t/tevrigincrlaigruttra¢afsuclaolJtcer - and the or igirial seal of the Con pan}, to be valid and binding upon the Con ant with the same force and c sit crs_though manually affixed - CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1., 1993 have not been revoked and are now in full force and effect. Signed and sealed this 14th 4 �":ZN S 1029T (11/01) day of April 2004 City of Tamarac Purchasing & Contracts Division OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 NW 88t' Avenue Tamarac, Florida 33321 Company: C%0X'd - �4O; 6A) 0anr�iS S Check One Contact Name: 4rxo63 Clan k--C acorporation Address: 13;a( So. k; IIIa- bgiV4— Partnership City, State, Zip krz-k_ PO4k. I✓iL 3 3L/0`3 Telephone No. Zvi n&5 - /a 3 _75 Individual Fax No. 61- RqR - S 9 9 a Other 1. 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: FIn / �oo-iU R �iGo The address of the principal place of business is: J A6 k-So . ki I 1 ict_,(J �J/t i V-,L- bah-i�6 k FL 3 34o,3 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: 9191 b) State of Incorporation: c) ..,President's name; 'hUrrctL1 d) Vice President's name: e) Secretary's name: _--►'��'1 �5C0__ .. 0 Treasurer's name: _ g) Name and address of Resident Agent: ­ Page 1 of 5 Offeror's Qualification Statement City of Tamarac Purchasing & Contracts Division 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 7. 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. CGCoga'30 8. Have you ersonally inspected the site of the proposed work? 1:0 YES FINO Do you have a complete set of documents; -including drawings and addenda? YESF-] NO 10. Did [YES you attend the Pre -Proposal Conference if any such conference was held? t ❑ NO Page 2 of 5 Offeror's Qualification Statement of Tamarac & Contracts Division 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: VP 12. 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 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). L4 14. State the name of the individual who will have personal supervision of the work: Gf 95 Wi//iLtYY+ / 772onta6 (N nk 15. State the name and address of attorney, if any, for the business of the Offeror: 16. 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: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Page 3 of 5 Offeror's Qualification Statement of Tamarac & Contracts Division 18. State the name of Surety Company which will be providing the bond, and name and address of agent: Atl oo Rasday- f �o bQlt � 19. Bank References: Bank Address ne l- 313 -3�ss 20. Attach a financial statement including Offeror's latest balance sheet and income statement showing the following items: o be s ,mil i td( u Pc�J re.uaof �I � /0W 161' cMrr �' a) 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): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof. bebrit fk f cksau) 'P A . A,11310.3 22. Is this financial statement for the identical organization named on page one? 12YES NO 23. If not, explain the relationship and financial responsibility of the organization whose .._ financial statement is provided (e.g.,.parmt-subsidiary). Page 4 of 5 Offeror's Qualification Statement City of Tamarac 0 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 t materially affects the Offeror's qualifications to perform under the contract shall se the owner to reject the proposal, and if after the award, to cancel and terminaWthe award andZor coi'itract. ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of r-k9-;dh County of Pal rn 4 On this the 314k day of Qt� , 20 ly , before me, the undersigned NotaryPublicof the State of Florida, personally appeared �iDrnRS l� �an k-e-- and (Name(s) of individual(s) who appeared before notary) whose names) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NO RY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC �., Jo -Ann D. Esoott My commission DD242177 :F SEAL OF OFFICE: «„ Expim November 28, 2007 (Name of Notary Public: Print, Stamp, or Type as Commissioned) GLPersonally known to me, or Produced identification: (Type of Identification Produced) B'DID take an oath, or ❑ DID NOT take an oath Page 5 of 5 Offeror's Qualification Statement City of Tamarac 0 Purchasing &Contracts Division NON -COLLUSIVE AFFIDAVIT State of _ loa; dA ) County of &M 6ac,<_ )Ss. ""'r"IeIZIA being first duly swom, deposes and says that: 1. He/she is the 'P,,tI'd 4_, (Owner Partner, Officer, Representative or Agent) of ,the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 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, representative owners, employees or parties in interest, including this affiant. Signed, sealed d delivered in the presence of: W' ess Page 1 of 2 Non -Collusive Affidavit of TnMm� & Contracts Division ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of a On this the .311�day of nn , 20_0�L, before me, the undersigned Notary Public of the `1State of Florida, personally appeared T►'l clan 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. N5VARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC r spP' Jo Ann 0, EsWft SEAL OF OFFICE: ': Mycomftsbn +pNd�'`EVk"u'n (Name -of Notary Public: Print, 2o' T0" Stamp, or Type as Commissioned) gsonally known to me, or 0 Produced identification: __� (Type of Identification Produced) C-DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 Non -Collusive Affidavit 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: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's .community, bpi any employee _who_is so_convicted. _ _ 6. Mak 'good faith effort to continue to maintain a drug -free workplace through entation of this section. As the person authorized to sign the statement, I fy that this fofrevres fully with the above requirements. o/L; A n ur/,s Company Name 19 Page 1 of 1 Drug -Free Workplace of Tamarac REFERENCES & 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 gency"rl irm Name: Address City State Zip Phone/Fax Contact Name Page 1 of 1 References E, City of Tamarac t1 Purchasing & Contracts Division LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid non -responsive and may cause its rejection. Subcontractor Name/Address % Total Contractor Contract License No. Work to Be Performed ERGY FFiC2 El CC- TR2CA l-EcTRZ A �. Page 1 of 1 List of Subcontractors a� �o � � N O U o a� a� i, O U r+ ti .b O y P-i cil U gn w V O P-4 z Eli�> w � x U y O C� cd" z w z o 0 U N A � o a � U � o U d U o CIS A w rn o - v- -a c� 3� o •r a,•� o 0 b 3� o 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O OO O O O U U U O U O U O U O U U U O U O —4 O O O O O O G71 O N N � O 0000 en O O CIF �O N N V1 M N M cn Vl I'O v� �D y v1 cd M U �O O o Z 00 N 00 O . -+ N O m NNNM/) M*i 00 E-� �NhW ArnArnx�x °c 4 a-, ° U U U O w w w 4.(w to N " a a o dam' b -0 r.rw 0 � o� Cd10 a�C7 �� �,o O cn z� "O t) "o a°ix oaGQ wUwU�a;�aa�OUAUAww��Ua� Y Ln rn Cd o o �. o Pq O U 4-4° ' o can�'°�"0. 0 Cd > cn o Ur� C, avo o ;°HW;S'S �x>� a] -i4cn �' O Cd C'O � U 1:4 � N H > H N Q� i7 O V � Q � U co o a 0* U A a� ,0 0 U U CO) O U U y N _ce O 0 b 0 U U U � O a O CD O O O 00 0 C\ O O 0 w 0 0 a 0 rw 0 0 U U O O _O O O OO .-i O O O N 00 01 N N v" U A lc N O N 0 � CO�c O Nv� E O[O ��4�sR�+ O O to W) O M M 9 V 00 >� to 0? " �ood� C� �000oo p �O ti v) .s . �O wl to �O A to G a V-) p O kr) WWl W) a rn �p > kn U 0 � U U O w o f� .� f� �r a" W GG o o a� o t x o x o •d r cis te a, 6� U a�i ^. a� �' a r" a � �, cad U U tb CL 0�b 0 0 + an � U �� o �0 A, i' >,0 ,g ti ti� o� 0 0 ,� '0 R ci o ti o o R o Q p'' Ey �i Ei x U con � CW N O v W V] M bA ed a O U 0 t 0 U 0 U o 0 0 0 OM a a a a a a w a a w cp, o c o 0 N 0 M en Oi 10 y� � �.-� n � ON.vOgt U � M � M CIJ t- � � O ii44 -4 N 't j� N C-4 N 0?U 1 1? w aU � •.�w�w U O w 2 o U GA e �0, Phi 0 HAUA 0 �' c °' 0 0 cd C� n� W a W t> 04 0 0 0 b p O Qi ��E0� WSHUUW O KEY PERSONNEL Name Title Years Experience Years At FDC Responsible Thomas Clarke Owner, President 25 25 Overall Operations Project Jason Carlson Manager/Estimator 5 3 Project Management -Greg Williams Project Manager 4 2 Project Management Adam Moore Assistant Project Mana er 4 1 Assistant Project Management Joann Escott Controller/Office Manager 20 8 Finance/Office Management Serge Pouch Superintendent 20 10 Job Site Su envision Ronald Cam Superintendent 30 6 Job Site Su envision Michael Dobson Superintendent 12 2 Job Site Su envision Joseph Rush Superintendent 25 10 Job Site Supervision Terrence Ring Superintendent 20 15 Job Site Supervision Rand Garven Foreman i0 5 Crew Supervision - ---- 10 1 o n giscitelli — _ Su erintendent -- Supervision Superintendent and project manager to be determined at time of award. Final project team members will be chosen at time of contract award. , I7 V MM ■Y V t� t\ 1 11 I AIM 1 L. V r LI P%01 L I I T I N J U KA N L E OP ID DATE (MM/DDIYYYY) PRODUCER FLOR-07 02 27 04 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Waldorff Ins. & Bonding, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P . O. Box 886 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mary Esther FL 32569-0886 P e: 850-581-4925 Fax: 850-581-4930 INSURERS AFFORDING COVERAGE NAIC # N—&—.D Florida Design Contractors INSURER A: Am casualty co of Reading, PA 17 20427 Inc. Florida Design Irrigation1/20443 INSURERS: Continental Casualty company (� INSURERC: Valley Fore Insurance Co ► 20508 Inc 132t South Killian Drive INSURERD: Ohio casualty Insurance co. 09385 Lake Park FL 33403 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DDIYY POLICY ATE MM/DD/YY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE ®OCCUR XCU Coverage 2048785676 03/01/04 03/01/05 EACH OCCURRENCE $ 1 00O 000 PREMISES Eaoceurenee $ 300,00 MED EXP (Any one person) $ 10,000 PERSONAL BADVINJURY $ 1 I 000 1 000 Contractual L±ab. GENERAL AGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC PRODUCTS -COMP/OP AGG $ 2 00 0 000 AUTOMOBILE LIABILITY B ANY AUTO 2048785810 03/01/04 03/01/05 COMBINED SINGLE LIMIT (Ea accident) $ 1 OOO , 000 X ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ X HIRED AUTOS NON AUTOS BODILY INJURY (Per accident) $ R Pollution Liab _ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ D EXCESSIIIMBRELLA LIABILITY X OCCUR CLAIMS MADE BXO (02) 52824616 03/01/04 03/01/05 EACH OCCURRENCE $ 2 0 Q Q Q Q 0 AGGREGATE s2,000,000 DEDUCTIBLE RETENTION $ $ WORKERS COMPENSATION AND `, EMPLOYERS LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE WC20176734 03/O1/04 OFFICER/MEMBER EXCLUDED? FiARIDA EM IDYEES ONLY H yes describe under SPECIAL PROVISIONS below OTHER 03/01/05 WC STA TORY LIMITS X ER E.L. EACH ACCIDENT E.L.DISEASE - EA EMPLOY E.L. DISEASE - POLICY LIMB S500,000 $ 5OO 000 $ 5 Q Q 000 A Installation cover 2048785676 03/01/04 03/01/05 Inland Marine 2048785676 03/01/04 1 03/01/05 1 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS 1,000 1,000 750,000 100,000 CGI7TICIr`ATC unr n�o FLOD-02 Florida Design Contractors 1326 Killian Drive Lake Park, FL 33403 %-^N%,CLLA i IVN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE e )KU zo (zuulfuu) H. TION 198 t�aRwff y 1 :r Wes. n01 ++ K ti a �' �' # �- cr f+ tr �'ii +t00 sz Ea 0 On ••tzj w O. � .,� b " i � .. .H O ggq W n r y 0 w � w cn o H w z C/) i CD m X 0 ai M tam to AJ FL.. fir..-`.__ •"T_......___. 101 00 ,D 14 .04 . 0� . Ow ,.... H c� Otv z to EO H HO zz. oar . cl H� .- z`' 1TI City of Tamarac FxY�P� "Committed to Excellence -Always - Purchasing and Contracts Division ADDENDUM NO.5 WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS BID NO.04-11 B .DATE OF ADDENDUM: April 8, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Water Treatment Plant Disinfection System Improvements. 1. The bid opening date has been changed. The revised Bid Opening Date is April 16, 2004 at 2:00 PM local time. All other terms, conditions and specifications remain unchanged for Sid No. 04-11 B. Post-Ifi Fax Note _ 7671 l DAte4f1/i' ,�r/W. .► Fax * From All Bidders should acknowledge receipt and acceptanck of this Addendum by submitting the signed Addendum with the Bid p4ckage. _._._.-__.__.—T-hls�Addendurm--st NAME OF BIDDER: 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 0 www.famorac.org Equal Opportunity Employer D'F a City of Tamarac In IN, "Committed to Excellence..,Aiways" Purchasing and Contracts Division ADDENDUM NO.4 WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS BID NO. 04-11B DATE OF ADDENDUM: April 7, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Water Treatment Plant Disinfection System Improvements. 1. Insurance requirements shall remain as stated in the original Bid Document, 11, There exists a conflicting statement as to the amount of experience a vendor must be able to demonstrate. The Bid Form (page #2 of 5) is in conflict with Information contained on page #11515-2, section B. As outlined in Section 3 of the Special Provisions (page #21 of the Bid Document), Technical Specifications shall take precedence over the Instructions to Bidders and General Terms and Conditions. As such, the requirement for five (6) separate installations in operation for at least five (5) years stands. Ili. The following modifications and additions shall be made to the Technical Specifications Due to a printing error, there are two (2) sets of Instrumentation `T' drawings and two (2) sets of Electrical `B" drawings in the bid package. Bidders should use the second set of t and E drawings in the package. Please contact the Engineer if further clarification is needed 2. Specification Section 1690% Paragraph 1.03-A.2: CHANGE the phone number for C.C. Control from (561) 478-3737 to (561) 748-3737. 3. Specification Section 16900, Paragraph 1.03-.A.3: CHANGE the phone number for DCR Engineering from (863) 428-8088 to ((863) 428-8080. 4. Specification Section 16900, Paragraph 2.08: ,ADD the following Paragraph: The total chlorine residual analyzer/transmitter shall operate with a continuous sample flow tluough the analyzer. The analyzer shall have a detection range from 0-5 mg/1 of either free or total residual chlorine with an accuracy of +5% and have a sample period of 2.5 minutes. The analyzer shall have 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fox (954) 724-240814 www.tomarac.org Equal opportunity Employer 04l07/04 16:03 PAX 954 724 2408 CITY-TAMARAC-PURCHASING Q 002/007 a six -character, 3-1/2" digit LCD readout. The sample temperature range shall be 41' to 104°F. 2. The enclosure shall be IF-62 rated with a latchabie gasketed door. The analyzer shall be powered by 120 VAC, 60 Hz with a 2.5 amp fuse. The analyzer shall have an 4-20 MADC output signal and two SPDT relays rated at 5A resistive load at 240 VAC. 3. The chlorine analyzer shall be furnished with two bottles of each free chlorine reagent as spares_ The analyzer shall be manufactured by the HACK Company, CL-17 model or equaL 5. Specification Section 11515, Paragraph 2.02: DELETE Paragrapbs G through M and REPLACE with the following Paragraphs: "G. The generator package shall be mounted in the general location shown on the drawings and shall be factory wired, plumbed, assembled and tested. Interconnecting plumbing and wiring between components to be provided by the contractor. The system component frames shall be 304 stainless steel H. The generator package shall consist of the electrolytic cells, flow control system, rectifier cabinet, a free standing dual. PLC based control panel containing system controls tank water softener with water volume regulated regeneration valve and a 50 micron filter to be installed on the generator softeDed water feed line. 1. The electrolyte flow control system will function to deliver two (2) independent flows to the electrolytic cells. The first being a blend of 100% of the necessary salt brine and 50% of the required softened water, which will be the primary flow delivered to the start of the process. The second being the balance of the softened waxer, 50%, delivered halfway through the process -..---.--ei#her etween eeilsvr nid eiL—�Singie-flow--electroiytic cells -will -of .-be_---_-.._.-._______...._-_.. __ _ .- . -- _-_ __ aoceptab�leilue to water qua-1'1ty lim�tatsons. J. Transformer/Rectifier: 1. The design and construction of the ac to do power conversion system will be of secondary SCR design_ The power conversion units are to be manufactured to UL, CSA, JEC, IEEE and NEMA standards and meet the requirements of ANSI C34. 041/07/04 16:03 PAZ k54 724 2406 CITY-TANARAC-PURCHASING Q 003/007 2. The transformer / rectifiers are to be durable, of high quality, rugged design using first quality J'EDEC rated semiconductors and other quality components combined with expert craftsmanship. The acceptable configurations are ANSI 9 (single way) with SCR's in the secondary (low voltage) side of the main power transformer to perform both the control and rectification. 3. Rectifiers are to be rated for 100% continuous duty at 40 degrees C (104 deg. k). 4. The thyristors are connected in a wye-wye configuration. The mounting surfaces for the thyristors are to be micro -machined to a 65 micron flatness, and a thin layer of approved thermal paste applied for optimum host transfer. a. The maximum operating junction temperature is to be below 100°C. b. The peak reverse voltage of each thyristor is to be a minimum of six (6) times rated volts. C. The thyristors . are to be operated at less than 50% of the maximum published average current rating. d. Sharing of current in parallel thyristors is not recommended and if applied must meet the ANSI standards for parallel devices. If the average current rating requires more than one thyristor in parallel to meet the application DC current rating then the acceptable approach is to parallel separate tbyristor bridge networks. e. A fast acting current limiting fuse with indicators and coordinated to the rating of the thyristor is required to protect each thyristor. 5. Each rectifier transformer is to be built to the following specifications: a The acceptable design configurations are ANSI 9 (single way rectifier) and will have a delta connected primary winding. b. Transformer will be open, dry type, cooled by forced air_ The traosformer is to Kaye spp4 ateprimary and sewn ..:_w�oLdin c. Transformer insulation is to be Class H (220T) with a maximum design temperature rise of 80°C (Class B) and `Hot Spot allowance' of 30°C when operated at full load. d. Windings are to consist of electrolytically pure; splice -free copper with generous air ducts is used for optimum cooling efficiency. The windings are to be designed for an 80°C rise with -04/ID7/04 .16:03 PA% 954 724 2408 CITY-TAMARAC-PURCHASING Q 004/007 a `Hot Spot' allowance of 30°C for `hot spot' temperature rise of 110°C. On the 220°C insulation system this allows for a 70°C margin at 40°C. ambient. Conservative design is based upon temperature rise and optimum coil dimensions to keep resistance and impedance of unit in proper relationship for efficiency and space requirements. e. Transformer cores are to be machined from high quality, low loss silicon transformer steel with flux density less than 16,000 Gauss. Core dimensions are selected to match the 80°C rise coil design. £ Transformer coils are to be vacuum pressure impregnated (VPO with Class fI varnish and baked dry for a minimum of 24-hours period. g. Transformer primary & secondary B11, is to be designed in accordance with the latest ANSI standards for the voltage class of the transformer. Designs that have not been tested to these levels are to have first articles tested. K- Transformer/Rectifier Cabinet: 1. The heavy-duty enclosure is to be constructedof heavy -gauge steel mounted on a rigid welded structural steel base and frame, braced and reinforced to withstand the stress of shipment and Dandling. All internal components are to be bolted securely to the enclosure and torques applied to specified limits. 2. After fabrication, all surfaces are to be carefully inspected to ensure that they are clean and free from burrs, flakes, creases and foreign substances. The enclosure is to be finished with two coats of corrosion -resistant paint, appropriate for a corrosive environment. 3. Control Box, meters. figbts & E-sty — mounted on the front of cabinets 4. Component ,Access — All front access only. Units may be positioned side byside. 5. Cooling The power supply is to be cooled by the use of internal fan(s). Air is to enter the bottom of the enclosure and to be directed through the --------- - --- --- - select Such tha he�C ttlpa1p0nents arE 6p4 C-d-C3114ov-'th*—des glD: - ---- - - - -- ---- temperature ratings. Contractor shall coordinate with transformer/rectifier manufacturer and shell provide ventilation ductwork as regttired to ventilate the air from the transformer/rectifier cabinet through the budding wall to the exterior atmosphere. Contractor shall provide wall mounted louver with bird screen on all exterior vents. U4VU7/U4 16:03 FAX 964724 2408 CITY-TANARAC-PURCHASING 0005/007 6.Protection: The power supply shall have the following protective features: a. Peale Overload Detector b. Thyiistor Overtemperature c. Transformer Overtemperatum d. Fan Overload e. Current Limiting Semicouductor Fuses / indicators f. Control Circuit Fusing L. Traneformer/Rectxfier Electronic Controls: 1. All the electronic printed circuit control boards are to include complete testing and "burn in" of every board prior to installation. The integrated circuits roust exhibit reliable, efficient, and noise free performance. All rectifiers must have the following features: a. Constant Current Control shall have a current regulator with +/- 1.0% from no load to full load with an automatic crossover to voltage control when the voltage demand of the load exceeds the voltage -control setpoint. b. Constant Voltage Control shall have a voltage regulator with +- 1.0% from no load to fiill load with automatic crossover to current control when the current demaud of the load exceeds the current -control setpoint. C. Peak Current Detector shall have a peak current limiting circuit to instantaneously limit the output current to 2.00% of rating with an automatic return to the preset current (± regulatioA accuracy) within 100 mSec. d Firing Circuit shall utilize digital timing logic to piovide precise thyristor gate pulse spacing. The output pulse to the SCR is to be 'lard fire" We, with a high leading edge spike for precise turn. on, and a "back porch" for reliable firing into an inductive load. The gate outputs are to be monitored and indication is to be visible without the use of test e . u�hi r`brt funcizons to allow simple --- -- contact closure to clamp the DC output to zero. f The output DC waveshape is to be monitored continuously and a loss of phase on the iucomi g power is to inhibit the DC output of the rectifier. g. The SCR gate triggering is to be interlocked with the start command such that every start has an inherent soft start of the VW uriut 10:u4 lrAA 854 724 2408 CITY-TAMARAC-PURCHASING 12006/007 thyristors with ramp time to setpoint greater than 200 ms. b. The dynamic response of the regulator is to be programmable to match different load characteristics. i. Control is to include an `out of regulation, indication if the rectifier is not able to regulate. j. The control shall have relay logic interlocks. k. Internal current sensing is to be from high accuracy shunts. 1. All analog setpoint and feedback signals are to be of an isolated design. nL Each power supply is to be interfaced with the controller and is to include. 1 _ Power 2. On light 3. Fault Light and external contact 4. DC Voltmeter 5. DC Ammeter 6. Mac relay interface 7. 4 2OmA Current setpoint control 8. 4 — 20mA readback of DC Volts & DC Amps 9. Emergency Strop Pushbutton K Electrolytic Coll 1 The electrolytic cell shall'be constructed of clear acrylic and CPVC materials, allowing for full visual inspection of electrodes from top, bottom, back and front during normal operation. 2 Cell construction shall be tubular, allowing for electrodes to be removed as a single assembly. Any necessary joining of cell materials shall be by solvent welding or mechanical compression. Thermal weldin ------------- --- -- -- wells constnicte� o solvent not be ---- - - -- ------ -- allowed due to their high potential for leakage 4 The tubular cells shall be factory tested to 100 psi, for a period of 30 minutes, prior to final assembly and shipment. 5 The electrodes shall be titanium and the anodes coated with a mixed metal oxide catalytic coating for electrical efficiency and maximum 0007/04, 16:04 FAI 954 724 2408 CITY-TANARAC-PURCHASING U 007/007 longevity. They shall be vertically oriented solid flat plate construction to maximize the high velocity gas lift between electrodes, which will minimize scaling. Expanded metal electrodes will not be allowed. 6 All wetted material inside the cell shall be titanium, PVDF, PTFE or viton. Due to the highly corrosive environment, no other materials will be allowed. 7 All cell penetrations must be made with male pipe threads or bolted flanges. Solvent welded socket connections will not be allowed. 8 Maximum allowable cell current density shall be 1.20 amps/sgdn. The generation system supplier shall provide calculations showing all relevant cell data. Data shall include electrode area measurements, and current flows. Electrode service factor shall be expressed as amps per square incb of electrode surface. 9 All. external electrical connection to the cell shall be rectifier grade silicone bronze with a maximum cur mt density of 200 amps/sq. in. Lesser materials or higher current densities will not be allowed." All other terms, conditions and specifications remain All Bidders should acknowledge receipt and the signed Addendum with the Bid package. This Addendum should be signed bed. NAME OF hanged for Bid No. 04-11 B. of this Addendum _4 submitting City of Tamarac R t : "Committed to Excellence. ..AlwpyS" Purchasing and Contracts Division FLORIDA DESIGN CONTRACTORS ATt'N THOMAS CLARKE FX: 561-�848-5992 ADDENDUM NO.3 WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS BID NO.04-11B DATE OF ADDENDUM: March 25, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Water Treatment Plant Disinfection System improvements, 9. The bid opening date has been changed. The revised Bid Opening Date is April 14, 2004 at 2:00 PM local time. All other terms, conditions and specifications remain unchanged for Bid No, 04-1113. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum with the Bid package. _ his Addendum -should be-sicined -below-arid--rnmm NAME OF C. 7525 NW 88th Avenue ■ Tamarac. Florida 33321 2401 ■ (954) 724.2450 ■ Fax (954) 774 2408 ■ www.famoroo.org Equal Opportunity Employer V,r/1L/V4 14:4o raA vu4 1&4 L4Vo Vill-TAXAHAU-I'UKGl1ASING 10001/001 City of Tamarac CV-0 o "Committed to Fxceffence...AlWaYS" Purchasing and Contracts Division FLORIDA ]DESIGN CONTRACTORS ATTN THOMAS CLARKE FX: 561-848-5992 ADDENDUM NO.2 WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS BID NO. 04-1IS DATE OF ADDENDUM: MARCH 12, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Water Treatment Plant Disinfection System Improvements. 1. The Concrete encasement indicated on sheet E-1 is schematic in nature. Dimensions for the duct bank shell be as required by detail B on Sheet E-7. 2. The Engineer's estimate of construction cost for the projectis $1.26-M 3. The Owner will pay for all concrewsolls testing and for bacteriological tasting. Ail other tests required for the project (including equipment _performance testing during startup) shall be paid for by the Contractor. 4. Add the following notes to Detail B on sheet E-7 a. Minimum concrete envelop around each conduit shall be 3 inches. b. Minimum spacing shall be 7.5 inches between conduit center tines. C. Minimum concrete cover shall be 24 inches from the top of finished grade to the top of concrete encasement d. Concrete color shall be red. 5. Time for substantial completion is changed from 120 days to 150 days. Final completion will be no more .than 30 days after substantial completion. 6. Add the following Note on Dwg. iVl-3: "The contractor shall con_ strict temporary facilities, piplprg, etc., as required to maintain operation of the chlorine gas system prior to startup, testing and acceptance of the bulk hypoohlorite storage and pumping system. Refer to the specifications for sequence of construction " All —441— All Bidders should acknowledge receipt and acceptance ofthi endum by sub Ing the signed Addendum- With. the..Bid-package, This Addendum should be signed below and,retume c NAME OF BIDDER: ���dA- v 7525 NW 88th Avenue E Tamarac, Ro6da 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724 2408 a www.tamarac_org Equal Opportunity Employer City of Tamarac a - '�� "Committed to Excellence... Always" Purchasing and Contracts Division ADDENDUM NO.1 WATER TREATMENT PLANT DISINFECTION SYSTEM IMPROVEMENTS BID NO. 04-11B DATE OF ADDENDUM: FEBRUARY 25, 2004 TO ALL PROSPECTIVE BIDDERS: The following clarifications, changes, additions and/or deletions are hereby made part of the Contract Documents for Water Treatment Plant Disinfection System Improvements. 1. The bid opening date has been changed. The revised Bid Opening Date is March 31, 2004 at 2:00 PM iocal time. All Bids must be received in the Tamarac Purchasing Office by 2:00 PM, March 31, 2004. All other terms, conditions and specifications remain unchanged for Bid No. 04-11 B. All Bidders should acknowledge receipt and acceptance of this Addendum by submitting the signed Addendum with the Bid package. This Addendum should be signed below and returned NAME OF BIDDER: I-lbfti 7525 NW 88th Avenue a Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tomarac.org Equal Opportunity Employer CONTRwCTORV April 23, 2004 Steven I Beamsderfer City of Tamarac Purchasing Division 7525 NW 88v' Avenue Room 108 Tamarac, FL 33321 Re- Bid No. 04-11B WTP Disinfection System I;-nprovements Mr. Beamsderfer: With regards to your fax dated April 21., 2004, attached you will find our Financial. Statements for year ended December 31, 2003 aloe; with the subcontractor information indicating License number and percent of total cortract for each, Also, this letter will serve as verification that Florida Design Contracto-s, Inc. fully intends to comply with the insurance requirements as outlined in the original bid. It is also understood that the cost of such. insurance was included in the original 1 otal lump sum bid and that there will be no change in that figure. Please advise should you have any questions or require additional information. Regards, Thomas H. Clarke President Enc. 1326 South Killian Drive • Lake Park, Florida 33403 61) 945-1233 - Fex: (561) 848-5992 SWI Ceniflod ronh oor - UrAneo No. CG-0I coma • 0ti; 4A- � CIO CO 4; 4 �JD. Off%- I J 6 TAmAr,+o- L.JT? 'IRccriNJ Sy54"A %imjp Colitractor Licence Subcontractor Name/Address % Total Contract No. Work to Be Performed Electron Corp of South Florida 6421 Winding Lake Dr. Jupiter, FL 33458 (561) 744-1388 7% EC0002765 Electrical Commerce Controls, LLC 1133 Fourth Street Suite #202/203 Sarasota, Fl, 34236 (941) 366-5181 5% N/A Instrumentation Carter& Ver Planck, Inc. 4918 West Grace Street Tampa, FL 33607 (813) 287-0709 49.5% N/A Supplier Instruments South Corporation P.O. Box 933 Lakeland, FL 33802 (888) 474-8642 10.5% N/A Supplier FLORIDA DESIGN CONTRA 4CTORS, INC. BALANCE SHED rs December. 31, 2003 and December 31, 2002 ,ASSETS 12/31 /03 12/31 /02 Current Assets Cash $ 715,252 $ 489,152 Accounts receivable 1,495,122 1,319,382 Cost & estimate earnings in excess of billings 187,248 64,982 Prepaid expenses 10,275 Total current assets 2,407,897 1,873,516 Property and Equipment Vehicles 299,497 277,891 Machinery and equipment 403,765 309,698 Furniture and fixtures 31,702 31,702 734,964 619,29I541,160 Less accumulated depreciation 446,206 Other Assets 193,804 173,085 Deposits 1,040 1,040 $ 21602,741 $ 25047,641 LIABILITIES AND STOCK.PIO.l..DER'S EQUITY Current Liabilities Accounts payable $ 1,087,229 $ 860,963 Accrued liabilities 2,792 476 Accrued pension 137000 15,967 Billings in excess of cost and estimated earnings 69,393 19,766 Notes payable - current portion 831-256 69,182 Total current liabilities 1,255,670 966,354 Long Term Liabilities Notes payable - long term portion 95,502 96,273 Stockholder's equity 95,502 96,273 Common stock, $1 par value 100 shares authorized and outstanding 100 100 Paid -in capital 385,000 385,000 Accumulated adjustments 866,469 599,914 Total stockbolder's equity I,251,569 985,014 $ 2,602,741 $ 2,047,641 See accompanying notes and account !int's review report -2- FLORIDA DESIGN CONTRA+.:TORS, INC. STATEMENTS OF INCOME AND ACCUM'ILATED ADJUSTMENTS For the Twelve Months Ended December. 31, :;.1J03 and December 31, 2002 12/31/03 12/31/02 REVENUES Revenues earned $ 9,132,535 $ 6,61.1.,436 Miscellaneous 21,717 21,228 9,154,252 6,632,664 Cost of revenues earned 7,681,529 5,220,011. Gross profit`; 1,472,723 1,412,653 EXPENSES Depreciation 94,954 118,134 Interest 7,473 9,836 Selling, general and administrative expenses -see p.10 710,147 576,825 812,574 704,795 Income (Loss) from operations 660,149 707,858 OTHER INCOME — dividends and interest 4.493 2.360 NET INCOME 6645642 710,218 Less stockholder distributions (398,097) (147,818) 2661555 562,400 Accumulated adjustments, beginning of year 599,914 37,514 Accumulated adjustments, end of year $ 866,469 $ 599,914 See accompanying notes and account int's review report. -3- Grp jF0 -1113 Contractor Safety Qualification Form SECTION 1: COMPANY INFORMATION Company Name: r G.Li a(A `'0 Address1: 1.3.76 .5 0 • ,v Address2: '/ City, State, Zip: tq � `C r �(, .33y o3 Telephone No.: 561. 8 y 5- Fax No.: '�41— gyF— S9 902 SECTION 2: NAME(S) AND RELATIONSHIPS OF PARENT COMPANY, AFFILIATES, SUBSIDIARIES, PARTNERS Company Name: Address: City, State, Zip: Relationship: Company Name: Address: City, State, Zip: Relationship: SECTION 3: INSURANCE COVERAGE 3.1 Please attach certificates showing the extent of coverage, exclusions and deductibles for the following: ■ General Business Liability Insurance ■ Professional Liability Insurance ■ Contractors Pollution Liability Insurance ■ Workers Compensation Insurance 3.2 How long have you been covered by your current provider of Worker's Compensation Insurance? yeas 3.3 List the Experience Modification Ratio (EMR) that has been applied to your company's Worker's compensation insurance policy for the past five years: Year Intrastate EMR Interstate EMR Comments a vn •90 pliq WA • ----- f, C-1 Contractor Safety Qualification Form 3.4 List the contact information for an insurance broker who can verify your EMR's: Name: -JMI �p j Address1: ,p. Address2: City, State, Zip: tom; j`1_ 3 a a Telephone No.: J5P -3 7V— 7 7 If you do not have an EMR, please explain: SECTION 4: INJURY AND FATALITY INFORMATION 4.1 Please transfer the numbers and rates of injuries and illnesses from your firm's OSHA No. 200 Logs to the table below: Statistic Year: 01001 Year, 0770a Year. No. Rate No. Rate No. Rate Lost Workday Cases c Restricted Workday Cases Medical Treatment (not First Aid) Cases Total Illness Cases �- Total Recordable Cases / Fatalities p jj 4.2 If your company has had fatalities in the past three years include location, cause, and corrective actions in the space below: Contractor Safety Qualification Form SECTION 5: SAFETY MEETINGS 5.1 Do you require that documented safety meetings be held for: ■ Field Supervisors? Q"Yes 0 No Frequency: toetkILI • Employees? I51"Yes 0 No Frequency: wec ■ New Hires? V* Yes 0 No Frequency: Oh • Subcontractors? P Yes D No Frequency: YN a n4+1 SECTION 6: SAFETY AUDITS 6.1 W ill representative of your company audit safety practices on this job? ❑ No Name: (A) i I I i a trnS Title: �20j tc-�" 111 a rr How frequently will the representative visit the project site? W SECTION 7: HEALTH AND SAFETY PROGRAM 7.1 Does the company have a health and safety program? If yes, please give details below. (The contractor is encouraged to attach a copy of the program to satisfy this requirement). 7.2 Please give the' name and telephone number of your company's health and safety officer, if any: Name: Title: r�o►PL� Telephone No.: /— - / SECTION 8: HEALTH AND SAFETY CITATIONS 8.1 Attach a list of any State or Federal Health and Safety citations received during the past three years. SECTION 9: SIGNATURE OF COMPANY OFFICER I certify that to the best of owledge, information, and belief formed after reasonable inquiry, the information submitted is t ccurate, and complete. Name (print): 0 Title: Signature: Date: � g/ City of Tamarac Purchasing and Contacts Division COMPANY NAME: (Please Print): F/02 t QA 1. o;cm o��L,4+ f5 1*14C Phone: (o (- $ �{s —1 a ?S �_ Fax:._. / — %L/ P - Sg 9.?- BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... C 0 Py 1. [.]"Complete and sign the Contractor Safety Qualification Form. 2. Properly fill out and sign the Bid Forms. 3. [ill out and sign the Non -Collusive Affidavit and have it properly notarized. 4. Q-71o"ign the Certification page. Failure to do so will result in your Bid being eemed non -responsive. 5. 3/Fill out the Bidder's Qualification Statement. 6. Fill out the References. form. 7. Q S gn the Vendor Drug -Free Workplace form. 8. ill o the List of Subcontractors. 9. nclude a 5% Bid Guarantee. Failure to provide a bid guarantee will result in automatic rejection of your bid. Payment and Performance bonds will be roquired and MUST be submitted on the City's forms, included herein. 10. ill out and sign the Certified Resolution. 11.Fu�nclude proof of insurance. Make sure your Bid is submitted PRIOR to the deadline. Late Bids will not be accepted. Failure to provide the requested attachments may result in your bid being deemed non -responsive. _ _. _.THIS SNOULD-BE-THEFIRsT-PAGE Oi= yom RID. _ 46 Bid Coverpage Checklist CITY OF TAMARAC INTEROFFICE MEMORANDUM "EXHIBIT B" FINANCE DEPARTMENT TR #10440 PURCHASING DIVISION TO: JAMES MOORE, ASSISTANT DATE: APRIL 29, 2004 DIRECTOR, UTILITIES DEPARTMENT FROM: STEVE BEAMSDERFER, RE: WATER TREATMENT PLANT BUYER, DISINFECTION SYSTEM PURCHASING DIVISION IMPROVEMENTS O4-11 B Recommendation: To Award to the low responsive/responsible bidder, Florida Design Contractors., for the Water Treatment Plant Disinfection System Improvements, Bid No. 04-11 B, for the Utilities Department, in the Total Lump Sum Bid amount of $1,436, 350. After careful review of the low responsive/pspoFo ibie bidd �rs� submittal, the Utilities QQDepartment22coon�ncurs to award to: 9-Loe, D�4. ��s� nJ „7%c g ;'fn the amount of APT ..1 The Utilities Department does not concur to award to the low responsive/responsible bidder. Reason(s) for rejection Note: Return this signed concur memo back to Purchasing. Authorized Signer: QAK829 i - iY1bagE Signature: ,P�/jgfl Date: Attachments Rpr 28 04 06: 12p Mathews Consulting, Inc. tbbi t 't fV- tao-r r- - MATHE W S CONSULTING INC. Civil and Environmental Engineers "EXHIBIT Br" TR #10440 April 28, 2004 Mr. James Moore CITY OF TAMARAC UTILITIES DEPARTMENT 600.1 Nob Hill Rd Tamarac, FL 33321-2401 WTP Disinfection System Improvements Tamarac Bid No. 04-11B Recommendaden of Bid Award Dear Mr. Moore: The City of Tamarac Purchasing Division received, opened and read aloud bids for the Water Treatment Plant Disinfection System Improvements Project on Friday, April 16, 2004 at 2:00 P.M. Seven (7) bids were received ranging in price from $1,436,350 to $1,714,000 as listed below. The apparent low bid was submitted by Florida Design Conti -actors of Lake Park, Florida. Name of Bidder Bid Amount Florida Dekign Contractors $1,436,350 TLC Diversified $1,469,800 Wideli, Inc. $1,483,900 Wharton -Smith $1,487,000 Interstate Engineering $1,527,280 RJ Sullivan $1,598,000 MGT Morgan $1,714,000 Florida Design Contractors has constructed various projects in South Florida which were similar to the construction requirements of this project. In fact, Florida Design is currently constructing the Town of Lantana Water Treatment Plant Improvements, a project in which Mathews Consulting is serving as Engineer of Record. All work completed by Florida Design on that project to date has been completed in a satisfactory manner. Based upon Mathews Consulting's direct experience with Florida Design and previous satisfactory reference reports, we recommend award of this construction contract to Florida Design Contractors in the amount of $1,436,350. If you have any questions or require additional information pertaining to this recommendation of award or the project in general, please contact me. Very Truly Yours, MnL. 3ews, LTING, INC. 4z�� R. President Mathews Consulting, Ine. -1475 Centrepark Boulevard, Suite 250 -West Paint Beach, FL 33401 •561-478-7961 -Pax 561-478-7964 City of Tamarac ... .......... r Purchasing and Contracts Divisionr. ..... .......................... AGREEMENT BETWEEN THE CITY OF TAMARAC AND Florida Design Contractors, Inc. THIS AGREEMENT is made and entered into this day of , , 20 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") andFlorida Design Contractors, Inc., a Florida corporation with principal offices located at 1326 S. Killian Drive, Lake Park FL 33403 (the "Contractor"), to provide installation of on -site sodium hypochlorite generation system and ammoniation system at the City of Tamarac Water Treatment Plant. 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, conditions of Bid 04-11 B (General Conditions, Special Conditions, Special Provisions and Technical Specifications), drawings, all addenda issued prior to, 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. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to install a new on -site sodium hypochlorite generation system, new ammoniation system and all other incidentals as indicated by the drawings and specifications or as required to properly complete the project as planned. b) Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. c) 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. d) 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. City of Tamarac >:`:>' :K•::: -•• Purchasing and Contracts Division a� 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount 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, 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. 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 The work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than ten (10) days after the date that Contractor receives Purchase Order. The work shall be completed within 180 days from receipt of written Notice to Proceed. 5) Contract Sum The Contract Sum for the above work is One Million Four Hundred Thirty -Six Thousand Three Hundred Fifty Dollars and no cents ($1,436,350.00). 6) Payments A monthly payment/progress payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to 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. 8) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of completion of work. 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. ..............-................................................................................... 2 of Tamarac 1 Purchasing and Contracts Division 9) 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. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) 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. 13) 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, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses: ..............................................................-................................. 3 City o.. Tamarac > > »• > Purchasingand Contracts Division CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Thomas Clarke, President 1326 S. Killian Drive Lake Park FL 33403 PH: 561-845-1233 14) Termination This Agreement may be terminated by City or Contractor for cause or 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. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City 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. 15) 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. 16) 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. 17) 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. Cityof Tamarac v r {::'.:>#''?'.':::•s`: Purchasing and Contracts Division ................................................:, •: ....,,..... . 18) 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. 19) 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. .............. 5 A V v� City o.. Tamarac > "Z '• Purchasing and Contracts Division ..: 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 Florida Design Contractors, Inc., signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: orporate Secretary) _Jo-ann Escott -Type/Print Name of Corporate Secy (CORP-ORATE SEAL) CITY OF TA ARAC J e Schreiber, Mayor Date effre Mi er, City Manager L/ Date Date Florida,Design Contractors, joc. Company Name g , a e of ( t Owner Thomas Clarke Type/Print Name of President/Owner Dat City of Tamarac%^'; Purchasingand Contracts Division M. ................... ...........................................................................: ' ....:..:. ................................................ 4, CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA /� :SS COUNTY OF Pot Aeack- 1 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 Thomas Clarke, President, of Florida Design Contractors, 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 S%3 , 2W. U-a'X'4 La'16s Signature of Notary Public �.0 Jo -Ann D. Escott State of Florida at Large +R MY Commission W242177 or IV Expires Nn 2fl.2007 Print, Type or Stamp Name of Notary Public 211- Personally known to me or ❑ Produced Identification Type of I.D. Produced E9 DID take an oath, or ❑ DID NOT take an oath