Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-0211 1 i� Temp. Reso. #10330 January 15, 2004 1 Revision 1, February 2, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-a2 % A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 04- 09B TO, AND EXECUTE AN AGREEMENT BETWEEN THE CITY OF TAMARAC AND J. FLETCHER CREAMER & SON, INC., FOR AN AMOUNT OF $786,600.00 FOR THE WESTWOOD 24 WATER MAIN RELINING PROJECT; APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE UTILITIES OPERATIONAL 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 the water mains located in the Westwood 24 Community and along Southgate Boulevard, west of Nob Hill Road; and WHEREAS, several water mains currently serving the water distribution system in the area of Westwood 24 were constructed in 1974 and are unlined cast iron pipe; and WHEREAS, the deteriorated condition of these water mains reduced the water quality to customers in this area; and Temp. Reso. #10330 January 15, 2004 2 Revision 1, February 2, 2004 WHEREAS, the City of Tamarac publicly advertised Bid No. 04-09B, Westwood 24 Water Main Relining Project in the Sun Sentinel on November 16, 2003 and November23, 2003, (a copy of said bid document is attached hereto as "Exhibit A"); and WHEREAS, the City solicited competitive sealed bids and on December 17, 2003, received, opened and reviewed three (3) bids as follows: COMPANY NAME TOTAL BID $ J. Fletcher Creamer & Son, Inc. $786,600 Atlantic Underground $884,000 Aztec Environmental $1,084,320 WHEREAS, J Fletcher Creamer & Son, Inc., was deemed the lowest responsive and responsible bidder (a copy of the Bid Tabulation Form and said Bid are attached hereto as "Exhibit B"); 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. 04-09B, Westwood 24 Water Main Relining Project, to and execute an agreement with J. Fletcher Creamer & Son, Inc., in an amount not to exceed $786,600.00 for the relining of the water mains in Westwood 24 and Southgate Boulevard, west of Nob Hill Road; and 1 E 1 1 Temp. Reso. #10330 January 15, 2004 3 Revision 1, February 2, 2004 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. 04-09B, Westwood 24 Water Main Relining Project, to and execute an agreement with J. Fletcher Creamer & Son, Inc., in an amount not to exceed $786,600.00 and to provide funding from the appropriate budgeted Utilities Operational account. 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: The award of Bid No. 04-09B, Westwood 24 Water Main Relining Project, to J. Fletcher Creamer & Son, Inc., is hereby authorized. SECTION 3: The appropriate City Officials are hereby authorized to execute an agreement between the City of Tamarac and J. Fletcher Creamer & Son, Inc., (a copy of which is attached hereto as "Exhibit C") as part of said award. Temp. Reso. #10330 January 15, 2004 4 Revision 1, February 2, 2004 SECTION 4: An expenditure in the amount of $786,600,00 is approved to be funded from the appropriate budgeted Utilities Operational 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 part or application; it shall not affect the validity of the remaining portions or applications of this Resolution. IJ 1 1 Temp. Reso. #10330 January 15, 2004 5 Revision 1, February 2, 2004 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 11 `h day of February, 2004. ATTEST: l- JOE SCHREIBER MAYOR _-' ;\-AECORD OF COMMISSION VOTE: MARION SWENSON, CMC MAYOR SCHREIBER CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABI DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS I HEREBY CERTIFY that I have approved this RESOLUTION as to form. REG/SL/mg a ` ,g AGREEMENT "EXHIBIT C" TR #10330 BETWEEN THE CITY OF TAMARAC ud,C, J J. FLETCHER CREAMER & SON, INC. THIS AGREEMENT is made and entered into this // day of 20 , by and between the City of Tamarac, a municipal corporation with pmcipal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (hereinafter referred to as "City") and J. Fletcher Creamer & Son, Inc. a New Jersey corporation with principal offices located at 101 E. Broadway, Hackensack NJ 07601 (the "Contractor") to provide construction of the Westwood 24 Water Main Relining Project. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement; all documents contained in Bid No. 04-09B, Westwood 24 Water Main Relining Project (General, Special and other Conditions), drawings, technical specifications, 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 specified in Bid 04-09B as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary for the epoxy relining of approximately 4,500 ft of 4-inch water main, approximately 8,000 ft of 6-inch water main, approximately 5,000 ft of 8-inch water main, all other bid items contained in the total base bid, and all incidentals as indicated by the drawings and specifications or as required to properly complete the project as planned. b) Contractor shall clean up and remove all debris and material created by the work each day, at the Contractor's expense. c) 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. ......... ........ ........ ........ ........ ......... ......... City of lama a r;t .... t t" r t a,rr: rr d) All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. e) 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. f) 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 Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk & 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 & 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 fourteen (14) days after the date that Contractor receives the official Notice -to -Proceed. The work shall be substantially completed no later than One Hundred Twenty (120) Days after the date of the Notice -to - Proceed. All work shall be completed no later than Thirty (30) Days after the date of substantial completion. 5) Contract Lump Sum The Contract Sum for the above work is Seven Hundred Eighty -Six Thousand Six Hundred Dollars and zero cents. ($786,600.00). ........ ........ ........ . ........ ...... 2 of 7 CreatnerAgmer7rer+t 07,09i26)64 City f I rrarac Pu nadi� �t DiU ,v r' ...... ..........-- ......._. ..... 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 The Contractor shall be responsible for the guarantee of the epoxy resin system maintaining its placement within the pipe and fittings for a period of five (5) years from the date of completion. Any damaged lining material discovered shall be repaired or replaced by the Contractor at Contractor's expense. This also includes the cost of excavation, removal of defective material, re -cleaning the pipe, backfilling, surface restoration and preparation, and disposal of any debris as a result of the warranty work. In the event such defects, as determined by the CITY, are not properly repaired, replaced or re -accomplished, the CITY shall perform such repairs, replacements or re - accomplishments at the Contractor's risk and cost. Contractor shall be responsible for any damages caused by defect to affected areas or interior of structures. 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. ........................................................................................................................ . ....................................................................................... . 3 of 7 {;rF <iiric,r Agree: ,-r —ot 0'ii)t.)1.,' )r •9 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. 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 J. Fletcher Creamer, Jr., President 101 E. Broadway Hackensack, NJ 07601 PH: 201-488-9800 ......................................... =)ff;r'F'�)IYtE'r?'�!IF..:.h).:'r;,t >.:`..•X. ri ("++> >+� 't, rfi,:" � v.,, r � .+. �>,°�sfl n s '�i,,.,..� ( rr;.; r �.,...:.•!�;•. ...... ......... ......... ...... .. ........... ....... .......... .................. ........................ .. I,• y •c.......... .. ... 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) calendar 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. 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. .. ... ........ ........ . . ........ 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 J. Fletcher Creamer & Son, Inc,, signing by and through its Vice President, duly authorized to execute same. CITY OF TAMARAC J Schreiber,, Mayor Date ATTEST: �n Jeffre er, City Manager Marion Swenson, CMC Date: City Clerk 1 Appr d as orm nd gal s fficien y: Date f Mitchell S. raf , it A orney C ATTEST: J. Fletcher Creamer & Son, Inc. (Corporate Secretary (Signature of Vice President) Estelle R. Marafino Type/Print Name of Corporate Secy (CORPORATE SEAL) Dale A. Creamer Type/Print Name of Vice President January 20, 2004 Date . ...... ... ......... ......... ........ . b9 City >t a :;7ro'a]')c Pwc'ha irl g ,mci C r,,rrP t5 Dfvisrgr + CORPORATE ACKNOWLEDGEMENT STATE OF New Jersey :SS COUNTY OF Bergen 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 Dale A. Creamer, Vice President of J. Fletcher Creamer & Son, Inc., a New Jersey 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. 20th WITNESS my hand and official seal this. day of January , 2004. Signs ure 'of Notary Public ; State ofWA=iati=ge New Jersey RAFFAELLA BELLINI NOTARY PUBLIC STATE OF NEW JERSEY ." or z�)iarnp ID # 229202 a m e of Notaary Public , ® Personally known to me or ❑ Produced Identification Type of I.D. Produced Fx� DID take an oath, or ❑ DID NOT take an oath. F'wcriasitu.] and Cotitrac is Djvisici, .......................................... TABLE OF CONTENTS "EXHIBIT A" TR #10330 Invitationto Bid.....................................................................................................2 Instructions to Bidders..........................................................................................3 General Terms and Conditions............................................................................. 3 SpecialConditions..............................................................................................11 Technical Specifications.....................................................................................18 Bid Coversheet Checklist....................................................................................35 BidForm........................................................................................................1 of 5 Non -Collusive Affidavit...................................................................................1 of 2 Certification....................................................................................................1 of 1 Offeror's Qualification Statement...................................................................1 of 5 References....................................................................................................1 of 1 Vendor Drug -Free Workplace........................................................................1 of 1 List of Subcontractors....................................................................................1 of 1 BidBond........................................................................................................1 of 2 CertifiedResolution.......................................................................................1 of 1 FormPayment Bond......................................................................................1 of 3 Form Performance Bond................................................................................1 of 4 Application for Payment.................................................................................1 of 1 ChangeOrder................................................................................................1 of 1 Final Release of Lien by Contractor...............................................................1 of 2 SampleForm of Agreement...........................................................................1 of 7 ............................... . i Purchasing and Contracts Division INVITATION TO BID BID NO. 04-09B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Florida, will be received in the Purchasing Office, Room 108, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until 4:00 PM on December 17, 2003 at which time bids will be publicly opened and announced for: WESTWOOD 24 WATER MAIN RELINING PROJECT All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. Submit one (1) original document, marked "Original" on its exterior, prior to the bid opening deadline. Late bids will not be accepted. Two (2) photocopies should accompany your original. Bids shall be submitted on the official Bid Form furnished with this bid package; and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid 04-09B, WESTWOOD 24 WATER MAIN RELINING" on the outside of the envelope. Bid Security: Each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 5% of the total bid price payable to the City of Tamarac as guarantee that the Bidder, if its Bid is accepted, will promptly execute the Agreement. The work consists of Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications herein and generally includes cleaning all pipelines, epoxy lining the interior surfaces of all pipe, site restoration and all other incidentals as indicated by the drawings and specifications or as required to properly complete the project as planned. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available at the City's Purchasing office. For non -technical inquiries, contact the Purchasing Office, (954) 724-2450; and for technical issues, contact Scott London, Operations Manager, (954) 724-2404. James Nicotra, CPPB Senior Procurement Specialist Publish Sun Sentinel: Sunday, 11/16 and 11/23/2003 7525 NW 88th Avenue 0 Tamarac, Florida 33321-2401 a (954) 724-2450 a Fax (954) 724-2408 N www.tamarac.org Equal Opportunity Employer .:•ti:d '.) 7Ftrft,3l7ti; Purchasing and Contracts Division ......... ......... INSTRUCTIONS TO BIDDERS BID NO. 04-09B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. DESCRIPTION OF WORK The City of Tamarac is interested in obtaining proposals from qualified Contractors for the epoxy relining of approximately 4,500 ft of 4-inch water main, approximately 8,000 ft of 6- inch water main, approximately 5,000 ft of 8-inch water main and all other incidentals as indicated by the drawings and specifications or as required to properly complete the project as planned. The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID The Bidder is directed to deliver sealed bids to the Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, by 4:00 PM on December 17, 2003. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number and bid name on the outside of the sealed bid package. Delivery of the sealed bids to the Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. The Bidder shall submit one (1) original bid document prior to the bid open deadline. Two (2) copies should accompany the original; however, copies must be provided within three (3) days of the City's request. The original bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. ............ 3 9 i 7;:err1<ar 3 : r Purchasing and Contracts Division ......... ......... ......... All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for ninety (90) days from the date of the bid opening unless otherwise stated by the City. 2. BID GUARANTEE An acceptable Bid Bond, Cashier's Check, or Certified Check payable to the City of Tamarac in amount not less than 5 % (percent) of the bid, must accompany the bid. Additional bonding may be required in the Special Terms and Conditions of this invitation. A Bid Bond must be executed by a surety company authorized to do business in the State of Florida or secured in a manner satisfactory to the City of Tamarac. 3. WITHDRAWAL OF BID Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES FORM 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 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 Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT Each Contractor shall complete the Non -Collusive Affidavit and shall submit the form with the Proposal. The City considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES If bid contains quantities, they reflect estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; 4 F T� y" i ry 9� Putc:hasing and Contracts Divi,5,0!� ........ ......... . ......... ....... 91 a 10. however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. DELIVERY All items shall be delivered F.O.B. destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. Substantial completion of the project shall be within 120 calendar days from receipt of Notice to Proceed. Final completion shall be within 30 days of the date for Substantial completion. BRAND NAMES Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. Approved equal is added to the specifications to avoid ruling out qualified competition. Where equal is bid, the Bidder must submit specifications in detail and/or samples to the Project Manager within seven (7) days of bid opening. The City or the City's designated project manager shall be the sole judge determining equality issues. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City's Project Manager. If a sample is requested it must be delivered within seven (7) days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. F A { r'Pi 7iamarric Porchasing and Contracts Divis;: n ....... ......... .... ......... ......... ......... ......... ......... R� 12. COPYRIGHTS OR PATENT RIGHTS The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS The Bidder warrants that the product(s) supplied to the City conforms in all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. In compliance with Chapter 442, Florida Statutes, any toxic substance delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet should also be submitted to the City of Tamarac Risk Management Division, 7525 NW 88th Avenue, Tamarac FL 33321-2401, identified by the project's bid name and number. 14. PERFORMANCE Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bond required. 16. TERMINATION FOR CONVENIENCE OF CITY Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub - Contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the F n � 9 VOrrw ac Purchasing and Contracts Divi,,ron ......... ......... ......... ................. ........ ......... ......... ......... ......... ... work. 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. 17. ASSIGNMENT The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. SITE INSPECTION It shall be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 22. OMISSION OF DETAILS Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. City ; wnarac Purchasing and Contracts Divisior, ..... ......... ......... ......... ......... ......... ......... ... .....:.,... ........ ......... .......... � F1 23. INSURANCE REQUIREMENTS Bidder 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 Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk & Safety Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk & Safety Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage that the Bidder agrees to maintain during the term of this contract: Line of Business/ Coverage Commercial General Liability Limits Occurrence Aggregate $2,000,000 $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 Environmental Impairment Liability Coverage $1,000,000.00 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder 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 Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 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 FA �a t i rx3r c Purchasing anContracts C�msiori ... ... . ......... ......... ......... ......... ......... . _...... ......... ......... ......... ......... (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder 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 insurance. 24. INDEMNIFICATION The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees 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 Bidder or his Subcontractors, agents, officers, employees 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 of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 26. BID TABULATION Bidders who wish to receive a copy of the bid tabulation can submit an e-mail to urchasin tamarac.or . Or Bidders may download bid results from the City's website at http://www.tamarac.oEg/Dept/fin/purch/resuIts.html. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. RECORDS/AUDITS The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and City of %:arnarar, Patc h asing and Contracts Division .......0. - , - ....... ......... ......... ......... standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 28. QUALIFICATIONS In order to be considered for this project, the Contractor must meet the following conditions: Has successfully completed a minimum of four (4) projects of similar size and scope over the past five (3) years. 2. Must be able to document the required experience referenced above upon request. 29. DETERMINATION OF AWARD Except where City exercises the right reserved herein to reject any or all bids and subject to the restrictions stated hereinabove, the Contract shall be awarded by City to the responsible Bidder who has submitted either the lowest responsive base bid, or the lowest responsive base bid including such alternates as City determines to be in its own best interests. 10 i °r n'4q City of T:irrt iac, r�oa.ha�Fing and Contracts Dtvttii r ........ ....... ..... . i1 2. 3. SPECIAL CONDITIONS ASSIGNMENT OF CONTRACT Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of or to such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Contractor of his liability and obligation under this contract, and despite any such assignment, the City shall deal through the Contractor only. However, if the company is sold during the life of the contact, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. CONTRACTOR'S RESPONSIBILITY Contractor shall provide sufficient manpower so as to perform work safely and expeditiously with all equipment plainly marked with the company name. All equipment provided pursuant to this agreement shall be in good and proper working order. No work shall be performed before 8:00 AM. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on -site decisions. The Contractor shall be aware that the job site is not secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. No materials or equipment are to be stored so as to restrict traffic lines of sight. Any materials or equipment left on site shall be secured by the Contractor, who is fully and totally responsible for security. Loss of materials or equipment due to theft, vandalism, etc. shall be the responsibility of the Contractor. Any material left on site overnight shall be properly marked and identified in order to ensure public safety. DAMAGE TO PUBLIC AND/OR PRIVATE PROPERTY Extreme care shall be taken to safeguard all existing facilities, site amenities, utilities, irrigation systems, windows, and vehicles on or around the job site. Damage to public and/or private property shall be the responsibility of the Contractor and shall be repaired and/or replaced in equal or better condition at no additional cost to the City. The Contractor shall use all means to protect pF T.�� ........... c Purchasing and Contaicts Division ......... .......... 4. 5. 6. existing objects, structures and vegetation designated to remain. In the event of damage, immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Utilities Engineering Department by telephone at (954) 724-2506 or assigned project manager and inform the appropriate staff member about the location and extent of the damages. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Building/Utilities permits. However, all City permit fees are waived. The Contractor shall submit copies of all permits required for this work. The Contractor shall be responsible to secure the necessary construction permits from other agencies, if applicable. Cost of permits from agencies other than the City, will be reimbursed by City without markup, for properly submitted invoices. SITE INSPECTION — CONTRACTOR It shall be the full responsibility of the bidder to visit and inspect the proposed construction site as shown on the engineering plans prior to the submission of a bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized him/herself with the nature and extent of the work, and the equipment, materials, and labor requirements. Should the bidder see any problem, the bidder is to bring the problem to the attention of the City immediately. SITE INSPECTION — CITY All work will be conducted under the general direction of the either the City's hired consultant for this project, and/or project management of the City's Utilities Department and is subject to inspection by the appointed inspectors to ensure compliance with the terms of the contract. No inspector is authorized to change any provision of the specifications without proper written authorization from the project manager/consultant nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Any work performed past City of Tamarac's normal working hours (M-F, 7:30 AM — 4:00 PM) must be inspected. If any work is done outside of normal working hours, the City inspector is to be compensated by the Contractor at a rate of $55.00/hour. However, if a City contract/consultant inspector is used, the Contractor will compensate that inspector at the same cost as the City's cost. In addition, the City inspector must be onsite at least one (1) hour prior to closing site for each day. If site closure has taken place after 4:30 PM, the City inspector will be compensated at the above provision. A ti ._":;irnHmc. Purchasing and Contracts Division ..... .... ... ......... ....... .. ...................................................................... ......... ........ ......... ......... 7 1.1 9. 10. 11. ig SUBMITTALS Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Award. 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 subject of the Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. PAYMENT Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of 10% will be deducted from monthly payment. Retainage monies will be released upon satisfactory completion and final inspection of this project. Invoices must bear the project name, project number, bid number and purchase order number. The 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-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. CONTRACT DOCUMENTS The contract documents shall consist of the Standard Form Of Agreement, Bid Proposal executed and submitted by the Contractor, project specifications, plans and specifications (where applicable), any addendums or change orders, bond(s), insurance certificate(s), and the City Resolution awarding the bid. CHANGE ORDERS 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 the change order until a 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. CHANGES IN THE WORK/CONTRACT PRICE CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All 13 t City of Tamarac Purc;trasirrcg and Contracts Diviskm ........ ......... _....................... ......... duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. 12.1 Change Order 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 Engineer 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. CHANGES IN CONTRACT TIME 13. CHANGE ORDER 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. 13.1 Notice 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 at least fifteen (15) days prior to the substantial completion date of the project. 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. 13.2 Basis for Extension Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. ......... ............. ... City of Tamarac Purchasing and C:oWrac is Divi ,;or) ........ ......... ......... ......... .........e... .......... . 14. CITY'S OPTION 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 lump sum 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. 15. LIQUIDATED DAMAGES Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $512.00 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 Contractor 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 Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor 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 Contractor 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. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 15 City at Tamara-, Purchasing and Contracts Divisinrn ......... ..... ....... .............. ........ . ..... e 16. BONDS 17. The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. At this time, a warranty bond in an amount not less than 25% of the final contract amount must be submitted. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. PERFORMANCE, PAYMENT AND WARRANTY BONDS Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder 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 bid amount. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder 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 Bidder correct any defective of 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. 16 �r City of Toror,wic Purchasing and Contracts Divi' ,ion ................ .......... ............. .......... ............ ... .......... ......... ...... _.................. ......... ................. ...... _......... ._............ 18. LOCATION OF EXISTING UTILITIES Existing utilities may be shown on the drawings. Such information is shown for design purposes and the existing and detail given is information that is obtained during the design period and is not necessarily complete, correct or current. Prior to commencement of construction, the Contractor is responsible to locate existing city utilities affected by the construction in the field. Such utilities include but are not limited to water mains, force mains, gravity sewers, pump stations, storm sewers and drain systems. The City will provide to the Contractor available construction drawings for locating existing utilities. However, the City cannot guarantee the accuracy of drawings or any information related to existing utilities and the City will not assume responsibility or liability for damage resulting from the Contractor incorrectly locating existing utilities. Damage to any of the City's utilities incorrectly located by the Contractor or his agents shall be the responsibility of the Contractor and shall be repaired and or replaced to equal or better condition at the Contractor's expense. The Contractor shall also be liable for all damages and claims against or by the City arising in any way from damage or interference with such utilities. No additional compensation shall be allowed to the Contractor for any delays, inconvenience or damage sustained by him due to interference and/or incorrectly locating such utilities or appurtenances. 19. CONFLICT WITH EXISTING UTILITIES Upon completion of locating existing utilities affected by the proposed construction by the Contractor, and prior to commencement of construction, the Contractor shall examine the alignment of proposed utilities to be constructed and identify any conflicts with existing utilities. If such conflicts exist, the Contractor shall undertake accurate surveys to determine elevations of utilities and shall notify the engineer in writing seven (7) working days prior to the scheduled construction. The engineer may revise the proposed design or recommend ways and means to avoid such conflicts. The Contractor may re -schedule his work so that the construction can be completed on time. No claim for down times by the Contractor shall be allowed. ( ,'i�. )r ii:arnairttc Purchasing and Contracts Divir:>ion e TECHNICAL SPECIFICATIONS BID 04-09B WESTWOOD 24 WATER MAIN RELINING PROJECT SECTION 1 - GENERAL PROJECT REQUIREMENTS 1.01 SCOPE The work to be done under this Contract consists of cleaning and epoxy lining approximately 4,500 linear feet of 4-inch cast iron mains and fittings, approximately 8,000 linear feet of 6-inch cast iron mains and fittings and approximately 5,000 linear feet of 8-inch cast iron mains and fittings within the City of Tamarac. 1.02 GENERAL The CONTRACTOR shall furnish all equipment, labor, material, supplies and accessories required to complete all work specified herein. All work shall comply with these specifications, which are a part of the Contract Documents. The equipment used for cleaning the pipe shall be designed and manufactured such that no damage will occur to the existing pipe, joints, fittings or valves. The epoxy lining equipment shall produce a smooth surface that meets the thickness tolerances specified herein. The interior surface of all pipe to be epoxy lined and shall be mechanically cleaned such that all corrosion and chemical deposits, loose and deteriorated remains of old coating materials, oil, and grease, are removed without any remaining accumulations of water, dirt, and debris. An approved and previously tested machine shall line all straight pipe, long radius pipe bends, and fittings, excluding valves that are not to be lined. The interior pipe surface shall be coated with epoxy. The lining operation shall result in a smooth finished surface. The thickness of epoxy shall be uniform throughout the entire length of pipe. To apply the epoxy to the surface of short radius bends, specials, and areas next to closed valves the lining machine shall be inserted by hand and either winched or pulled from the pipe. Where machine placement of epoxy is impracticable the epoxy shall be placed and finished by hand methods and shall be approved by the ENGINEER. 1.03 VALVE RESTRAINT The CONTRACTOR shall assume that pipes and fittings are not restrained from movement. The Contractor shall restrain all pipe, valves and fittings from movement as required. 18 a ,;; Purc.hasirig and Contracts CJhrir,ic�r; < a 1.04 WATER OUTAGES The CONTRACTOR shall notify the PROJECT MANAGER 48 hours prior to any shut down of water service. 1.05 INCIDENTAL WORK The CONTRACTOR shall provide unit costs in the Proposal for incidental work as indicated in the Contract Documents. The incidental work unit price is for work that may be needed due to the condition of the system and may not accurately reflect the quantities that may be used. All incidental work unit prices shall include by not limited excavation, installation, bedding, backfilling, compaction, subgrade preparation and paving if necessary. 1.06 MEASUREMENT AND PAYMENT Measurement for pipe that has been cleaned and epoxy lined shall be the horizontal distance measured by the PROJECT MANAGER using a wheeled measuring device along the course of each run. The measurements include all fittings, bends, valves and reducing/increasing sections being paid as straight pipe measured along the centerline by the PROJECT MANAGER and CONTRACTOR using a measuring wheel. All costs for cleaning and epoxy lining pipe and fittings shall be included in the unit price bid in the Proposal. SECTION 2— ACCESS TO INSIDE OF PIPELINE 2.01 ACCESS OPENINGS The CONTRACTOR shall furnish all labor, materials, and equipment necessary to construct all access openings required to clean and line the designated pipelines. After the pipe has been cleaned and lined, and the pipe has been reinstated, all debris and other materials designated by the PROJECT MANAGER shall be removed and disposed of by the CONTRACTOR. The access opening shall then be backfilled, compacted and returned to a condition equal to or better than when construction began. The CONTRACTOR shall be responsible for, but not be necessarily limited to, the excavation, shoring, maintenance (including maintenance of pedestrian and traffic safety), existing utility locations and closure of the access openings, and shall comply with the following minimum conditions at each opening: A. The CONTRACTOR is responsible for obtaining all permits necessary to perform this work. The location of the access opening shall be indicated on the drawings prepared by the CONTRACTOR and submitted to the PROJECT MANAGER for approval. Any additional access openings necessary shall be pre -approved by the PROJECT MANAGER. B. When removing a section of pipe for access, the CONTRACTOR shall not cut the pipe within 2 feet of any joint not being removed. It is preferred that the section of pipe being removed has a joint in the middle of the section. During construction, any open pipe designated by the PROJECT ........ ................. ........ ................ .... ..... ......... ..... . ........ ......... 19 A City of Tamarac Purchasing and Contracts Division MANAGER shall be covered with plastic caps, then plywood, and wedged tight to prevent unauthorized access into the pipeline. C. Generally, the minimum operation required to provide an access opening shall consist of the following: 1. All asphalt and concrete surfacing shall be saw cut vertically and in a straight line. 2. Excavate down to an elevation below the pipe and provide adequate OSHA approved shoring in all openings to prevent sloughing or caving of the sides. The access opening shall be shored immediately after excavation. All surplus material shall be removed form the job site by the CONTRACTOR. Locations for the disposal of all surplus material shall be approved by the PROJECT MANAGER. 3. The CONTRACTOR shall be responsible for any dewatering requirements of the access opening and responsible for disposal of the pit water via the existing storm or sanitary sewer systems. The CONTRACTOR shall submit a dewatering plan to the PROJECT MANAGER for approval prior to commencing dewatering operations. The CONTRACTOR shall provide for disposal if the water in such a manner as not to cause injury or damage to the public health, private property, surface streets, existing sanitary or stormwater systems. The stormwater systems if used shall not be blocked from receiving stormwater runoff. 4. Written permission shall be obtained by the CONTRACTOR before disposal of any material on private property, and a copy of said permission shall be furnished to the PROJECT MANAGER. The OWNER relinquishes all right and title to the surplus material. 5. Remove a section of pipe for access. 6. Where excavation takes place within paved roadways, the CONTRACTOR shall supply steel plates to cover all access openings that are not actively being used by the CONTRACTOR. The plates shall be designated to support DOT H-20 traffic loads. The plates shall be installed such that all four edges overlap the access opening by at least 8 inches. Should more than one plate be required, a steel beam may be required to support the plate edges spanning the opening. The decision for extra support with a beam is solely the CONTRACTOR'S responsibility. The plate edges shall be recessed into the pavement. If necessary, steel plates shall be pinned or fastened to the street to prevent excessive bouncing or movement as traffic passes over them. While the steel plates are in use the CONTRACTOR shall be responsible for all damage that may occur to automobiles, property, etc. 20 C ;;, o' "i'an1`i:rzlC: Purchasing and Contracts Division p. 7. The CONTRACTOR shall furnish and install all pipe couplings. The PROJECT MANAGER shall approve the type and model. 8. Replace the pipe section that was removed with a new pipe segment. The OWNER will supply pipe and fittings. The CONTRACTOR shall be responsible for cutting and fitting and installing the replacement pipe material and fittings. 9. Backfill and compact with approved material in accordance with the City of Tamarac Construction Standards and Specifications. 10. The CONTRACTOR shall place temporary cold mix asphalt over the access opening after the CONTRACTOR has taken density tests of the backfill placement. The CONTRACTOR shall maintain the temporary cold mix asphalt until the permanent hot bituminous mix asphalt repair has been completed. 11. The work described above is a minimum amount that the CONTRACTOR can expect to perform and does not relieve the CONTRACTOR of his responsibility for the execution of all work involved in providing access openings. 2.02 UTILITY LOCATIONS The CONTRACTOR shall notify `Sunshine State One -Call" at 1-800-432-4770 before conducting any excavation work. All utilities shall be located by the appropriate agencies. 2.03 SUBSURFACE INVESTIGATION There were no subsurface investigations performed by the OWNER or PROJECT MANAGER. The CONTRACTOR shall conduct any investigations necessary to determine whether any additional access pits are necessary due to vertical or horizontal bends or deflections in pipe. 2.04 MEASUREMENT AND PAYMENT All costs for access openings shall be included in the applicable unit price bid in the Proposal for access openings. Locations of the access opening shall be as shown on drawings to be submitted to the PROJECT MANAGER. The cost for additional access openings where necessary shall be consistent with that which is in the Proposal. Costs shall include but not be limited to having to over excavate up to an additional 7 linear feet either side of the opening due to unexpected pipefittings or obstacles. Payment for access openings will be made only whe n iq tiJ c), 7,,r arac Purchasing and Contracts Division SECTION 3— CLEANING THE PIPELINE 3.01 GENERAL The CONTRACTOR shall provide all necessary labor, materials and equipment to mechanically clean all of the pipelines. The cleaning operation shall be done in accordance with the WRc's "In Situ Epoxy Resin Lining Operational Guidelines and Code of Practice" 3rd Edition and the American Water Works Association Research Foundation's "Rehabilitation of Water Mains": "Epoxy Lining". These manuals can be obtained from the above -mentioned organizations. The CONTRACTOR shall operate all cleaning equipment and shall be responsible for any damage to the pipe that may occur during the cleaning operation. No water powered cleaning techniques will be allowed. The pipe ends shall be protected from damage due to cable or rod abrasion. Steel rollers or guards shall be installed on the pipe ends whenever any steel cable is being pulled through the pipe. The CONTRACTOR shall take every precaution during the cleaning operations to safeguard all persons and property from injury and damage. In the event of an injury, or damage to property the CONTRACTOR shall notify the PROJECT MANAGER immediately. All of the pipe shall be cleaned before lining. Any pipe that cannot be cleaned with the power drawn tool shall be cleaned by hand. All areas cleaned by hand shall be scraped and brushed down to a condition equal or better than that obtained with the mechanical cleaner. 3.02 OBSTRUCTIONS Obstructions to the passage of the cleaning tool due to bends, reducers, stays, or other fittings not shown on the Drawings or anticipated by the OWNER or CONTRACTOR, may require additional openings. Such openings shall be excavated and closed according to the Section 2 of these Detailed Specifications. All costs resulting from obstructions shall be paid according with the CONSTRUCTIONSTANDARDS AND SPECIFICATIONS of the City of Tamarac and the Proposal for Incidental Work. 3.03 CLOSED CIRCUIT TELEVISION (CCTV) The degree of cleaning shall be verified by the use of Closed Circuit Television (CCTV). The CONTRACTOR shall video record the interior of all pipes cleaned at the CONTRACTOR'S expense. All pipes that have not been properly cleaned shall be re -cleaned at the CONTRACTOR'S expense and re -inspected via CCTV at the CONTRACTOR'S expense. The CONTRACTOR shall present to the PROJECT MANAGER a VHS formatted copy of the video recorded pipe for the OWNER'S records at the expense of the CONTRACTOR and shall become the property of the OWNER upon the completion of the work. The VHS formatted copy shall be available to be reviewed prior to the lining phase. .. 22 iA (."', .. '`:;nr:�rrfr, Pu chasing and Contracts Division q 3.04 MEASUREMENT AND PAYMENT No separate payment shall be made for cleaning the pipe, either by hand or mechanical means or for video recording the interior of the main. All costs for the cleaning operation as well as the use of Closed Circuit Television shall be included in the unit price bid in the Proposal for the Cleaning and Lining of Cast Iron Pipe and Fittings. 3.05 DISPOSAL OF PIPE SCRAPPINGS AND FLUSHING WATER The Contractor shall be responsible for the proper disposal of the materials removed in the cleaning operation including the flushing water in accordance with the applicable regulations and ordinances. The Contractor shall minimize to the view of the public, the materials removed in the cleaning operations including the flushing water. The Contractor shall be responsible for obtaining the required approvals and permits for the disposal of the waste materials. SECTION 4 - NOT USED SECTION 5 - EPDXY LINING APPLICATION 5.01 GENERAL The epoxy resin hardener shall be certified by the National Sanitation Foundation International (NSF) and shall conform to the requirements of ANSI/NSF Standard 61. The CONTRACTOR has the responsibility of producing a smooth finished lining surface of a minimum of 1 mm thickness with a cure time of 16 hours. The lining shall meet local, state and federal requirements for use in potable water mains one inch in diameter and larger. The epoxy resin shall be a two - component, solvent free, moisture tolerant, VOC and benzyl alcohol free system. The resin system shall be manufactured in visibly distinguishable colors in which when properly combined yield a different third color to validate the adequate mix proportions. The resin system shall be supplied in properly marked containers that give a batch number, a date of manufacture; it's shelf -life information, the mix proportions as well as safe handling and storage instructions. The resin system shall be checked, applied, repaired and/or replaced in accordance with the applicable sections of the WRcs _ "In Situ Epoxy Resin Lining _ Operational Guidelines and Code of Practice" 3rd Edition and the American Water Works Association Research Foundation's Rehabilitation of Water Mains ": " Epoxy Lining". 5.02 EPDXY LINING EQUIPMENT The equipment used shall be in accordance with the epoxy manufacturer's requirements for proper heating, dispensing, mixing, application, and storage. The lining applicator or rig shall have separate compartments to store resin and hardener and be able to heat them to the specified temperature of the manufacturer. The applicator shall have the ability to recirculate the resin and hardener through their separate hoses prior to the lining process. ......... ......�......... ..... 3 s •y 9'...... Contracts Division Uty- 7 3trr rt ar ................. ......... Pruchasrn and Cry .. The rig shall be equipped with positive displacement pumps with the capability of delivering each component at the proper mix proportions. A printed copy of the mix proportions and rates of flow shall be provided to the OWNER from monitoring devices used to record the data. The CONTRACTOR shall guarantee the application of the minimum thickness of the lining and shall demonstrate the correct functioning of the equipment by various testing of warning devices that sound when the mix proportions, weight proportions, and temperature are not as specified by the manufacturer. The equipment used shall be that which has successfully applied the epoxy lining similar to that referenced in these Specifications and mentioned in the manuals discussed above. It shall be of a nature and type that has been proven effective for the application for the lengths and diameters required as per this Contract. All equipment shall be in good operating order with all the gauges, hoses, meters, monitors, pumps and reservoirs prepared for their proper functions. ALL personnel operating the epoxy application equipment shall be experienced and trained in its uses and shall not be trainees receiving on-the-job training. 5.03 EPDXY LINING OPERATION The application of the epoxy lining shall be performed by an applicator certified in accordance with the resin system's Material Safety Data Sheet (MSDS) from an approved training program of the equipment supplier and resin manufacturer. The CONTRACTOR shall perform all pre -application checks and tests specified by the equipment supplier and resin system manufacturer. The applicator shall provide to the OWNER validated pump rates, mix proportions, and resin system temperatures of the equipment and material used. A record of the above mentioned data shall be presented to the PROJECT MANAGER at the end of each lining run. The areas to be lined shall be thoroughly cleaned as specified in Section 3 of the Detailed Specifications. Before the lining operation begins, the CONTRACTOR shall pump and recirculate the separate components until the manufacturer's required temperature has been reached. Once the temperature has been reached, the pumping shall be temporarily stopped to place the hoses in the pipe to begin the lining operation. After the placement of the hoses, the applicator head shall be connected and checked by spraying the combined resin system in a container to record its color for the OWNERS records. The epoxy resin shall be applied when all tests have been passed and the color of the resin is as required by the manufacturer. The minimum epoxy lining thickness of 1 mm shall be required in a single lining run. All of the excess resin system, its byproducts, and cleaning agents shall be disposed of in accordance with the applicable Material Safety Data Sheets and all local, state and federal laws and regulations. The epoxy application shall produce a smooth surface with a uniform thickness that is at least the minimum of 1 mm as stated above. .......................... ....................... 24 F 1 :trnarra;; J Purchasing and Contracts Division The lining operation shall not be performed until all of the pre -lining checks have been done to the satisfaction of the PROJECT MANAGER including the verification of the proper temperature and weights of the mix components. 5.04 CURING In order to prevent the contamination of the lined pipe, the ends shall be capped as soon as possible after the resin system application. The minimum cure time shall be 16 hours or the amount specified by the resin system manufacturer. 5.05 CLOSED CIRCUIT TELEVISION (CCTV) The CONTRACTOR shall employ the use of Closed Circuit Television (CCTV) to video record the status of all portions of the epoxy -lined pipe at the expense of the CONTRACTOR. The video tape of the lined pipe shall be done with a camera equipped with self-contained lighting, a remote focusing system and color film and presented to the PROJECT MANAGER on a VHS formatted tape and shall become part of the OWNER'S records of the project upon completion of the work. No separate payment shall be made for the use of Closed Circuit Television (CCTV) to video record the condition of the resin system. All cost for the use of Closed Circuit Television to record the condition of the interior of the pipe shall be included in the unit price bid in the Proposal to clean and epoxy line the pipe. 5.06 LINING FAULTS AND CORRECTIONS The CONTRACTOR shall be responsible to repair and/or replace any unacceptable lining faults or imperfections that may be observed by Closed Circuit Television (CCTV) or by visual inspection of the pipe ends as described in the WRC's in Situ Epoxy Resin Lining -Operation Guidelines and Code of Practice" 3rd Edition. Improperly lined sections of pipe shall have the defective lining removed, be re -cleaned, over -lined, patched, or replaced at the CONTRACTOR'S expense under the direction and supervision of the ENGINEER. 5.07 EPDXY LINING GUARANTEE The CONTRACTOR shall be responsible for the guarantee of the epoxy resin system maintaining its placement within the pipe and fittings for a period 5 years. Any damaged lining material discovered shall be repaired or replaced by the CONTRACTOR at their expense. This also includes the cost of excavation, removal of defective material, re -cleaning the pipe, backfilling, surface restoration and preparation, and disposal of any debris as a result of the warranty work. 5.08 THICKNESS OF LINING The minimum thickness of lining shall be one mm. Tolerance shall be plus one mm and minus zero. ... ........ 25 F AA. ti �v szrrz�lrcic Parctrasiog and Contracts Division P� 5.09 MEASUREMENT AND PAYMENT No separate payment shall be made for the epoxy lining of the pipe. Measurement shall be based upon the actual horizontal distance of the pipe lined. The measurement shall include bends, fittings, reducing and enlarging sections being paid as straight pipe measured along the centerline by the PROJECT MANAGER and the CONTRACTOR using a measuring wheel. All costs for the application of the epoxy lining shall be included in the unit price bid in the Proposal for the Cleaning and Epoxy Lining of Cast Iron Pipe and Fittings. SECTION 6-- SPECIAL REQUIREMENTS 6.01 TEMPORARY BYPASS AND CONNECTIONS A. General All schedules contain taps and service lines that are metered. The meters are located near the property line in meter boxes or directly outside of residence. The OWNER shall remove the affected meter and the CONTRACTOR shall connect the temporary service to the residents' service line in the meter box OR meter connection located directly outside of residence immediately after removal of the meter. The CONTRACTOR shall furnish all materials, labor, and equipment necessary to supply water to all houses, buildings and fire hydrants normally served by the main that is being cleaned and lined. All bypass pipes shall be 2 inches or 4 inches in diameter. The utilization of 2-inch piping for the entire bypass system shall be permitted, providing a minimum distance of 2000 ft. between operational Fire Hydrants is maintained. The bypass plan/setup must be approved by the PROJECT MANAGER prior to installation. The fl- inch water main does not need bypass piping. Where the pipe crosses streets, a trench shall be excavated and the bypass pipe shall be completely buried and covered with cold -mix asphalt. Where the bypass pipe and the smaller service connection hoses cross sidewalks and driveways, the CONTRACTOR shall use either a pre -formed rubber ramp, a wooden ramp or tarpaper and cold -mix to ramp over the obstruction caused by the temporary bypass system. Prior to its use, the ramp system shall be approved by the PROJECT MANAGER. Before the OWNER removes any meters and any bypass pipe is connected to residents, the CONTRACTOR shall flush and disinfect the bypass piping system as specified in Section 6.13 of the Detailed Specifications. The CONTRACTOR shall be responsible for all bypass operation and maintenance 24 hours a day, 7 days a week until the temporary service is removed. The bypass pipe shall remain in service until all pipelines are chlorinated, back in service, and approval for removal is obtained by the CONTRACTOR from the PROJECT MANAGER. The Contractor shall provide a 24-hour call number to the PROJECT MANAGER so any problems pertaining to the bypass pipe or this Contract can be forwarded to the CONTRACTOR. The CONTRACTOR is responsible for correcting immediately any damage to houses, automobiles, structures or service lines that may occur. If such circumstances 26 City of Tamarac Purchasing and Contracts Division e n are not corrected or repaired in time or to the satisfaction of the PROJECT MANAGER, the OWNER will make such repairs and the cost deducted from the total payment of the Contract. B. Unknown Services and Multiple Connections There may exist additional taps and services not known that will require service from the temporary bypass pipe. If any such tap or service is discovered when the pipeline is removed from service, it shall be the CONTRACTOR's responsibility to provide temporary service immediately by connection to the bypass pipe. Multiple connections to provide service to a single building and/or complex shall be paid for as one connection. If one of those multiple connections to the same building and/or complex is a fireline, the connection shall be paid as a fireline and not a domestic service. Separate connections for domestic lines and fire lines into the same building shall be considered separate connections and paid as such. All connections shall be made by the CONTRACTOR with minimum interruption of service. Domestic service shall be sized from '/2 inch to 2 inch as shown in the Proposal. Each service shall be temporarily connected to the bypass piping and ultimately reconnected to the clean and lined main after it has been approved by the PROJECT MANAGER for return to service. No separate payment shall be made to connect temporary services to bypass piping. All costs associated with the temporary connection of services to bypass piping as well as the reconnection of those services shall be included in the Proposal for temporary service connections. This cost shall include the necessary excavation, equipment, labor, and materials needed to perform this work. C. Miscellaneous Installation Requirements During the process of supplying temporary service, the CONTRACTOR may be required to close the curb stop valves. If the valves are inoperable, or do not sustain a tight shutoff, the CONTRACTOR shall repair or replace the valves as required or as directed by the PROJECT MANAGER. Should the meter box be broken or filled with dirt or in such a condition that the valve cannot be operated, the CONTRACTOR shall clean out or repair the meter box. If the existing service line attached to the curb stop valve is in such a condition as to warrant replacement, as determined by the PROJECT MANAGER, the CONTRACTOR shall replace the service line from the main to the meter. The CONTRACTOR will be required to furnish all materials for the repair or replacement of the curb stop valve and/or service line. All materials and installation shall confirm to Tamarac Engineering Standards. Should weather make it necessary for the CONTRACTOR to discharge water from the bypass pipe into the gutters or storm sewers to prevent excessively hot water being supplied to the residents, then a Watts No. 8 atmospheric hose bib vacuum breaker shall be installed such that the discharge water passes through the breaker and into the storm basin. These will be supplied and installed by the CONTRACTOR where required by the PROJECT MANAGER and at not additional cost to the OWNER. No additional costs will be paid by the OWNER ............................. ....... .. 27 A City of Tamarac PurChasing and Contracts Division for extra labor and that the weather conditions may cause. 28 A q City of Twrr;Irtx;, °� Purchasing and Contracts Division N� D. Flow Tests The CONTRACTOR under the direction of the OWNER shall conduct flow tests of service lines before and after cleaning, and lining the mains. Should any decrease in flow result; the CONTRACTOR shall take appropriate actions to restore the original flow rate. 6.02 PROTECTION OF TAPS AND OTHER CONNECTIONS All laterals and connections to the pipes that are being lined shall not be left obstructed by the lining operations. The CONTRACTOR shall flush with air and/or water all openings 2 inches in diameter and less that may be plugged by the lining operation or debris from the cleaning operation. The OWNER will flush all sidelines and will flush all services larger than 2 inches in diameter prior to and after the lining operation. The manner of flushing must be such that no damage occurs to the freshly applied lining. Any damage to the lining done by the CONTRACTOR during clearing of these opening shall be repaired by the CONTRACTOR to the satisfaction of the PROJECT MANAGER at the expense of the CONTRACTOR. If any taps, laterals, or service connections cannot be cleared by backflushing following the lining operation, the CONTRACTOR must do whatever is necessary to clear the opening and provide water to the tap, later or service connection in a manner approved by the PROJECT MANAGER. No separate payment shall be made for flushing taps, laterals, or service connections to the pipe. All cost for clearing the taps, laterals, and service connections shall be included in the applicable unit price bid in the Proposal for the cleaning and lining of cast iron pipe and fittings. 6.03 MATERIALS AND SERVICES TO BE SUPPLIED BY THE OWNER The OWNER shall remove from service all pipelines; operate all valves and blowoffs during the project. The CONTRACTOR shall be responsible to dewater the mains. The OWNER will take samples from designated sample points and perform bacteriological testing for the purpose of determining that the piping being tested has been disinfected and may be placed into service. The OWNER shall supply the CONTRACTOR with all meter boxes, curb stops, 4 through 8-inch valves, 4 through 8-inch ductile iron pipe material, restrained joint fittings and valve boxes as well as corporation stop valves and tapping saddles if required. The CONTRACTOR shall supply all other material as needed. This material shall comply with the City of Tamarac engineering standards. The OWNER will furnish water for construction purposes. The CONTRACTOR shall obtain a construction water meter from the OWNER. Prior to using any fire hydrants the CONTRACTOR shall submit to the ENGINEER a list of all hydrants that he intends to use. This water shall be metered by the OWNER. 29 A C.; �, :): 7'arrlarric Purchasing and Contracts Division Any damage to the hydrants by the CONTRACTOR will be repaired by the OWNER with the actual cost of such repairs billed to the CONTRACTOR. The CONTRACTOR shall pick up all material furnished by the OWNER FOB at 6001 Nob Hill Road, Tamarac. The PROJECT MANAGER shall provide a Materials Order Form for the above -mentioned items. The CONTRACTOR will be required to find a place to store materials and an office trailer in the general vicinity of the work to be done. 6.04 SCHEDULE OF WORK Prior to beginning the work, the CONTRACTOR shall submit for approval to the PROJECT MANAGER a schedule detailing the progression of the completion of the work. The CONTRACTOR shall begin work commencing with provision of a schedule on the date indicated in the Notice to Proceed. 6.05 NOTICE TO RESIDENTS The CONTRACTOR will notify property owners and tenants, in person and through a door tag left at each house, at least 3 days in advance of the date when the CONTRACTOR will commence any work that will affect the customers. The format and content of the door tag notice shall be approved by OWNER prior to use. CONTRACTOR shall advise the property owners and tenants of the construction schedule and operations, interruptions that are anticipated, and available temporary parking for their use, and to determine if there are any special health and welfare requirements that should be relayed to the OWNER. Failure of the CONTRACTOR to give proper notice shall be reason for the OWNER to consider stopping the CONTRACTOR'S operations. When it is necessary to temporarily deny access of owners or tenants to their property, or when any utility service connection must be interrupted, CONTRACTOR shall give notice sufficiently in advance to enable the affected persons to provide for their needs. Whether delivered orally or in writing, notices shall include appropriate information concerning the interruption and instructions on how to limit their inconvenience. 6.06 PERMITS AND RIGHT-OF-WAY The OWNER will provide permits for work taking place within the right of way. All other required permits, shall be secured, paid for, built, and maintained by the CONTRACTOR. The CONTRACTOR shall provide copies of all permits to the PROJECT MANAGER No separate payment shall be made for any permits required to complete this project. All costs to secure the required permits shall be included in the unit price bid in the Proposal for the cleaning and lining of cast iron pipe and fittings. . .............. .... .... ....... ......... .. ........ ........ ....................... ... ... ........ ......... 30 Purchasing and Contracts Division e 6.07 MAINTAINING TRAFFIC AND PUBLIC SAFETY The CONTRACTOR shall be completely responsible for the maintenance of traffic, traffic safety, and general public safety. Maintenance of traffic and safety plans shall be discussed with the PROJECT MANAGER and are subject to the approval of the ENGINEER. If, at any time during the prosecution of this contract, the PROJECT MANAGER deems that the work and/or work site is unsafe, the PROJECT MANAGER will require immediate corrective action by the CONTRACTOR including, but not limited to, ceasing work. Precaution shall be taken by the CONTRACTOR to protect the public from personal injury or damage to property by proper barricading and maintenance of such barricading as required. No separate payment shall be made for traffic control, nor for approval or for obtaining any traffic permits. All costs for traffic control shall be included in the applicable unit price bid in the Proposal for the cleaning and lining of cast iron pipe and fittings. 6.08 THICKNESS OF LINING The thickness of lining for 4-inch, 6-inch and 8-inch pipe will be one mm for epoxy lining. Tolerance shall be plus one mm and minus zero. 6.09 LEAKING VALVES Should the OWNER fail to stop a leak through a valve, the CONTRACTOR shall replace the leaking valve only if ordered by the PROJECT MANAGER. All work shall be done in accordance with the OWNER'S Engineering Standards. All parts required to replace the sideline valves, excluding couplings, shall be supplied by the OWNER. All costs to replace valves shall be included in the unit price bid in the Proposal for replacement of 4-inch through 8-inch gate valves. All costs shall include but not be limited to sawcutting pavement, excavation, dewatering, installation, bedding, backfilling, compaction, sub -base preparation, paving and cleanup. 6.10 VALVE INSTALLATION All valves indicated on the Drawings to be replaced shall be replaced by the CONTRACTOR. The OWNER will supply the replacement valves, restrained joint assemblies, couplings and pipe material, which the CONTRACTOR shall use and assemble to replace the valves. All costs to replace valves shall be included in the unit price bid in the Proposal for replacement of 4-inch, 6-linch and 8-inch valves. All costs shall also include but not limited to, saw cutting pavement, excavation, installation, bedding, backfilling, compaction, sub -base preparation, paving and cleanup. ...... ......... ......... 31 City of Tarrrrarr�C f ...t�C,t� .15/17 MCP d Contracts Division ........ .._...... ......... e 6.11 DEWATERING THE PIPE After the OWNER has taken the pipeline out of service, the CONTRACTOR shall cut the line and remove all remaining water. If there is water flowing in the pipeline of sufficient quantity as to disallow the lining, it shall be the responsibility of the CONTRACTOR to locate and identify to the PROJECT MANAGER the source of the leak or leaks. Leaks coming from service taps shall be stopped by the CONTRACTOR. Leaks coming from valves shall be stopped by reworking the valve(s) by the OWNER and if this does not stop the leak(s), the CONTRACTOR shall install a new valve, as directed by subsection 6.10--- LEAKING VALVES. No separate payment shall be made for dewatering the pipe. All costs for dewatering shall be included in the applicable unit price bid in the Proposal for the cleaning and lining of cast iron pipe and fittings. 6.12 FLUSHING AND DISINFECTION Contractor shall furnish all the necessary sizes of restrained plugs, pumps, miscellaneous piping, sleeves, fittings, valves, full-size canon, etc., required to flush and disinfect both the temporary bypass piping and fittings, and the finished lined pipes and fittings. Initial flushing of any pipeline will be performed by the Contractor, with the OWNER operating the valves. The water used may be metered. OWNER shall obtain the sample of water after flushing to test if line is free of any contamination, debris and sand. If the test results are found to be unacceptable, the CONTRACTOR shall be responsible to flush the line again until test samples are found to be acceptable. Following successful flushing, the CONTRACTOR must disinfect both the temporary bypass system, and the newly finished lined pipe by the "Continuous - Feed Method," (as described in Appendix A) from Section 5.2, pages 7, 8, 9, and 10, of the American Water Works Association document, ANSI/AWWA C651 --92 (Revision of ANSI/AWWA C651 -86), "AWWA Standard for Disinfecting Water Mains" [Effective date: February 1, 1993 or latest revisions]. The CONTRACTOR must provide the OWNER with necessary water samples to perform bacteriological testing for both the temporary bypass system, and the newly finished lined pipe. No water distribution system, temporary or permanent shall be placed into service until the OWNER is satisfied as to the results of its own sampling/testing. The CONTRACTOR shall be responsible for flushing and disposal of chlorinated water used for disinfection purposes. Chlorinated water used for disinfection purposes shall be flushed or discharged to a City of Tamarac owned sanitary sewer system, or by another means approved by the PROJECT MANAGER. Under no circumstances shall chlorinated water, which is used for disinfection purposes, be discharged, or allowed to be discharged onto or into the ground, a surface water body, or by any means other than that which is stated above. If the tests of water samples are found to be unacceptable according to the City's CONSTRUCTION STANDARDS AND SPECIFICATIONS and/or BROWARD COUNTY HEALTH DEPARTMENT, the piping being tested shall undergo the above flushing and disinfection procedures again by the Contractor until the test results are acceptable. ........ ....... ........... ....... ... ......... ........ A ti Tamarw,, Purchasing and Contracts Division P No separate payment shall be made for the CONTRACTOR for flushing and disinfection of any piping. All costs associated with this work shall be included in the costs to construct temporary bypass piping, and in the costs to clean and line cast iron mains and fittings in the Proposal. 6.13 CORPORATION STOP VALVE INSTALLATION The CONTRACTOR shall be required to install 1-1/2 inch corporation stop valves and saddles in accordance with the Engineering Standards of the City of Tamarac. The OWNER shall supply the CONTRACTOR with all the 1 1/2-inch corporation stop valves and saddles necessary to chlorinate the mains. The location of these valves shall be determined in the field based upon chlorination requirements and/or as needed by approval of the PROJECT MANAGER. All costs to install 1'/2 corporation stop valves and saddles shall be included in the unit price bid in the Proposal. 6.14 CURB, GUTTER, DRIVEWAYS AND SIDEWALKS All existing curb, gutter, driveways and sidewalks removed or damaged by the CONTRACTOR as a result of his operations under these Contract Documents shall be repaired or replaced by the CONTRACTOR in accordance with the applicable standards of the City of Tamarac. In no case is the CONTRACTOR to remove any existing curb, gutter, driveway or sidewalk without prior written authorization from the PROJECT MANAGER. Where necessary, the curb, gutter and sidewalk shall be removed by saw cutting at the nearest unaffected existing joints. Following repairs, backfill and compaction, the curb, gutter, driveway and/or sidewalk shall be replaced in accordance with applicable requirements of the City of Tamarac. No separate payment shall be made for the removal and replacement of existing curb, driveway and or sidewalk gutter. All costs for the removal and replacement of existing curb, driveway, gutter and sidewalk shall be included in the cost to clean and line the pipe in the Proposal. 6.15 CLEANUP Following the lining operation, curing and any necessary repairs to defect in the lined pipeline, the CONTRACTOR shall remove, where practicable, all lining waste, cleaning waste, dirt, mud or other debris from the inside of the lined pipe (see Section 6.13 of the Detailed Specifications). The CONTRACTOR must leave all work areas in equal or better condition then when the work began. All refuse; lining waste and cleaning waste shall be hauled by the CONTRACTOR at his expense. The CONTRACTOR at no extra cost to the OWNER shall replace any broken curb and gutter damaged during the execution of the work. ..... .. ......... .... ... .......... 33 City of Tarrrrarac Purchasing and Contracts Division t 6.16 GUARANTEE Every precaution shall be taken to prevent injury to the completed lining. If an examination within the guarantee period reveals evidence of defective workmanship or materials, the PROJECT MANAGER will order the CONTRACTOR to repair or replace such section in a manner acceptable to the PROJECT MANAGER at the expense of the CONTRACTOR. The CONTRACTOR shall guarantee the following Hazen -Williams "C coefficients based on the nominal diameter of the pipeline, (tests to be performed by the OWNER): 4-inch mains C=110 6-inch mains C=110 8-inch mains C=110 6.17 VACANT RESIDENCES There may be currently unoccupied homes among those being served with temporary bypass. The CONTRACTOR shall determine those homes that do not need to be served with water during the project. The CONTRACTOR shall submit a written list of vacant homes to the PROJECT MANAGER. Although these homes may not require water service at the time this work is being done, the taps still shall be flushed clear of lining debris. When possible, the CONTRACTOR shall make a service connection similar to the connection of an occupied home. All costs incurred in connecting the vacant homes to the bypass pipe and backflushing the service taps similar to occupied homes shall be included in the unit prices bid in the Proposal for metered service connections. 6.18 INSPECTION OF EPDXY LINING The PROJECT MANAGER will scrutinize and inspect all construction, workmanship and materials covered by this Contract. The CONTRACTOR shall, at no additional cost to the OWNER, provide such materials and give such assistance as may be required to provide for safe inspection and testing. The PROJECT MANAGER shall be authorized to determine the amount or quantities of work to be paid for under this Contract and to insure that all provisions set forth and all materials and workmanship covered under this Contract are adhered to. The entire procedure of applying epoxy lining shall be subject to continuous inspection by the OWNER, but such inspection shall not relieve the CONTRACTOR of his responsibility to furnish material and perform work in accordance with these Specifications. All epoxy lining not applied in accordance with this Specification shall be subject to rejection by the OWNER. Lining so rejected shall be removed and replaced by the CONTRACTOR at his own expense, with a lining that complies with this Specification shall be applied. 34 w, City of Tamara:.-, Farr hasing and Contracts Division . ...................... Defective areas encompassing the full diameter of the pipe shall be replaced by machine wherever practical. Where accessible and at predetermined locations agreed upon by the PROJECT MANAGER and the CONTRACTOR, all linings will be subject to inspection by the following procedure: In 10 places, a 12 inch straight edge shall be laid parallel to the axis of the pipe. In nine out of ten places the space between the lining and the straight edge shall at no point be greater than 1 mm. The use of Closed Circuit Television (CCTV) as described in Section 3.03 and 5.05 shall also be used to inspect the lining, by the CONTRACTOR. The repair of damaged lining, caused by the by removing a portion of lining to inspect the thickness in any portion of the pipe, shall be done by the CONTRACTOR, at the CONTRACTOR'S expense. All materials furnished by the CONTRACTOR shall be new and subject to the inspection and approval of the PROJECT MANAGER at times during the progress of the work and until the final completion of the same. As soon as the materials are tested and inspected, the CONTRACTOR shall immediately remove all rejected material from the work to a point such distance there from as the PROJECT MANAGER may require. No material shall be used before being inspected and approved by the PROJECT MANAGER but the failure or neglect on the part of the PROJECT MANAGER to reject inferior materials or work shall not be construed to imply an acceptance of the same should their inferiority become evident at any time within one year after final acceptance of the work. The CONTRACTOR shall also furnish, at his own expense, such labor as may be required by the PROJECT MANAGER to enable thorough inspection and culling of all the materials at the job to afford adequate testing. The PROJECT MANAGER shall, at all times, have free access to any plant or factory where any material for this Contract is being manufactured or fabricated. The CONTRACTOR shall make necessary arrangements so that the OWNER may secure specimens or samples of material prior to delivery at the job. For testing by the OWNER to ascertain whether material to be included in the work meets the requirements of the Contract. All mill and factory inspection, and all testing of materials will be provided and paid by the OWNER, unless otherwise specified in these Contract Documents. 6.19 MEASUREMENT AND PAYMENT All costs for providing the temporary bypass pipe and service connections shall be included in the applicable unit price bid in the Proposal for 2-inch and 4-inch temporary bypass pipe and for temporary service connections. To determine the length of 2-inch and 4-inch bypass pipe to be used for payment a measurement will be taken from the connection at the water source or hydrant to the end of the bypass pipe. The cost of the individual hoses used to connect the homes of businesses to the bypass shall be included in the unit price bid for metered service connections. .................................................................................. 35 s Division C'i;°• ri I::�rrr rar, ........................I., Pc..r.ct..asincd..ar.d Gon.tract.._................................ .. ....... ........ ......... . � P COMPANY NAME: (Please Print): Phone: Fax: BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ❑ 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. ❑ 2. Carefully read the Detailed Specifications, and properly fill out the Bid Forms. ❑ 3. Fill out and sign the Non -Collusive Affidavit and have it properly notarized. ❑ . Sign the Certification page. Failure to do so will result in your Bid being deemed non -responsive. ❑ 5. Fill out the Bidder's Qualification Statement. ❑ 6. Fill out the References form. ❑ 7. Sign the Vendor Drug -Free Workplace form. 8. Fill out the List of Subcontractors. ❑ 9. Include a 5% Bid Guarantee. Failure to provide a bid guarantee will result in automatic rejection of your bid. ❑ 10. Fill out and sign the Certified Resolution. ❑ 11. Include 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 SHOULD BE THE FIRST PAGE OF YOUR BID. .................................................. ... ........... (� Bid Coverpage Checklist w ra :zrn F'tarc,h asing and Contracts Division . ... � N BID FORM BID 04-09B WESTWOOD 24 WATER MAIN RELINING PROJECT Submitted by: (Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 88t" Avenue Date Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. .......................... ........................................ . Page 1 of 8 C:rt'y of e �'rrrchasing and Contracts Division BID FORM BID 04-09B (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide Relining of the Westwood 24 Water Mains as follows: The epoxy relining of approximately 4,500 ft of 4-inch water main, approximately 8,000 ft of 6-inch water main, approximately 5,000 ft of 8-inch water main, site restoration 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 following conditions: 1. Have successfully completed a minimum of four (4) epoxy relining projects of similar size and scope over the past five (3) years. 2. Must be able to document the requested experience referenced in item 1. Upon request, the Contractor shall submit verifiable evidence to the City within three (3) days of the City's request. See Schedule of Bid Prices on following pages. Page 2 of 8 Purchasing and Contracts Divi.sion . . ..... . ...... ... ...... ... I . . . . .. ............................................. . ..... . I ......... .. ..... .... .... ... .... ... SCHEDULE OF BID PRICES BID 04-09B We propose to furnish the following in conformity with the bid specifications and at the below bid prices. The bid prices bid 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. ITEM EST'D QTY. UNIT OF MEASURE UNIT PRICE EXTENDED 1. Furnish all materials, labor and equipment to clean and epoxy line 4-inch nominal diameter cast iron pipe and fittings. 4,500 LF $ 2. Furnish all materials, labor and equipment to clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings. 8,000 LF $ $ 3. Furnish all materials, labor and equipment to clean and epoxy -line 8-inch nominal diameter cast iron pipe & fittings. 4,500 LF $ $ 4. Furnish all materials, labor and equipment to construct temporary bypass piping to enable the cleaning and epoxy lining of pipe. 13,000 LF $ $ 5. Furnish all materials, labor and equipment to construct temporary service connections, 1/2-inch through 2-inch. 240 EA $ $ 6. Furnish all materials, labor and equipment to construct access openings. 1 LUMP SUM $ $ . . . .. .... .... ..... .... ..... .................. ....... Page 3 of 8 City of Tam,irac . . . ......... . ......... ..................... Pt. ilt.-.(.,Iti'a.s..i.n.g...a..r.i..d C.o.n.-tralct's D.i.visjo-r! ........ .... ... . .. .... ... .. . ... ..... .. . .......... 7. Furnish all labor and equipment to replace 4-inch valves (City to furnish valves and fittings). 13 EA $ $ 8. Furnish all labor and equipment to replace 6-inch valves (City to furnish valves and fittings). 12 EA $ 9. Furnish all labor and equipment to replace 8-inch valves (City to furnish valves and fittings). 2 EA $ $ 10. *Mobilization (not to exceed 5% of the total $ value of Items 1 through 9). 1 LUMP SUM $ $ TOTAL BASE BID: $ "ALTERNATES ITEM EST'D QTY. UNIT OF MEASURE UNIT PRICE EXTENDED 1, Furnish all materials, labor and equipment to clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings on NW 83rd Street between NW 100 Terrace and NW 103 in Westwood 24. 1,300 LF 2. Furnish all materials, labor and equipment to clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings on NW 82nd Street between NW 101 Avenue and NW 103 Avenue in Westwood 24. 1,100 LF $ $ Page 4 of 8 Purchasing and Coiltrauts Divisi(.m .. .. ..... ................. ... ... .. ... .. . . . . ... . . . ... . .... . ........................ e ............................... .. ........... .... . ............... .......................... ...................... . .. .. Alternate Items continued 3. Furnish all materials, labor and equipment to clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings on NW 103 Avenue between Southgate Blvd. and NW 80th Street in Westwood 24. 1,400 LF $ 4. Furnish all materials, labor and equipment to clean and epoxy -line 4-inch nominal diameter cast iron pipe and fittings on NW 104 1h Avenue between NW 83 rd Street and NW 103 Avenue in Westwood 24. 950 LF $ BID CONTINGENCY ITEMS: The following contingency pricing should be completed and submitted with the bid. The contingency pricing provided will not be considered in the basis of award. The following items may or may not be required for this project and will be utilized only on an as needed basis. Unbalanced prices may be reason for rejection of your bid. If required, contingency items will be effected by the change order process. 1. Furnish all labor and equipment to replace approximately 10-curb stop (1/2- inch through 2-inch) /EACH 2. Furnish all labor and equipment to construct polyethylene water service pipe (conform to ANSI /AWWA Standard C800-01 and/or C901-02) restoration and all other necessary appurtenances, for the following sizes: (1 -2-inch) /L. F. 3.Furnish all labor and equipment to construct corporation stop, AWWA I.P. thread at inlet and conductive compression connection for CTS O.D. tubing (corporation stop to be provided by OWNER) restoration, and all other necessary appurtenances for the following water service sizes: (1/2-2-inch) /EACH . . . . . .... ... ....... ............. ......... ...... . .............. Page 5 of a City of 7OTm.'Ir�ic . . . . . ... ..... ... . ...... .......... .................... ......... . ... .. .... . . Putuhasing and Contracts Division ............... ... .. . - . . .. ..... .. ..... . ........... . ...... ................................................ .... .1 .. Contingency Items continued 4. Furnish all labor and equipment to construct ground key angle meter stop, conductive compression for CTS O.D. tubing and 90 degree bend compression connection (angle meter stop and compression connection to be supplied by OWNER), restoration, and all other necessary appurtenances for the following water service sizes: (1 /2-2-inch) /EACH 5. Furnish all labor and equipment to construct stainless steel band, ford style FC202 or approved equal (saddle to be provided by OWNER) for 4, 6 and 8- inch water mains, restoration, and all other necessary appurtenances for water I-DUTIre-113 /EACH 6. Furnish all labor and equipment to construct PVC casing pipe, Schedule 40, under pavement for water service lines (pipe to be supplied by OWNER), restoration, and all other necessary appurtenances, for the following sizes: 1/2"-2" Service @ $ /L.F. 7. Furnish all materials, labor and equipment to construct access openings due to unanticipated obstructions. /EACH NAME OF BIDDER: * The Mobilization cap is not a matter of responsiveness. It is only an instruction as to how much the City will allow specific for Mobilization. Any amount entered in excess of 5% for bid Item No. 10, will be placed in bid Item No. 1 and therefore will not change the total price bid, **Determination of Award: Except where City exercises the right reserved herein to reject any or all bids and subject to the restrictions stated hereinabove, the Contract shall be awarded by City to the responsible Bidder who has submitted either the lowest responsive base bid, or the lowest responsive base bid including such Alternates as City determines to be in its own best interests. ........... . ... .... .......... .. . ................ ... . .. 11 . .. ... . .. .. .......... ..... ...................... .. ..... .. . . 11.11 . . . . ... .................. . .. . . . .. ... .......... ...... ..................... . .. . Page 6 of 8 . ... ......... ... .. . . Parchasing and Contracts Division BID FORM BID 04-09B (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Company Name Address City, State, ZIP Contractor's License Number Authorized Signature Typed/Printed Name Telephone & Fax Number Federal Tax ID# . ... ... ...... .. .......... Page 7of a 1�;WWEM9C Purchasing and Contracts Division e I ".., - 1 .. . ........ . . . .. . . . .. ........................................................... . ...... ........... .. . .. 1., .1.11 ..... .... ..... ...... .. BID FORM BID 04-09B (continued) Bidders Name: TERMS: Net DAYS or % discount within I days Delivery/completion: 150 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 8 of 8 Purchosing & Contracts Division y �,t 7arm,.,iri.ic . . ........ . .. ..... .. . ............................................................. .. I . .. ... .... ...................... . ..... .. . . ... ... . .... .. ... . ... .. . ...................... . .... ...... ......... ... . ...... . e. 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(l) 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: INDIVIDUALE] PARTNERSHIP CORPORATIONE] OTHER [I 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 Email address of Contact Person . . . . . ... . .. ................................... ......... . ... . . ... ... . .. .......... .............................................. . I..'', . ....... ....... ... ...... .. ............. ....... ...... . ..... ..... . ...... ............. .. ... .... . . ... ....... . .. .. .. ........ .................... .. . .... . page I of I Gellificatloo 7. -icis Division P I u I E.j. &.. Cor!tra , . .... . .. ........ .. . . .. . ..... ......... . ...... .. . . . .. ..... ..... ... ... . .. . CERTIFIED RESOLUTION (Name), the duly elected Secretary of (Corporate Title), 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 (Corporate Title) 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 120 (SEAL) 1210110S is 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. Page I of I Cedifloo Resolution Oro Purchasing & Contracts Divisioti . . . . .. .......... ... ................................ ..... . . . .. .. .. .... ........................... ... . 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 th Avenue Tamarac, Florida 33321 Check One ................. . ............. ......... 11.11.11,11-11, . . ...... . ...................... . . Submitted By: El Corporation Name: El Partnership . .. . . ... . ......... . .... - . . . ........... ............................ . ............ . ....... ........ ........ . ... - ---------- -- Address: El Individual .. .. .. . . ..................... . ......... ...... ... . . . ...... ........ .. ........ .... .... .. ......................... ...... . ... .. ...... ... . . . ...... ..... ......... .... ............. City, State, Zip .. . ... ................... . ......... . . . .. . .... .. . .. .. .. .. ....... ... ... ......... ........ ... ... .... ... . ..... ... ............. .... ... El Other Telephone No. Fax No. ...... - - ----- ........... 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: .. .. . .. ......... .......... ... . .... . I "I'll . .... ... . ... .. ............ .................. . ... ... The address of the principal place of business is: . ...... ... ................ . ..... .. - . .. . .. ... . .............. ........ ........ . .. ....... .... .. .......... . . ..... .................. ...... ........ . . . . . .. .. ......... .... .. ...... . . ..... . . I Offerors Qualific,,,ifion State(nern I ., � , , of 7"'-�i to a �A­ Tac Purchasing & Contracts Division ............................ ........ .. ... . .. ..... . ........................... ......... .... ......... ...... 11.1 ........ .. .. ........ ..... ..... ......... ......... ............. . ... . .. . .. ...... .. ... .... . .......... . . ... . ... . . ..... . . ..... ... .... ............... ... 3. 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:___ .... ...... .... . .. .. 4, If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: .11 . . .. .. . .. . .. . ... ...... .......... .......... .......... .................................. . I .... ...... 1111.1111111111", .. . ............ ... . . . ...................... . . . .... . .......................... ............. . .............. ... . .. 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. 8. Have you personally inspected the site of the proposed work? F-1 YES F� NO 9. Do you have a complete set of documents, including drawings and addenda? F-1 YES R NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? 0 YES F1 NO 2 of 5 Offetors Qualificafloo Statemoof Name Address ... . ................ Telephone .......... .. . . ......... . . .................. . ... .. . ... ................. . .............. . ........................................... . .... .......... .... . .............. . .... . .. ..... . . ...... ....... . . ................ . .................... . ... . ............ . .. . ............. ....... . ......... ......... . . ......... . . ................... . . .. . ... . . .... .. .. . ... .. . ... .......... ....................... ...... ..... ................... ................. ............. ...... .......... . .. ...................... .................. ............................... ..................... .. .................................. .... . . .... ...... . . ......... ..... . . I ... .. ....... .. .... .. ........ . .. ........... .... .... . ...... ........ ....... ... ... ........ ...... .. .............................................................. ....................... . .. . ........... . ...... . ............. . .... .......... . ............ ....... . 3 of 5 Offetor's Qualification Shaternerd Ui,ly T�wnaajr; Purchasing & ContTacts Divismo . I . ...... . . ... ......... .... .. .... . ... . ... ........ .... ..................... . ...... .... .... ............. . . .. . ..... .. . ............ ...... ....... ....... .... ......................................... . .. ... . .. . . I . . . ......... ... . . . . ....... 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19, Bank References: Bank Address .. . .... .. .. ....Telephone . .. ... ....... .. .. .... ............ .. . ... . ..... ..... . . ..... . .. 1-1 I'll . ..... ... . . . ................... ......... . ..................... ­­.... . ... ... . ......... ...... ........ ...... . ....... .... . . ...... ................................................ ........... I ......... . 11.11,111,111,11, . .... .................................................... ............ I .... .... .. .. ... I .. . ..... .... .................................... . . . . .. . . . . ................ 1 111111111-11 ................................... . ................. ...... I . . ... ........ I -I''..". 20. 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. 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? F-1 YES Fj NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 4 of 5 Offetors Qualification St,,,iternurd �'J Purchasing & Contracts Divisioo ... . .. ............ .......... ............. ........... ... . .................... ... .... .............. .. ........ ...... . . .. . . ... ... . ...... .... ... ......... . .... e. , I I ... ... . ............................. .. .............. .... . 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 120 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Narne(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) 0 Personally known to me, or 0 Produced identification: (Type of Identification Produced) 0 DID take an oath, or 0 DID NOT take an oath 5 of 5 Offerors Qualification Staternent Purchasing & Contracts Division ... . . ...... 1--, 11 1.''..,.. 1 I'll . .. .. .. . . .......... . ................. .................. NON -COLLUSIVE AFFIDAVIT State of )ss. County of being first duly sworn, deposes and says that: 2. He/she is the (Owner, Partner, Officer, Representative or Agent) of the Offeror that has submitted the attached Proposal; 24. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 25. Such Proposal is genuine and is not a collusive or sham Proposal; 26. 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; 27. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in the presence of: By Witness Witness Printed Name Title I of 2 Non -Collusive Affidavit ....... ... &...Con.tra...c.is.. Divis-ior! ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the — day of 7 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) El Personally known to me, or 0 Produced identification: (Type of Identification Produced) 0 DID take an oath, or 0 DID NOT take an oath 2 of 2 Non -Collusive Affidavit (Atv ot Twnareje, Poo.,-hasing & Contrads Division ............... .. .................................................. . ..... .. . . .... ..... ..................................................... ............ .... .. .. . ....... ... . . ....... ..... . .. ..... . ....... ........................ .... ............. ..... ......................... ... . . .. 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: 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, by any employee who is so convicted, 6. 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 I of I Dnig-Free Workplace Purchasing & Contracts Division Taroar�.ic, Jok IqU4 A ;I ki M *� i of 2 Bid Bood 4! � efA C11tv ol T,,.,wiarac Purchasing & Contracts Divisiori . . . . . . . .... ..... . .................. ................... ..... ........................................................................ .. ..................... .... .. ... ......... . ............ .... LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to Be Performed % Total Contractor Subcontractor Contract License No. Name/Address . . . . . . ........................... .... ... . . ............. . ... ............. ............ ......... ..... . ...... ... ........ . ... . ...... ....... ... .............................. ................ .................... . ..... ....... . ... . ...................... . .. . ....... . ...... . . I of 2 Bid Bood Purchasing & Contracts Division (.e . ....... ...... ... ... . ............ . . ........... . ..... ............. ... ....... . .................................... . ................ . ........ ... .. .. .. ......... . ........... ..... .. .... ... 1 1.1151 1,101 k' I STATE OF FLORIDA) )SS: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Dollars ($ ) lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated 20 $ for- WESTWOOD 24 WATER MAIN RELINING PROJECT Bid No. 04-09B 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 appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. I of 2 Bid Bond Cir.v )I Tarnarac, .... . . ........... Signed and sealed this IN PRESENCE OF: (AFFIX SEAL) ATTEST: Secretary ATTEST: Secretary *Impress Corporate Seal .......... ............... ..... . ...... ........ e ........................................... ACKNOWLEDGEMENT BID BOND ,day of Purchasing & Contracts Division 20_ Principal Business Address City/State/Zip Business Phone Surety* By Title Attorney -In -Fact* By 2 of 2 Bid Bood Acknowledgement Pitt chasingand Contracts llvision .. . ...... ... . . . ..... .. ... ... .... .. . .... .......... .. .. .... . . .. .... .. . .. . .... ................... ..... . . . I . .... . ....... . . .. .... FORM PAYMENT BOND 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, as a result of Bid No.: awarded the _day of OWNER for 20_, with 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. Pagel of 3 Form Payment Bond Purchasing and Contracts Division . .... .... ... . . .... ............. .... . . .. ... .......... . . ............... ..... ...... ... . ....... ..... I....... . 1. .— 11.1111, .. . ... ......... .. ........ I ........ ..... ...................................... ............. ...... 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) IN THE PRESENCE OF: Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone Pag(,,� 2 of 3 Form Payrootit Bood .. ... . ...... ............. . .. .. . . . . . .................. . . . ... ... .. . . ..... . .. . . .. . ...... ... ACKNOWLEDGMENT FORM PAYMENT BOND State of County of Purchasing and Contracts Divisinn . . . .. ... . . . ..... ....................... ........ .... ...... . . .1 . . . . . . .. ......... ....... . . . On this the day of ' 2002, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) of (Title) a (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) 0 Personally known to me, or 0 Produced identification: (Type of Identification Produced) 0 DID take an oath, or 0 DID NOT take an oath CERTIFICATE AS TO PRINCIPAL 1, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Page 3 of 3 Foin? Payment Bond C,itY -A Tamarac . . . . . . ... . . ..... .......... .......... .. . ... ..... ......... ....... ....................... ......... PurchaSh7g and Contracts Divisim FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement 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 as a result of Bid No.: awarded the day of 20 with OWNER for which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. THE CONDITION OF THIS BOND is that if the CONTRACTOR: 1 Fully performs the Contract between the CONTRACTOR and the OWNER dated 120 , for the within calendar days after the date of contract commencement as specified in the Notice to Proceed and in the manner prescribed in the Contract; and 2. 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 and costs, including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or 4,2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the lof 4 Fotm Performance, Bood Purchasing and Contracts DiviSibr) . . . . . ..... . ..... ....... .......................... . ... .. . best, lowest, qualified, responsible and responsive Bidder, arrange for a contract between such Bidder and OWNER, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price," as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by OWNER to CONTRACTOR. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the OWNER named herein and those persons or corporations provided for in Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. 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 Surety's obligation under this Bond. Signed and sealed this day of WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) 20 Principal By Signature and Title Type Name and Title signed above S u rety By Signature and Title Type Name and Title signed above 2 ot 4 Form Performance Bood �)l Tamarac Purchasing and Contracts Division . . ...... .. .. . .. ..'. I I . I 1� %'-� - ... I ... I . I 1 1. 1. "1 - I I 1.. 1.1.111, 1' 1...,......, . .... . . ................................................... ... .... IN THE PRESENCE OF: INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND State of County of On this the day of 20_, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: (Name of Corporate Officer) . a of (Title) (Name of Corporation) (State of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF (Name of Notary Public: Print, Stamp, or Type as Commissioned) 0 Personally known to me, or 0 Produced identification: (Type of Identification Produced) 0 DID take an oath, or 0 DID NOT take an oath 3 of 4 .. . .. ........................................................... . . . .... ...... . 1.1.11, Fc,trn Performance Bond Purchasing and Contracts Divislon . . .. ...... . . ...... ..... .. ..... .................... . ...... ..................................................... . ..... ................. ... ........ .. ...... .... CERTIFICATE AS TO PRINCIPAL 1, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that 7 who signed the Bond on behalf of the Principal, was then of said Corporation; that I know his1her signature; and his/her signature thereto is genuine; and that said Bond was duly signed, sealed and attested to on behalf of said Corporation by authority of its governing body. (AFFIX SEAL) (Name of Corporation) Page 4 of 4 Cet-tificatElPt-incipallPerf�)t-ii)a(�ce Band Purchasing & Contracts Division .... . ...... .......... .. . ........... ..... ... ....... ....... . . .... ..... . .. .......... ..... .. . . ..... . ..... ........................... .................... . .............................. ...... ....................... ........... .. . .... ... ... . .. ... APPLICATION FOR PAYMENT Contract Title: Contract/Purchase Order No.: Original Contract Value: Contract Change Order Value: Current Contract Value: Cumulative No. Change Orders: Application for Payment is made, as shown below: 1. Original Contract Sum 2. Net Change by Change Orders 3. Contract Sum to Date (line 1 (+) or (-) line 2) 4. Total Completed and Stored to Date 5. Retainage a. 10% of Completed Work b. 10% of Stored Material C. Total Retainage (line 5a + line 5b) 6. Total Earned less Retainage (line 4 — line 5c) 7. Le4ss Previous Application For Payment (subtract line 6 from prior A.F.P.) 8. Current Payment Due 9. Balance to Finish, plus Retainage (line 3 — line 6) Submitted by: Contractor Approved for Payment Date: Date Project Manager Page I of I Application for Payment T, Purchasing & Contracts bivision . ... . e. . . . .... .. . ... ... .. .... .... CHANGE ORDER DATE OF ISSUANCE: CHANGE ORDER NO. OWNER: PROJECT NAME: CITY OF TAMARAC 7525 NW 88 1h Avenue Tamarac, FL 33321-2401 BID NO, PROJECT NO. . . . . . . .. .... . . . . ...... .. ... . ... . . . . . ... ....... ... ... . ........... .. .... .. CONTRACTOR P.O. NUMBER IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS: DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders Contract Time with all approved Change Orders RECOMMENDED APPROVED APPROVED BY BY BY Director City Manager Contractor Date Date Date .. . ...... . . ..... .... .. I of I Charige Ordef, City of Tamarac Purchasing & Contra(Js, Division .. . . . .. ...... ...... ... . . . ........ .. .............................. .. ...... . ........ ................. .................... .......................................... ...................... .................. ....... . . ... .... .. .. ..... . FINAL RELEASE OF LIEN BY CONTRACTOR STATE OF COUNTY OF The undersigned contractor, under a certain contract with the City of Tamarac, dated 7 20-, in connection with the following public work: PROJECT NAME: does hereby acknowledge receipt of the full contract price of $ 1 as modified by change order, addenda, etc., and hereby releases and discharges all liens, lien rights, claims or demands of any kind whatsoever which the undersigned contractor now has or might have against the City of Tamarac arising out of said contract or in connection with the aforesaid public improvement. That all claims, liens or other entitlements for labor, services, materials or supplies furnished, in connection with the aforesaid improvement have been fully paid. That an affidavit on behalf of the contractor, signed by , has been furnished to the City of Tamarac, as well as final releases of lien executed by all materialmen and subcontractors regardless of their tier. IN WITNESS WHEREOF, the contractor has caused this release to be executed in its name and under its seal by its proper officers, this _ day of - y 20_. Signed, Sealed and Delivered in the Presence of: Contractor Corporate Secretary Signature President Signature Type Name Type Name .... .. .. ... 1of2 Final Release of Lk,�n Purchasing & Contracts Division . . . . . . . . . . . . .. . .... .... ........... ..... .... .. . . . . . . . ........ . ...... .. .. ............ . ... ........... . ... ............ ......... I ... ....................... ....... ..... .. ................ ............. ......... . ACKNOWLEDGMENT FINAL RELEASE OF LIEN 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 SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) 0 Personally known to me, or 0 Produced identification: (Type of Identification Produced) 13 DID take an oath, or 0 DID NOT take an oath 2 of 2 Fioal Release of Lien Acknowledgemcmt ( . it yo' T;,�rnar�.ic Pinchasing and Contracts Division . . . . . ............... ............................ .. . .............. . ..... . ..... ... . .. . . . . .. . ... ..... ... .................................... ...... ..... I — ..... .... . . ..... ............. .. ...... SAMPLE AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of 1 20 , by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (hereinafter referred to as "City") and a corporation with principal offices located at (the "Contractor") to provide construction of the Westwood 24 Water Main Relining Project. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement; all documents contained in Bid No. 04-09B, Westwood 24 Water Main Relining Project (General, Special and other Conditions), drawings, technical specifications, 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 specified in Bid 04-09B as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary for the epoxy relining of approximately 4,500 ft of 4-inch water main, approximately 8,000 ft of 6-inch water main, approximately 5,000 ft of 8-inch water main and all other bid alternate items the City may select at time of award and all incidentals as indicated by the drawing and specifications or as required to properly complete the project as planned. b) Contractor shall clean up and remove all debris and material created by the work each day, at the Contractor's expense. c) 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. 1 of 7 Sarnp/e Contractor Agreement Purchasiog and Contracts Divhsic)o ... .. ........ .. ..... .. ..... .......... .......... . ... ...... ..... . . . ... . .... ..... . . 11-1-1-1 . ................................ .................................................. . ........ .... ... ..... .. d) All equipment must be stored in a safe manner when not in operation. The City shall not be responsible for damage to any equipment or personal injuries caused by the Contractor's failure to safely store equipment. e) 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. f) 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 Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk & 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 & 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 fourteen (14) days after the date that Contractor receives the official Notice -to -Proceed. The work shall be substantially completed no later than One Hundred Twenty (120) Days after the date of the Notice -to - Proceed. All work shall be completed no later than Thirty (30) Days after the date of substantial completion. 5) Contract Lump Sum The Contract Sum for the above work is . ... . ..... ... . .... . ... .. .. . ........... . ......... .. ....... . ....... ........................ ..... . ... .. .... .. ... . ......... . . .. .... .. . . ..................................... . ..................... . ........ . .... ... . ....... .......... .. ... ...... ...... . ... 2 (J 7 Sample Contractor Agreern(,.,rd Cdv of Purchasing and Contracts Division . . . . . .. .... ...... ... .. .... ....... ..... .. .. . ............. .................. . ....................... ... t ................................ .......................... .......................... I . . . . .. .. ... .. ..... .... ....... .... .. ........... ......... ..... . .......... 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 completed against defect for a period of one (1) year from the date of completion. In the event that defect occurs during this time, Contractor shall correct any and all defects either by repair, replacement or reaccomplishment as determined by City. In the event such defects, as determined by the CITY, are not properly repaired, replaced or re -accomplished, the CITY shall perform such repairs, replacements or re -accomplishments at the Contractor's risk and cost. Contractor shall be responsible for any damages caused by defect to affected areas or interior of structures. 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. ... . ................... .... .. .............. .... ... ... ... .... .... .... 3 of 7 Sample Contractor Agreement C' f — , , , J'WNV�.JG Purchasing and Contracts Division . . . . ... . . .......... . .. .... . . ........... .......... .. . ...... ......... ........ . .. ...... I...., ... ......... .. I.- ...' .1 .1.11.1 . 11 .... . .. .... . I 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. 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 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) calendar 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 . I .. . ... ............ ........ ... .......... ............... .... ........ .. . . .. ................................... ... ....... .. ... . Yof 7 Sample Contractor Agreement ("It"', ')f Purchasing and Contracts Division . .. .. ........... . ... . . ................. ........ ....................... .. .... .. . . ... .. .. .... .. ..... ... . .. .. . .............................................................................................. ............. ............................................................................. 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. 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. .. .. ........ .... ..... . ......... ...................................... ......... .................. .......................................................... . ....... . ................. ................. . ................. . . . ... . . ....... . .... . . .. . ................. ................... . . . ....... . ................... . .... . ........ 1 5 of 7 Sample Contractor Agreement ..... .... ...... ......... Purchasing and Contrads Division ....................... ...... ..... I ..................... . - ......... ...................... ..... .. .. .. . .1 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 signing by and through its , duly authorized to execute same. CITY OF TAMARAC Joe Schreiber, Mayor Date ATTEST: Jeffrey L. Miller, City Manager Marion Swenson, CIVIC Date: City Clerk Approved as to form and legal sufficiency: Date Mitchell S. Kraft, City Attorney ATTEST: (Corporate Secretary (Signature of President) Type/Print Name of Corporate Secy. Type/Print Name of President (CORPORATE SEAL) Date . ... ..... .... ........... I ...................... .................... .... . .. . .. . . .. ... . . ...... . ..... ...... ...... I ...... ..... 1".. 1.11 "I'll,", I'll I . .................................. . .. . ....... . . ... I'll, I . 6 of 7 Sample Contractor Agre�ernent Purchasing and Contracts Division ... ... ...... . ... . .. ....... ........ .... ........ . . . .. .... ......... . ..... . . .... . ... .. ... . .............. I ........ .. ......... . ....... ........... .......................................................... .................... ........... ..... .... ........ .. CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA: SS COUNTY OF 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 — of a_ 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 9 20_. Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public Personally known to me or F-1 Produced Identification Type of I.D. Produced F1 DID take an oath, or F-1 DID NOT take an oath. . . ... ........ .. . .... ... ..... ..... ........ ................. .......... ... .. .... . ................... ............ . .............................. ............. . ......................................... ................. ...... . ......... . ..... . ............. . .. ........... . . ...... . ............................ . . ....... ............ 11-11--.1-1 - -.1 . ...... . 7 of 7 Sample Contractor Agreement TEMPORARY RESOLUTION 10330 EXHIBIT A ORIGINAL BID SPECS ORIGINAL BID SPECS ARE ON FILE IN THE CITY CLERK'S OFFICE Exhibit B TR #10330 w 0 le CL a z 2 _j W C.) 4 w cm w 0 0 (n _j z CO CD 6 0 0 0 CD c"i 4 L6 6 0 M I- co Nr w C5 z C� w LU V_ #A 4A W 4A L) LLI z 0 a CD 0 0 LLI CD cz CD (D z CD W) LO CD 0 00 cNi cn N cn cy; oo W 4A z _j Ix LU LU Q 0 CD w cm &n LO C4 M a) w co w to eq M 6 06 6 vi co M u r__ fn I 4A 46 LU _j LL� U, z z 4 0 IL 00 2 It LU C*4 M 0 U) *k 4 1 U w LU LU w _j z z z z 14 w w w w UJ LU w w H 0 _j "51c LiRi 115— —51 0 LU LU > cc — w 0 Z Cl) 0 LU 0 w O:i 0 Z 0 w CL z 0 U) Cl) 0 0 F_ I-- U w 11) (n M U) a z C.) LL LL 0 z M w U) F_ a Fa -Bid Tabulai7ion Form I L) city Of iVIS101-1 BID FORM "EXHIBIT 13" TR #10330 BID 04-09B WESTWOOD 24 WATER MAIN RELINING PROJECT Submitted by: kLiluut;l) 4&-SQ#4Nr,-- Date THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 8,gth 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 a-nd submit the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form", 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. page I of 8 City of Tamarac Purchasing and Conti -acts Division BID FORM BID 04-09B (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide Relining of the Westwood 24 Water Mains as follows: The epoxy relining of approximately 4,500 ft of 4-inch water main, approximately 8,000 ft of 6-inch water main, approximately 5,000 ft of 8-inch water main, site restoration and all other incidentals as indicated by the drawings and specifications or as required to properIftomplete the project as planned. I In order to be considered for this project, the vendor must meet the following conditions: Have successfully completed a minimum of four (4) epoxy relining projects of similar size and scope over the past five (3) years. 2. Must be able to document the requested experience referenced in item 1. Upon request, the Contractor Qiall submit verifiable evidence to the City within three (3) days of the City's request. See Schedule of Bid Prices on following pages. Page 2 of 8 City of Taniatac SCHEDULE OF BID PRICES PurchaSing and Contracts Division BID 04-09B We propose to furnish the following in conformity with the bid specifications and at the below bid prices. The bid prices bid 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. ITEM EST'D QTY. UNIT OF MEASURE UNIT PRICE EXTENDED 1 . Furnish all materials, labor and equipment to clean and epoxy line 4-inch nominal diameter cast iron pipe and filtings. 4,500 LF $ 2 9, SC) $ 1--4 2. Furnish all materials, labor and equipment to' clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings. 8,000 LF $ $ 0, C; C', 3. Furnish all materials, labor and equipment to clean and epoxy -line 8-inch nominal diameter cast iron pipe & fittings. 4,500 LF $ 4. Furnish all materials, labor and equipment to construct temporary bypass pjping to enable the cleaning and epoxy lining of pipe. 13,000 LF $ A, V -D $5Z c, t� -D F 5. Furnish all materials, labor and equipment to construct temporary service connections, 1/2-inch through 2-inch. 240 EA $ $ 3 c, C co . cv- 6. Furnish all materials, labor and equipment to construct access openings. LUMP SUM $-I _:��cc,�V, C. 0 $ Page 3 of 8 City of Tamarac (0 Purchasiog and Contracts Division 7. Furnish all labor and equipment to replace 4-inch valves (City to furnish valves and fittings). 13 EA $'_ I - cc $ 8. Furnish all labor and equipment to replace 6-inch valves (City to furnish valves and fittings), 12 EA $2L t. te - 0 0 $3i A0, t 6' 9. Furnish all labor and equipment to replace 8-inch valves (City to furnish valves and fittings). 4 2 EA $'2r,ho. 10. *Mobilization (not to exceed 5% of the total $ value of Items 1 through 9). 1 LUMP SUM $'A eroe . C $ 51 lw-i)c TOTAL BASE BID: $ _Z "ALTERNATES ITEM EST'D CITY. UNIT OF MEASURE UNIT PRICE EXTENDED 1. Furnish all materials, labor and equipment to clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings on NW 83'd Street between NW 100 Terrace and NVV 103 in Westwood 24. 1,300 LF $ $ 0 2. Furnish all materials, labor and equipment to clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings on NW 82 nd Street between NW 101 Avenue and NW 103 Avenue in Westwood 24. 1,100 LF $ Page 4 of 8 of Tan7aiac J& Alternate Items continued Purchasing and Contracts DwIsion 3. Furnish all materials, labor and equipment to clean and epoxy -line 6-inch nominal diameter cast iron pipe and fittings on NW 103 Avenue between Southgate Blvd. and NW 80th Street in Westwood 24. 1,400 LF $ $ L 4. Furnish all materials, labor and equipment to clean and th epoxy -line 4-inch nominal diameter cast iron pipe and fittings on NW 104 Avenue between NW 83 rd Street and NW 103 Avenue in Westwood 24. 4 1 1 950 LF $ ­5 -S $_L!jJ' so I BID CONTINGENCY ITEMS The following contingency pricing should be completed and submitted with the bid. The contingency pricing provided will not be considered in the basis of award. The following items may or may not be required for this project and will be utilized only on an as needed basis. Unbalanced prices may be reason for rejection of your bid. If required, contingency items will be effected by the change order process. 1 . Furnish all labor and equipment to replace approximately 1 0-curb stop (112- inch through 2-inch) s -3 -S-C, - o T,, /EACH 2. Furnish all labor and equipment to construct polyethylene water service pipe (conform to ANSI /AWWA Standard C800-01 and/or C901-02) restoration and all other necessary appurtenances, for the following sizes. (1-2-inch) /L.F. 3. Furnish all labor and equipment to construct corporation stop, AWVVA I.P. thread at inlet and conductive compression connection for CTS O.D. tubing (corporation stop to be provided by OWNER) restoration, and all other necessary appurtenances for the following water service sizes: (1/2-2-inch) /EACH Pa,;e 5 of 8 of Tan7atac Contingency Items continued Puichasing and Contracts Dwision 4. Furnish all labor and equipment to construct ground key angle meter stop, conductive compression for CTS O.D. tubing and 90 degree bend compression connection (angle meter stop and compression connection to be supplied by OWNER), restoration, and all other necessary appurtenances for the following water service sizes: (1/2-2-inch) $—. �tl C � 0 -D /EACH 5. Furnish all labor and equipment to construct stainless steel band, ford style FC202 or approved equal (saddle to bEf provided by OWNER) for 4, 6 and 8- inch water mains, restoration, and all other necessary appurtenances for water services: C"V /EACH 6. Furnish all labor and equipment to construct PVC casing pipe, Schedule 40, under pavement for water service lines (pipe to be supplied by OWNER), restoration, and all other necessary appurtenances, for the following sizes: 1/2"-2" Service @ $ j0 , � C� /L. F. 7. Furnish all materials, labor and equipment to construct access openings due to unanticipated obstructions. -E) /EACH NAME OF BIDDER: J. FLETCHER CREAMER & SON INC. * The Mobilization cap is not a matter of responsiveness. It is only an instruction as to how much the City will allow specific for Mobilization. Any amount entered in excess of 5% for bid Item No. 10, will be placed in bid Item No. 1 and therefore will not change the total price bid, "Determination of Award: Except where City exercises the right reserved herein to reject any or all bids and subject to the restrictions stated hereinabove, the Contract shall be awarded by City to the responsible Bidder who has submitted either the lowest responsive base bid, or the lowest responsive base bid including such Alternates as City determines to be in its own best interests. Page 6 of 8 City of Tan7arac e Purchasing and Contracts Division 1:11DWSIZIN BID 04-09B (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 term& of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. 1. FLETCHER CREAMER & SON INC. 0 Company Name Address City, State, ZIP a 6 0 0 1 � �, (':w Contractor's License Number / 7 Resident Typed/Printed Name ()Lie L- os,-K 7 Telephone & Fax N4mber ,; I - 6) 6 5, C) --; q Federal Tax ID# Page 7 of 8 City of Tamarac Purchasing and Contracts Division BID FORM BID 04-09B (continued) Bidder'sName: J. FLETCHER CFjEA1V1ER & SON INC. TERMS: Net 0 DAYS or A) (Pr % discount within days Delivery/completion: 150 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) whX 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 8 of 8 City of Tamarac Purchasina & Conti -acts 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(l) 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 El If "Other", Explain: thorized Signature Title PARTNERSHIP CORPORATION 2"'OTHER J. FLETCHER CREAMER & SON INC. Company Name Address City State Zip a'(5m4 Sod, C L-) m Email address of Contact Person C, Name (Printed Or Typed) ,,21- C) � �2 yo _2 1 Federal Employer I.D./Social Security No. 0 J Wet cfi� C) Telephone (,z o () 1-W, o ?7 Fax Number A - A � % i Contact Person Page I of 1 Cerlificabon J. FLETCHER CREAMER 9 SON, INC. December 17, 200") The Board of Directors, of J. Fletcher Creamer & Son, Inc., having met at a special meeting on December 1, 2003, a4 all Directors being in attendance at the meeting, the following resolution was unanimously adopted: BE IT RESOLVED that J. Fletcher Creamer, Jr. President of this Corporation has been aUthorized for and on behalf of and in the name of this Corporation to sign and submit all Bid and Contract documents on behalf of this Corporation. I, Juergen R. Hotheinz, Assistant Corporate Secretary of J. FLETCHER CREAMER & SON, INC. hereby certify that the foregoing resolution has been duly and regularly adopted by the Board of Directors. Ju n JZ. Hofheinz, Assistant Corpora�jecretary 7'�e Corporate Seal Swom to me this 17"' day of December 2003 N�tarjP�blic RAFFAELLA qVjA NOTARY PUBUP, STATE OF NEW je;MW WC0MNUSS1ONEME$MnA2W 10 # 2292025 P City of Tom& aC CERTIFIED RESOLUTION Puichasing & Contiacts Division (Name), the ry .16. L o_1 ,, i trf%rr%r%rate Title), a . c duly elected Secretary of I orporation organized and existing under the laws of the State of_��. :1 TT04 do hereby certify that the following Resolution was unanimously adopted and passagJ 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 R SOLV D THAT jZ�, J_Qj�c�� (Name)", the duly elected ... L�AJ (Title of Officer) of Title) be and is hereby authorized to execute bnd 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 signeq 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 � Given under my hand and the Seal of the said corporation this (SEAL) NOTE: 0 20_� :73 eyretaryS By: _;pretary -7 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, Page I of 1 Cettified PeSolli0on i IL City of TaMW.9C 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 Submitted By: Name: Address City, State, Zip Telephone No. Fax No. J. FLETCHER CREAMER &SON INC. 4 71 .... .. .. --- o 7 Check One [��Corporation Partnership Individual Other 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: J. FLETCHER CREAMER & SON INC. The address of the principal place of business is: 76 0 2. If Offeror is a corporation, answer the following: Date of Incorporation: /421, State of Incorporz President's name Vice President's r Secretary's name: Treasurer's name: IM 4 4 tLA)- Name and address Resident Agent: 1 of 5 Offeror's Qualification Statement City of Tamaiac Purchasing & Contracts Division 3. 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: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals- 1 10 5, If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. �) I, P-, 6. How many years has yout organization been in business under its present business name? a) Under what other form . names has your organization operated? I L"=S� - I 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. 8, Have you personally inspected the site of the proposed work? [� YES F-1 NO 9. Do you have a complete set of documents, including drawings and addenda? [�YES F-1 NO 10, Did you attend the Pre -Proposal Conference if any such conference was held? F7, YES NO 2 of 5 Offerors Ouafi,"�cation Statemont of TaMarac Puichasing & Contiacts DwIsion 11 - Have you ever failed to complete any work awarded to you? If so, state when, where and why: 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), 6 14. State the name of the individual who will have personal supervision of the work: 2 LLiJ A;-&4 , L' C I (j V 15. State the name and address of attorney, if any, for the business of the Offeror: flA 6Uk- _ - ,� U..d 0 ( 1� Pil 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: 3 of 5 Offerors Qualificatlon Statement J. FLITHIR CREAMER 9 SON, INC. COMPANY OFFICERS & HOME ADDR-ESSES J. Fletcher Creamer, CEO* 216 Bears Wood Road Chief Executive Officer Park Ridge, NJ 07656 **39.7727% J. Fletcher Creamer, Jr.* 60 Anona Drive President Upper Saddle River, NJ 07458 **32.7617% Glenn L. Creamer* 175 Chestnut Ridge Road Executive Vice Saddle River, NJ 07458 President" 10.8402% Dale A. Creamer* 426 Airmount Avenue Vice President/Assistant Ramsey, NJ 07446 Treasurer" 10.8402% George Kreis 47 Mill Road Vice President of Operation s Woodcliff Lake, NJ 07675 Jeff Michelini 7220 Gitchens Avenue Assistant Secretary Pennsauken, NJ 08109 Brad R. Jorrey RD #2, Box 755, Bail Bull Road Vice -President -Heavy Middletown, NY 10940 Construction Joseph T. Walsh 23 Winding Brook Way Vice President -Utilities Shrewsbury, NJ 07702 Andrew C. Wood 40 Sheffield Road Chief Financial Officer Summit, NJ 07901 John L. Martin 3 Newark Avenue Treasurer Westwood, NJ 07675 Estelle R. Marafino 41 Van Orden Road Corporate Secretary Harrington Park, NJ 07640 0 Juergen R. Hofheinz 250 Kipp Avenue Assistant Secretary Hasbrouck Heights, NJ 0604 Incorporated Under The Laws of the State of New Jersey June 16, 1954 *Board of Directors "These individuals own 10% or more of the stock of J. Fletcher Creamer & Son, Inc. C) LO LO (D N 0 t-- C: co >- �; 0 =1 Z 0 0 cr Z -Z LO > U) - o , C CU C) _j C� c > C 0 > 0 0 _; CD 03 2 (D cu CL E 0 ca C: > cl) m cu —J L: -C — :�� :5 0. U) .r- to 0- r� co 0- CO 0 -0 'd 0 c C� ca a) E > Z -C < 00 CO — C- -'Z = C:) T — " 'r LO ca cu M CL 0 -0 a) '�6 LC) > 0 cm cn J. FLETCHER CREAMER 9 SON, INC. COMPANY OFFICERS Chief Executive Officer: President: t Execun,v'e 'v ice Presideilt. Safety Director: COMPANY RESUME J. Fletcher Creamer Heavy Construction EXPERIENCE: 52 Years J. Fletcher Creamer, Jr. Fairleigh Dickinson University Utility and Heavy Construction EXPERIENCE: 31 Years Uleim L. Crcamer Bergen County Community College All Phases of Construction, Underground and Utilities EXPERIENCE: 25 Years Vice President: Dale A. Creamer Fairleigh Dickinson University All Phases of Cleaning and Cement Lining All Phases of Heavy Construction EXPERIENCE: 22 Years Vice President- Op erati ons: Vice President -Heavy Construction: Vice President- Uti I ities: George Krels State University of New York, Delhi All Phases of Management Operations for Construction, Underground, Utilities and Sewers EXPERIENCE: 31 Years Brad R. Jorrey Cornell University, B.S.C.E. Project Manager, Estimating, Heavy Highway, Site Work, Bridges, Etc. EXPERIENCE: 24 Years Joseph T. Walsh Northeastern University, Boston, MA., B.S.C.E., All Phases of Heavy Construction and Utilities EXPERIENCE: 22 Years J. RETUIR CREAM 9 SON, INC. Treasurer: Chief Financial Officer: Safety Coordinator: ADMINISTRATIVE: Corporate Counsel: Manager of Business Development: Estimators: John Martin, C.P.A., B.S. Fairleigh Dickinson University EXPERIENCE: 35 Years Andrew Wood, P.E. Newark College of Engineering, NJ Heavy Highway, Site Work, Bridges EXPERIENCE: 16 Years Lucky D. Abernathy All Phases of Construction Safety/OSHA, Regulation Compliance EXPERIENCE: 20 Years Richard D. McLaughlin New York University Rutgers Law School EXPERIENCE: 28 Years Frank Esposito Transition from foreman to superintendent to present position. All phases of utility construction. EXPERIENCE: 26 Years Vincent A. Valentim Fairleigh Dickinson University All Phases of Water and Sewer Work Transmissions and Treatment Plants EXPERIENCE: 21 Years Theodore Paliwoda New Jersey Institute of Technology, B.S. Environmental Engineering 'D All Phases of Underground Utilities EXPERIENCE: 19 Years Peter Mastrola New Jersey Institute of Technology B. S. C. E., P. E. All Phases of Heavy, Highway, Site Work, Marine and Utility Construction EXPERIENCE: 23 Years 2 J. fLITHER CREAMER 9 SON, INC. Christopher Leonard Orange County Community College All Phase of Heavy, Highway Construction EXPER1ENCE: 18 Years Dominick Genan'o New Jersey Institute of Technology, B.S.C.E., All Phases of Utility and Heavy Construction EXPERIENCE- 19 Years Lee Hollerbach University of Bridgeport, CT, B.S. All Phases of Underground Utilities and Cleaning/Cement Lining, of Water Mains EXPERIENCE: 21 Years Ralph Stowell Drexel University, B.S.B.A. All Phases of Underground Utilities and Cleaning/Cement Lining of Water Mains EXPERIENCE: 38 Years Terrell Maroney University of Texas, Dallas, B.S. All Phases of Underground Utilities EXPERIENCE: 23 Years John Solis University of California, Los Angeles, B.S. Cleaning and Cement Lining of Water Mains EXPERIENCE: 3 Years Maryland Area Manager: Fred Wussow Manhattan College, NY, B.S.C.E. Polytechnical Institute, NY, M.S. All Phases Heavy Construction, Bridges, Remedial Hazardous Waste and Utility Work EXPERIENCE: 32 Years West Coast Area Manager: George Mallakis California State University, B.S.C.E. Pepperdine University, M.B.A. Consulting, Designing and Managing EXPERIENCE: 16 Years J. RETCH[R CREAMER 9 SON, INC. Office Engineers: Project Manager: Mike Novak Bucknell University, B.S.C.E. All Phases of Heavy, Highway, and Site Work Construction EXPERIENCE: 29 Years Michael Kester Rutgers University, B,S.C.E. All Phases of Heavy and Highway Construction. Participated in JFC intern program. EXPERIENCE: 6 Years Nelson Stone Rochester Institute of Technology, BSCET All Phases of Heavy Construction EXPERIENCE: I I Years Ronald Sheurs, P.E., P.P. Newark College of Engineering, NJ Heavy Highway, Site Work, Bridges EXPERIENCE: 22 Years Randy Goff United States Military Academy, BS All Phases of Heavy Construction EXPERIENCE: 23 Years Randy Mable Rensslelear Ploytechnic Institute, BS Troy, NY All Phases of Heavy Construction EXPERIENCE: 10 Years Andrew Vena New Jersey Institute of Technology, B.S.C.E.T., All phases of underground utility construction EXPERIENCE: 24 Years John Dugan Fairleigh Dickinson University All Phases of Cleaning and Cement Lining of Water Mains And Pipeline Rehabilitation EXPERIENCE: 17 Years 4 J. fLETCHIR CREAMER 9 SON, INC. t Scott Donadio Drexel University, B.S.C.E. Utility and Heavy Construction EXPERIENCE: 7 Years Jorge Pires Oversees company's coast to coast fiber installation operation. Implements training program; expands his fiber education through seminars. EXPERIENCE: 18 Years Anthony Suppa All phases of Heavy, Highway and site I work construction. Emphasis on signage and gUlderall. EXPERIENCE: 32 Years Superintendents: Lon Burd All Phases of Heavy, Highway and Site Work Construction EXPERIENCE: 32 Years Ralph DeNicola St. Francis University, PA All Phases Excavation, Foundation and Rock Blasting EXPERIENCE: 37 Years Robert Flock: Mon-mounth College, NJ All Phases of Heavy Highway Construction and Underground Utilities 0 Experience 33 Years Kurt Grotheer Rutgers University, B.S.C.E. All Phases of Heavy Construction and Site Work EXPERIENCE. 15 Years Thomas Novembre Concrete Structures and Industrial Construction EXPERIENCE: 46 Years 5 J, fL[TCfl[R CREAMER 9 SON, INC. of Gerald Santoro Orange County Community College All Phases of Heavy Construction And Bridge Work EXPERIENCE: 21 Years John Kiernan Wentworth Institute, B.S. All Phases of Utility and Heavy Construction, Building, Construction Technology EXPERIENCE: 14 Years John Smestad Piles, Sheeting, Pile/Pier Caps, Concrete Form Work, Struts, Wales, Shoring Systems EXPERIENCE: 26 Years Christopher Stumpf University of Miami, FL All Phases Heavy Construction, Site Work, Underground and Utilities EXPERIENCE: 27 Years Rafael Abundez Cleaning and Cement Lining of Water Mains EXPERIENCE: 17 Years Humber -to Bobadilla Cleaning and Cement Lining of Water Mains EXPERIENCE: 13 Years Domingos Sousa Works closely with Jorge Pires on fiber pr jects. Has been involved in many high 01 profile builds. EXPERIENCE: 16 Years Scott Vickery Instrumental in the Maryland Area developing crews to company standards. EXPERIENCE: 17 Years 6 J. fL[TCH[R CREAMER 9 SON, INC. Robert Walsh Has been involved in a variety of fiber builds for the company throughout the country. EXPERIENCE: 15 Years Chris Mabie University of Scranton, B.S. All Phases of Underground Utility Construction EXPERIENCE: 4 Years Albino Oliveira Has been involved in several high profile builds throughout the country - In EXPERIENCE: 20 Years Keith Kology All Phases of Underground Utilities; Emphasis on Gas Installation. EXPERIENCE: 18 Years Jack Hanley Oversees Company's Gas Blankets. Multi - Certified in Gas; Experienced In All Phases of Utility Work. EXPERIENCE: 23 Years Edward Long All Phases of Electrical and Fiber Construction. EXPERIENCE: 50 Years Kevin McGovern University of Denver, B.S.B.A. All Phases of Underground Utilities and Cleaning/Lining of Water Mains. EXPERIENCE: 25 Years Antonio Nogueira All Phases of Underground Utility Construction. EXPERIENCE: 42 Years 7 J. f LETCHER CREAMER 9 SON, INC. William Wyrovsky All Phases of Underground Utility Construction. EXPERIENCE: 42 Years Tom Abate Guide Rail, Signage, Heavy Construction EXPERIENCE: 31 Years Frank Lombardi Newark College of Engineering/ Ocean County College Building Construction/Engineering Heavy Construction EXPERIENCE: 37 Years Russell Manel Spring Garden College Guide Rail, Signage EXPERIENCE: 8 Years Clifford Padgett All Phases of Construction Relating to Cement Lining of Pipe EXPERIENCE: 41 Years Don Allen University of Aubum, B.S. Cleaning and Cement Lining of Water Mains EXPERIENCE: 17 Years Ken Allen Cleaning and Cement Lining of Water Mains EXPERIENCE: 40 Years Chuck Buda Cleaning and Cement Lining of Water Mains EXPERIENCE: 24 Years Joe Campos All Phases of Underground Utilities and Cleaning and Cement Lining of Water Mains and Seats EXPERIENCE: 35 Years 8 J. FLITHER CRIAMER 9 GON, INC. Rick DeNicola State University NY A.S.C.E. All Phases of Underground I.Ttilities and Cleaning and Cement Lining of Water Mains EXPERIENCE: 13 Years Al Heirribach Cleaning and Cement Lining of Water Mains EXPFRIENCC. 26 Ye4rs Frank Hunt DesigrL/Fabricatioi-vinstailation of' Pipe Seals EXPERIENCE: 25 Years Assistant Secretary/EnIgineer: Jeff Michelin] Fairleiah Dickinson University B.S.C.E.T. All Phases of Heavy Construction Guide Rail, Signage EXPERIENCE: 12 Years J. FLETC0 CREAM 9 SON, INC. COMPANY OFFICERS & HOME ADDRESSES J. Fletcher Crearner, CEO* 2) 16 Bears Wood Road Park Ridge, NJ 07656 Chief Executive Officer **39.7727% J. Fletcher Creamer, Jr.* 60 Anona Drive President Upper Saddle River, NJ 07458 **32.7617% Glenn L. Creamer* 175 Ches�nut Ridge Road Executive Vice Saddle River, NJ 07458 President" 10.8402% Dale A. Crearner* 426 Ainnount Avenue Vice President/Assistant Ramsey, NJ 07446 Treasurer" 10.8402% George Kreis 47 Mill Road Vice President of Operations Woodcliff Lake, NJ 07675 Jeff Michelini 7220 Gitchens Avenue Assistant Secretary Pennsauken, NJ 08109 Brad R. Jorrey RD #2, Box 755, Bart Bull Road Vice -President -Heavy Middletown, NY 10940 Construction Joseph T. Walsh 23 Winding Brook Way Vice President- Utilities Shrewsbury, NJ 07702 Andrew C. Wood 40 Sheffield Road Chief Financial Officer Summit, NJ 07901 John L. Mai -tin 3 Newark Avenue Treasurer Westwood, NJ 07675 Estelle R. Marafino 41 Van Orden Road Corporate Secretary Harrington Park, NJ 07640 Juergen R. Hotheinz 250 Kipp Avenue Assistant Secretary Hasbrouck Heights, NJ 0604 Incorporated Under The Laws of the State of New Jersey June 16, 1954 *Board of Directors "These individuals own 10% or more of the stock of J. Fletcher Creamer & Son, Inc. J. fLETCHER CREAMER 9 SON, INC. Response to Question 17 The Principals of J. Fletcher Creamer & Son, Inc. are connected, by common ownerhsip, with the companies shown below: CREAMER ENVIRONMENTAL, INC- CREAM RIDGE CONSTRUCTION CO., INC. CREAMER ENGINEERING ASSOC., LLC of Tamatac — t & Contracts DivIsfon 18. State the name of Surety Company which will be providing the bond, and name and address of agent: .. . ... ... .. ­­.­­.­ ... . .... . .... . ... . 19. Bank References: Bank Address Au_ I 20. 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. 21. State the name of th firm preparing the financial statement and date tPereof: . �� C 0 LV.. 6-u,� �- ( 7, f -U-IL 22. Is this financial statement for the identical organization named on page one? [�IYES 0 NO ?3. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). 4 of 5 (5fferOl-s �Qualifcaton Statemet J. f LITCHER CRIAMIR 9 SON, INC. BANK REFERENCE WACHOVIA BANK, N.A. COMMERCIAL BANKING - NJ3179 190 RIVER ROAD, 2 nd FLOOR SUMMIT, NJ 07901 ROBERTE - BOGOSIAN, VICE PRESIDENT (908) 598-3867 4 SURETY COMPANY SAFECO INSURANCE COMPANY OF AMERICA 1200 MacARTHUR BLVD. MAHWAH, NJ 07430 SCOTT KUZMIC (732) 574-9888 xl 16 BROWN & BROWN METRO 67 WALNUT AVENUE CLARK, NJ 07066 SCOTT KUZMIC (732) 574-9888 x116 BONDING AGENT INSURANCE AGENT WILLIS CORROON CONSTRUCTION SERVICES 242 OLD NEW BRUNSWICK ROAD PISCATAWAY, NJ 08854 JOAN BAHRET (732) 562-0200 '/Y Of T�In7afaC DIVISion ie Offeror acknowledges and understands that the information contained in response this Qualification Statement shall be relied upon by owner in awarding the contract ,d such information is warranted by Offeror to be true. The discovery of any Omission misstatement that materially affects the Offeror's qualifications to perform under the ntract shall cause the owner to reject the Proposal, and if after the award, to cancel d terminate the award and/orcontract, tu're Preside t ACKNOWLEDGEMFNT OFFEROWS QUALIFICATION STATEMENT e of 'ity of 'is the qtl- day of t 4� -120 ndersigned Notary Public of t W-3—, before me, he State ofv- UUTTE0, J ( : 4 per;dnally appeared ............................ ri. (Name(s) of indivi, ,�V wnO appeared befb4-n—otary) ? name(s) is/are Subscribed to wledge that he/she/they executed it. and within the instrument, and he/she/they "SS my hand and Official seal. NOTA P Ry PUBLIC I STA STATE DF OFFICE: RAFFAELLA 13ELLINI E k NOTARY PUBLIC STATE OF NEW jMEy (Name of Notary Public: Print My COMMISS1ON EXPIRES SEK 4 2W7 Stamp, or Type as COmmissioned)p 10 # 2.292025 U/Personally known to me or 0 Produced identificati�n: (Type of 11—en—lificatio—n —Produced) Cr/DID take an oath, or 1� DID NOT take an oath C- ,n r- M -1 0 X M X 0 X M M X 0 z 0 5 of 5 Offeror's QL�a-l—,flcatjo,� —Stat7o— ,,le,lt r-11Y of Tirnaiac Puichasing & Contracts DivIsion NON -COLLUSIVE AFFIDAVIT State of County of L e12 )ss. being first duly sworn, deposis 1. Vd)she is the Al C_tl (Owner, Partner, Qfficer, e _Azl� epresentative o4rgent) of Ldcq -�w the Offeror that has submitted the attached Prop4sal; 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 OfferOF, 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. 'igned, s led and delivered in the presence of: '9 d, s Vitnes Vitness BY r:Tr, HIA E R C R E President Printed Name Fitle rL. -n r- M M M M M 90 0 0 I of 2 Non-CoPusive Aff0ava Ci'tY of Tamarac ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT Aj Q'L � State of Fjoride County of Purchasil?g & ContiaCfs Division On this t e t f7 day of before me, the undersigned Notary Public of the State df Refill -a, personally appeared k E�.0 _�� 4� �AA (Niates_)_of_�indiv re notary) and whose name(sos are Subscribed to W*ithin the instrument, an06e/she/they acknowledge thatEe)she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC N 0 4TA __P_ SEAL OF OFFICE: 4 RAFFAELLA BELLINI NOTARY PUBLIC STATE OF NEW JERSEY My COMMISSION EXOIRES SEPT 2A 2007 10 # 2292025 kti- L, b e I (Name of Notary Public: Pr�_nt, Stamp, or Type as Commissioned) 0/1�ersonally known to me, or 0 Produced identification. (Type of Identification Produced) 0 DID take an oath, or 0 DID NOT take an oath 2 of 2 Non - Collusive A ffiJa �, /j, of Tamarac VENDOR DRUG -FREE WORKPLACE PufCh,?s11)g & 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: IDENTIC kL TI E.13IDS - 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 processirfg 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. 2. Inform employees about the dangers of drug abuse in the workplace, the business's Policy of main#taining 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 i 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, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of/this sectionA,s the person authorized to sign the statement, I 1p [lilies certify that,thi fdrm-eorr y with the above requirements. I C-1 LTfp%UCD rOCARAED &LS.QB_LN G thorized Signature Company Name jm_ I of i Drug -Flee Wotkplace City of Tamarac t PurChasing & Contracts Division REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax ... ......... ....... ... .... .......... ... . ...... . Agency/Firm Name - Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip 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 - --- -------- I of 2 Bid Bond UD cl r- 0 -4 r- C) ?'J - (A -4 m -4 -;- 0 M 0 to cn 0 I'j ca W cb z L. to 0 -4 N (D -4 -0 C3 > c ha W -4 (n 0 — to 0 T W (n 2. m CZ 2: (A -u 3 rn X :3 C) cr 0 A) =r L- to 0 Z fD 0 Lq w , r- 0 1 Ul 0 K — pi w 2: CA . 2) =. W 0 W 0 4, ;p :9 0 >c 79 cr 0 0 = z W m — M ou CL co Cl IL z X -4 tn CD -1 =r C.) " ;; > C) M m X 4, 0 0 z m 0= 0 > co El CD cc =r 0 z L. M N M C) 4 > a) m CD B C- o CU W N 0) " - 0 " (D fD 0 " = M m 0 (D ca < C� > W Q V) Cc (n w 0 co -4 m a CD j. (D 7 < CD (D to 9 ca C� C* < c 3 0 C� (D to (D (0 (D 0 0 CD 0 X co F 0 0 tn CD w M oo 0 < to (A M tj R (D -n 0 0 m to C! 0 m in 0 m 0 M 0 M m ;o X CD 'a CL @ T 0 Cn 0 =r 0 CL (D 0 m m 0 -n F LA 0 M z co 3 0 m M. 9 0 to 0 M M S M m 0 CD w 9 m 90 fo Z; a m 3 0 cn cu M. 0 0 — 0 0 z to :3 CL z 0 m su CD 03 0 CA to co 0 0 w 0 0 3 ca m CD c > fu t m 0 0 a su 3 z cn > z C- in > 0 z -4 z W al co K) 0 00 !0 N.) w -4 to to C� Cl C� C) Cl < �7t x co -n ca cm w La C� �j %U W C.) ;r CL -4 r- m L-� co (A cn -n w o3 Ln -- -U = Co jh� < co (7) tu (A i r- C) co 46 CL C) r1l o o C: co a c- 0 Ln 0 W 0 o C) (D (o W CD Ln M M Z� -4 0 , CL 0, g w 0 - N 0 0 w - Ln M Zo (a Ln 7- m w (D eD CL W 0 W =r 17 0 0 :3 o 2- in Z 3 , - CL 0 0 M W z =r - �< > m tn Z M C- Z (A (D C) I = L cD CD C) X a 0, . X 0 < (D 3 > < cr 0 > T Co ET m CD 9 , 3 CD M -4 0 r- Z to u 0 m fD m al CL to w n N cu 0 " 0) CL 0 (o r- -4 CD W M ci -4 D w C- Q) 0 Z;- a) 01 m co c (n ev w N w = 0 =r m en 4 CL CD s. m C-w 0 CD C) 03 K) K) = m C) C) 0 4 C/) to 0 n w EL N 0 r_ '0 0 rr 0 (D CA 0 ca n X X E 0 CD m C) 0 z 0 x 4�- (D < m 0 0 m CA C') X 0 C-) 0 m M ;Q 90 o M 00 0 CD 0 0 C� M m to W 0 CD Z > W 0 (A 0 CD CD 0 M X 0 r- 0 0 0 F. n 0 m m 0 (n 21 C-) 0 3 0 0 CA CL Q) 0 m < ca ca z 0 0 (n 0 7.: CD CD =r 0 0 0 CL ca w C') > r- 0 0 0 0 0 m CL a z m m 0 0 CA z > z z > c C— 4A 4A 4A 4A 4A 0 0 Cb Z Pl Ln (D Ln ;o 0 P4 CQ -4 UD (A co PIJ -4 Cl 4 -4 N.) (A 0 Cl -4 ID to CD Cl 4D C� ID co a C) cn CP Cl CDP CD C� 00 Cl) z 0 m V -4 2 G; -a 0 T X s C� w �o im m �4 w 0 M -4 x 0 C� CD 0 0 C� w C* > 6 w w C cc Co 0 M M co 40� -4 m co z L4 Ln �o CO m 0 &T m co 5� 44 0 co (A x - , CY) cr v * !I = 4� - w -4 6c (n cD C� 0 0 0 to 0 a m < :E = 0 7 3 C) x r- " m P CD g 21 = (D 0 m m 79 z 'o U2 0 0 C) z ;u > 0 m M 7 0 0 cu -0 c a z m z 0 Lj CD > z CD > o 3 X 7 co < > cr 10 en 5 to > 0 u:l 'r m 0 <D Z co 0 a N) Ir co m (JD :T 0 C3 N 0 ta w m 0 cn C) P'.1 -0 rL z 0 0 m m ai c (D W rL I CL m z U) (3 C) m -4 — CL m 0 13 :;, co c Ir P. cr (n 0 o 0 m cu z cn w cn gu T a (n r- L.) CL w 0 m = < rL (n C*- cr -C� 0 0 ol 0 r- 0 ED 0 = 70 (A fu x (D -n 0 eD r- m 0 M �7- X ol CL 0 CL CL 0 (D a) < Q M m CO = m (n 0 0 0 0 0 m M X L 0 fm Li (D < fD 3 fo - F� 3 (D -a CL < CL C: n 0 M SU fl) w (A 19 0 C') cu cn m m CD 'n c CD 0 (A (D B CL (n CD CL z 0 0 0 Z x 0 0 to z 0 -n (D 3 < 0 N C;) (D 0 0 C') L11- T (n 0 (A CD 0 Ln lu 3 ni 2" 0 z < co o Z Z 0 z > EA > 404 tf� 6* 4A 4^ 0 .50 PO z Ln 4� -4 W Ili 03 co 0 L.) > C;) co hi a 0 �4 Cp 0 C) 0 CD 6 C� z z z m z m C— 0 m m z m m 0 m m 0 -n m X > X > --4 X 0 > M cn N m = Ca CL X m (n (D CL Ic", -1 1 4 -4 W m > 'a CL !: M 3 m A - ca -4 m "D Z; Lri CA C') Ca m 0 Ca CL (.n z 0 m Ln rr m to to M m 'a 0 < 0 w 0 w 0 0 -0 0 0 z CL 0 3: > 0 (n r- — z (A cu co Z 0 eD X * m R 0 0 x M C — (h C cr z 0 < 0 w to I — 0 0 r-L 0 0 0 z 7r 0 0 ID -0 ;u (A (1) m — m w m 0 N Pj :E u -4 co ;a o z X 0 > Q -4 z -0 ;a 0 z I 0 z n z 'D -n z Z M CA z r- ca 0 0 0 'u � " — o C - > o 'n Z r- 0 c- -4 M ;u ;u > m — w C-) co 4 M C'D -4 o -4 4 (A -< L- --1 �; ;o > > CO < 0' CD Z 00 < > Z --1 co X Ga E > o ET to > -4 4A W N (n m ;a 4j co C: -4 Ul X -P, N cl cp c CD -4 0 -4 -j E- -0 M -4 w C-) 0 C. (D Ul 0 0 UI 0 C4 z CA C) 0� CD > b -4 X CD cn CD 0 0 z z X. n LA 7 0 n hft t (n a m 03 Q (ft 0 2) < CL un a) mi -n CL 0 < (D M 0 CD rn < m =r CD 0 'a ;o CD = M a: LO w -0 CL — Q 'a CD U cn 0 m 0 CA w 0 to - n C�j ;u — -V 0 to 0 iv C) =7 Cl 99 m m 0 CA :E CL C c m (D 0 X > m a -1 CL 0 CD z -n 0 -n (v U2 cn M ;o 0 r- C) 90 c O� 90 m CL 0 7 90 U) a (n CD 0 0 Q) m z > CD CA 0 U) z w 0 > cn CL tj < 0 X 0 z M m < cn C) 0 90 0 (A Cc z CA 0 2. C- r_ -1 m 0 o 0 CL Q co L', CD 0 cr �L 0 w X w 0 c o m 0 o (D C) X -0 p 0 to 0 pr ::r cn > CD 0 eD 9j U) m 0 mi z 90 Z L. (M C) = to rm 0 w 0 0 Z t Cl) to 99 co 0 CL 2r > ol z M 0 > 0 pr 0 z 0 4A 6ft 4b* 6* fA C) �j 0 -4 co p ca (A to a* -4 -4 -4 UD C) 0 Cl Cl 0 -4 0 �4 Z k C* C') co :P� ID 4D Ajo z z m C) a) L m z m .16 (D :1 k 7 '. o o CD ;u 0 0 M 03 " ;o n- 0 -4 M CL — Lr, o rn a) o su -n z 0 < W CD Co z M ID 0* rl o co c w > CD cl, C13 w 0 --1 -4 -4 M 0 M 0— 0 En m 0 m m tj a m = 0 < ;u W X 0 (D to M 0 CL M 0 m U2 90 to — - = r = o (D 0 o - c 0 ;a (A FL 0 C—D m - M 0 = - -n Z -0 eD z 0 ZD C) 3 Z -j x 0 Z M Co Z > m z to to o z 6.7 — -0 c cl 0 C rL r- -G Z 0 X 0 cl, — (D to C, m T (n tc,�'� > m Z 7% — to - m E. m CD w cn r tj (D Co -4 z > Lj -4 0 C, C;) Co (D co U) hi < 0 , z CT) fD 4�- a, 0 CD m w 00 L, ID M C) M C.n :5 a -4 -4 co CD E5 co 0 co w hi o J6 m 4 m c po to C"L co 00 m C) 8* C) PQ -4 F co C� to A6 m w M m 0 C) co K.) C) r- M C� r- 0 m 0 CD CD m (A -n a) P —I r- o m Ul -1 0 -n 0 90 C) (D C.) m (n C-) 0 m CD o 3 -n ;u 3 to ic X -4 fu "a 0 CD cu cn m m EA 0 0 > CD -n E 3 0 0 M z m 0 ou < ;a 0 0 m 0 z cn CL T 0 0 z z 90 90 3 0 cn > 0 > cu F CD I * x CL 0 M CL C') 2. f, M (n < M 0 a cn > x 2) 20 r- to 0 M 0 to Cl) < M (D l< 0 z o 0 (A X 0 M o < 0 S -4 0. C) 0 o 0 CD > to 0 0 0 (1) 9 0 C) z z z z cr 4-. 0 X C- M f- 0 > 0 CD a (D 20 (D 0 (D r- (D 3 z > R 4yq 64 IA #.A 4A Z UD to C71 4= C) AN. 91 0 C� r-I z m T m 0 > z 0 > m 0 > C 0 Z ;u 71 0 M m th m -4 r- 03 Ln m IQ o ai 0 (n m 0 -0 m m < 0 G* 0 m o 3 3: 0 0 (D al z ID > (a —i ET = 0 > C-D rL 0 C') cn (D C) �r N > z * (D w 0 > m 3 —1 U -3 X' M r- m rn rL o rh* > cr z cn -0 0 0 (0 -n Z Z 0 0 0 m ffi o -V (D m m N M 0 CL w —4 M Mi CD M* < w 0 w c M F = K - in (,D m . C) 20 5- 3 0 0 0 m o > cn (n > Z > 0 -n CA = 0 > ?r 0 z S , < n (M - CL M - D 0 M z C- w z = 0 -4 Z > 0 CO CD C- 0 O'c M M > CU 0 C- 0 to c� = CO > 0 > :E C; > (D ;a Z -C m > Z� o E �;; Co > �;; -4 < Z 10 �o (n go w q K -1 M r- -4 M ;u M -4 Z 0 (M CD z (o N m -4 C, C) w c� Al, -4 m 0 z co 0 0 -0 (7) C- (D -0 CD 10 E- m 0) C? 1-11 'ZI cn to r- 'tj coo 0, > -4 M C) T N m m NJ T m > w -j 0. -4 PO (n 01 z 0 -4 m Cl --i C� C, ju CA M up m CA LTI M cn CD CD --f -4 m Cl M > z m -i 0 K) C) m Zk -Ln x 0 -M (D w < C7 0 r M CD ol 0 ;u ID 5 (D CD C) 0 2) cu 3 CL C3 r- w fm X In " -o 6 m z V m 0 ca ca (D 0 CL (D 5� 0 tj (A =r 0 > rCQ 11 �; CD CL m 0 Im < :u 0 0 W ul DI (A (D M. 0 0 w aw < W < CD 0 (A (D X 0) 0 CD r- (7 :; M o , 0 Lo > 0 En 0 (D 0 3 c 0 0 w 0 0 Q 0 m 0 CD 0 m — cn 0 jF CL 0 0 (Dw to tt 9 0 m 0 O;r w m Z z :3 0 cc > CL > cn En 5 sy CL X, CL > IA 61t 4A bn 4A 4A 0 0 w 4 w CD 00 P C.n co > 0 N Ul UD co (n eft co a) R 9 74 p p C) im Q 0 0 C) n 0 (D C) -4 X U) C: > m > > R: z K m = 0 0 'D C) Lro 0 im =r M Ir C) CA 0 m 0 z (A CD z Gj z (n co (D 0 Z m to a -4 (D 0 in 0 co 0 Co , co -f 0 I �4 cD -n E' > M >-A 0 > L-) ID , (*) cn 0 cn (p CL IS C NJ W a .0 -V 0 X C-) cr w 03 w (o m 0 to > = " c 3 0 z cn 0 < 0 Ju cm 0 fD 'JE 0 jFL P 0 < X 0 m M ID -0 ;a w -V :3 W z ;� m co 0 3 z m (b X, 0 m 0 (n (n 0 , < z rL 15 c— m 0 w c " , -D mn Z " > z m CD -4 -0 to o r- > E� C, -4 N :, z 0 0 C— Z m > 0 tj (Z z C- U) M 0 =r 0 X CD M tu :3 -0 = -4 " W C) = F) -:4 C42 > -= --4 -4 M W C� to cD 'D M -4 -0 0 0 C4 U o -j C" C) -4 0 CO C, m CO CY) U a) eo 0 w 0 L'I M jh lu 0 CL M cn o m a C? L z C* U) C) (n I-j to CY) CL Ch w CY) 0 C) C� m (A Cl N z z N M 0 0 CD 0 C) F = rL 0 0 -4 r- m 3 0 r- -n 0 S. = cl) Ln pi z 0 'R a 3 0 0 M rL 4 3 < 00 -n Ll 0 0 m 0 0 0 c (D -n EF CD z CL -n w m 3 Lq 2 — M M m X > -n 0 W 3 CA M (n 0 m 0 M Q) CL (A 0 6' X X LA. 0 M z 9 cn 0 m 0 w 0 z 0 0 W CL ta F T). ca ;u (D o M 0 (D rL -4 0 m CD o 0 w 0 0 X m 03 21 m 0 0 0 0 w A) 3 W fD 0 03 0 CL — eD l< 0 I fD w z (-.Q 0 Z CA E (D =r 0 Z m — CL a rr L� a = CD > CD 0 I z M 90 fo m co 0 co 0 to Q (D :3 CD z c z L- 0 0 z -4 co (D co 4 to �j cn :- > CD a w a) (.n 'n 0 co p F p p p Fn P CD C;) Q 0 CD 0 Cl CD C� 0 CD C� CD C) Cl Q 03 !A in > c 0 > z en LO 0 0 m > Z m M C) 0 '-4 M 0 En CA MW Cn eD m m a cn n a M 9 4 Cn m w o' r- 46 -4 L" 0 CD m 0 m -4 n- W r 0 C') X* 0 -4 > K 0 w -j 'a r- (A 'm 0 a) --I W C� I Z wn =r 0 Ca ID 0 A3 Z, m 0 r- > 0 M --I iF E :E -4 CL G o -4 M =r 10 cn W -0 Co N 0 3 0 C) o WD :1 (-'D" m a o 0 0 M C= 'a < m 0 0 W CL 0 M E!. �r X (n (D 0 CL - - o CD ca (D -, c 0 2 ;a 0 an z — C- 0 c CL - ca o :: z z C-) 9 > 0 c z 0 C- 0 -n m to z 0 -.4 C-) 0 0 m C= Z m Z ;u C.- 0 m -4 0 0 CL z -4 5 to L. 0 -4 0 ;-7- Z to Ir CD CD Z -4 M C4 -:4 0 w a Z M 0 — 0 CDP r- > z 0 W ;q -4 )> > -4 > 0 X T > -04 0 p. (D > -4 = 0 0 -4 co Ln M -4 hi -4 0 Ln CL C5 N tj h3 eD CA Cl > f�, co -4 M (10 K o t CD M C�) 6 c T 0 CP z co c, -4 tj cc 0 m z co U) ;a (n z -4 X a) U) w M o Ul EL z C/) Ln Ul > CID co a C� m (n Q X < tn 0 V) 0 99 0 -3 0 Ln a CR 0 0 -n 0 CD -4 m --4 0 to M 0 0 0 C) -0 C') 0 m X X Cp -0 21 0 (D 0 90 Q CA 0 X 133 Or, m 9 m 4� 0 m m p 0�3 < CD Q - F cn CL to 5 0 0 0 Z X > -n co r- m 0 0 cc mt3 . :!. R. 0 0 =r (Q , w 0 M ;o 90 = 0 0 ch 90 0 0 Q 90 m 90 W r_ w cr 0 0 CD > 0. w CD :5 =r z W 0 m 3 co n z CD X — -0 PO (n W G) m CD cn CL < rD fD 0 CL go z :E CD W eo :3 ;& n 9 0 0 0 0 0 m 1 to. go 0. 0 to m 5F ,rr 0 X, CD (D 77 0 CD V) 0 0 CD 0 0 0 > fu 'r 03 9 m M 3 0 U3 CA z 0 X, z < 90 CL Cl) > (D . rr z a = -4 0 (D a) z l< Ln (a C- CL m 0 z C- L- > 40 6* 40� 641 4�ft 0 0 z CA Im C) --i A > Cl -4 -4 ik. CD co Cl ID C) 0 0 C) CD 0 C) Cp C� K-1 c c > 0 79 co E: m M Q 56 0 M 0 ;u 0 4-, C) -4 -3 c 2 Q 7 Z En Z M m c 0 m 0 0 M -< C/) Cl) 0 m z ca o m ;u -0 < 0 = ;R 0 M > > CL a m 3 -u C) C-n 0 -n X < 0 ::r -n (D (A X* w o CL P = M (n > -v 3 0 < M M , = CD 0 C') 0 CD to Z �lr M ? 2: 0 ' " m CL Z r M z ID _< M l< CL < w m C: 0 C-) a) m m C-) m z r.- to 0 0 — CM M M CD m l< D u > 0 r- c) m 3 Z m :3 M Z C) > z m C r- M X 4 a -4 4� " -4 m -4 N C) & Ca -4 " — CA > r- ;a M -< z C- 0 " Z Z d C-) :3 = -0 m eD (n Cl �P. " ;o 0 C, -4 :2 -4 w o C ID z z -4 0 C� Fr: 1p Pj 0 w F) to M m m cc N hi z c M L4 w Qj 0 CL T Pi Ln C� M go Z: z -4 -4 0 z > > 0 0 En cu 2 0 m 0 0 W 0 = Z t- m 0 x -V 0 0 m cr C* 0 o C) 0 �< 0 m cn m cn 0 C! (D a i CZ. CD a 0 a) m X cn 0 CD a to T 3 0 = X C* CO ;o M CO 0 M m ;o > 90 co C* 0 -4 m C* Z n 3 co 0 90 0 M (D 0 X CD m (n w cr to CL cn 0 to Cl) z 3 0 z < X 0 0 r- (D c z -4 0 z CD a o > 0 o 0 90 r-i z < (T) M RD 0 rD z n co M -, co a w m < fo a) 03 (D > ai 0 -0 �o o --I 0 0 ? ;a z Zq f- z z C- z 0 CL CL !n 90 o to z C- z 64 #^ 40 4bft 4A C) 0 z M. -4 -q 4h. 0? Ul 00 :q > -4 0 N co co Li Cl Cl 0 -4 C) Cl 8 m cn 0 > 0 7 7 -4 0 CD N L. < 0 z a z -u n > 0 n > m r) M cn (n 0 > 0 -V CU o > r- 0 11 -1 a) -0 = m 0 -n X 0 m r* 0 c, m 0— C, CA 0 cn 0 r- Z CL > 0 -4 Z cn Cu to 0 5 0 C) 0 C: cn > 0 3 eg -on 0 = 7: Z 0 -4 M- (A 0 M w 0 m 03 Z -1 0 C- C C) 0 0 0 C) m = — 0 0 m P- 1 5 0 > 0 m :a!' 0 > CL m CL Q M CD to ID 5 CD C) Er m co 0 0 M z = — z L. > > 0 0 17 jr — --4 " M > > M < > ;o 0 x -4 z m > M r- M Q w > N !� " (D W -4 > to I -4 Z C: W eD c -4 Z ;R (A cu rL 0 z -n (A 0 > M :< > W r.L CS r- a) Z w c- z a cn > to 52 CD I M C-) C;, ul M m 4h. C; 5 C4 CD C7) 4 m 0 0 S. CA 0 cc ;u cli 4?, M T Ul > a 4b X 4P. w Of Fo+ z Cl cu 0 CA 4�- z -4 tj (n �.n w -4 N 0 0 Cl co 0 CD > X -4 z 0 0 C� 13 Q 5i 0 0 -n R 0 C) m C-) C� CD m -n > 7 CU X 0 7s ID (0 CD r- *k go CD 1p M m X > CD to z -n m > cu. CD CD 3 UD W 4 0 0 0 0 cc 0 < a) < M 0 < tn 0 0 C M 0 < 0 0 Q o =r W 7r 03 ID 3 0 0 0 0 = 0 0 0 cD M cn (D go > 0 m T CA 0 < 0 0 0 W Q 10 0 x < CL 0 r- < 0 0 > cn cu 90 0 fD 4A 4m 46 0 0 z 4N. Cn -4 PO w > 0 00 44 -4 co cm (n a) Ln (h -4 C) to CD C5 C� CD Cl n Q C) Q 0 > 0 c M 0 --1 71 0 rL 0 0 F4 ca G) 0 0 z CA U) 0 iE cn t, m =r 0 > M cn 0 En J w — * z C) 0 -U -n -0 0 o m 0 0 > Lo. 0) W z ic = — M 0 Z. ;u m Q ii 0 -A CL o S. cn 46 0 a = M W z M o 3 3 Cl) > -n = Di th -n 0 0 M 0 r, cr M M fo C', 0 M M cn " — — :; (D Z -4 C, 0 _< (D = r- > — m 0 C) 0, 0 > ID 11, m m z M < 0 n 0 z (0 , 0 C) M CD ma rL 0 C7 0 (D ;L 0 ca --4 EL C.) :E M 5 M 0 0 M M (D Co ;z ;u 5. o ;d (D rn z (A -, c = x --J M 0 z x z > -4 Z P4 ;U M c) o Q > ou 0 > z w Z -4 L. w > C M fu c Z > Z , ;a -0 1 0 �Z! -4 < Z -4 C, -4 m 0 co Ul C) > c) 6 0, Z 00 w W C-) ca CZ) C) Co (D -4 M C* C* 0 00 C:) -4 C� N 0 -4 Co r m CD m (D (n UD w w M cr 'D -4 IM W ;o CA �4 N 0 La Lrl NJ > z ih. z Ln F. L.j z > -4 m m W NJ p cn CD I. z -1� C* w �o a 00 --4 > C� C:) CT) o z 4 4D E-7 0 n 0 0 0 0 a) :1 Q. z 64 f, 0 0 C- m (1) 0 C) M 0 cD 0 3 (D 'a. -4 m C) 0 ai " Q tj M -Pk K) m o 0 fo :n- (n CD m 0 0 m q 0 :ft m x 90 rL M :u 0 cr m 0 (D < rL m cr m t3 cn r4 0 TL 3 0 m z > -n k 0 4- > c) _a. m 0 M M ;a V En 90 0 m V n 0 m (.n 0 z CA, 4-- z < CD 0 a m CL 0 M (A rL 0 CA n 0 a) a a CD eD En tu 23 La CL C 3 5, 91) X, 0 FA w 0 0 c 0 3 to 0 z > 0 0 En CD V ;v (D fA > m fD 0 o m b 'D 0 > Q 0 a Z c A., 41 w w w L.) w C.) C" m M -4 p �N 0 w PU U� co C;) C) C= Cl 0 co > L, UD i� 7 c c 0 x 1. 0 > LM > m > a) r -n o C) :5. -a x CA L. M 0 rn —1 -4 CL 0 (n " cn 0 rL 0 > r- 'a Co M - ca. -4 PO (n 0 C:) 0 ;I C) G) w -0. p o 3 a > M (a Cl M 0 0- tn C) 0 0 CD w 0 = 0 (D 'D (D En < X - - 3 0 Z - x - -, Z (D 0 3 (D 0 a 0 CD M CL 0 C-) m a 6- :E �v m ;Z a 0 0 CL ;=, 3 0 = m ;mu z -n > z ft - M M 0 Z = = M - :* C) Z . 0 m o < 5 C/) 0 m m = (n Ta c) z w C- Z, z t? )� r- m c X c- co > < cu r- m Z -< > m 0 -4 (1) -4 cr Q CD C� P,, CO 0 m 0 0 — 00 < 0 Ul " co > CD co cm) CO CD Z -4 Z; rD = CD C- C) — -A X (= to -4 r m = -W4 r -4 co c & 0 c (D m — w M CM (D m cu 5 CL CD 0 0 U, L- 24 L" Ul 9* mt� C� W 0 0 1? a) 20 C) -4 C* > -4 Go > 4 cn co -4 Qj 0 :3 0 0 0 co w Cr m CA Q LO C) M cm) c C? 8 0 C/) 0 0 M 0 C, -U 0 CL Ul r- = 3 -n X X ;Q 0 0 0 CL S 0 0 0. o -4 w 3 Z CL M rL 0 Z m m m > CD (D 0 0 pa 0 c m M X ;u 9 =r CL go m CD 2m CD Q 0 U) 0 0 (n CL z CD (A z 0 0 z CD < cu cn 3 (n C- o (D U2 cr n 3 0 ;o 2. 0 m 0 m r F7 =r Q 0 0 (D 0 90 to 2. > 0 a 03 0 3 (n PL 0* CD o M CL C) 0 z CA z 0 z CA C- 0 z > z 0 SD z 4A 4A 'Ell 64 0 z N N cn -4 w N K3 w w -4 to CD Li co tj w C') tA co to -4 i) Ln hi C) C� CD 0 Q 0 4 z 4 X W a) Z --4 C) > p" o z 0 po cn t -4 -1 (D ca < m z m -4 3: 0 r- Ca m 0 cn CA hi m r' o r- Cn > ch. to M m z hi N 10 4�b (7) cn w > to Co 0 fn 0 to 0 T = o 0 z ir x g 0 Lla Ln -4 -D. m > cl -4 m CM cc o 0 Z 03 JL 4N. — 0 (D w cn Ln -4 m -4 0 9, Al — co tA m to :z 0 r- 0 -0 a) n US co > Z w M < fm 0 — ;u M ul 0 W 0 0 c gu -n - 3 ca M m — 0 C) C) Lo 0 NJ " * z Z 0 m 0 5T z CA ;. 0 0 1 Z 0 0 X cl Z Z 0 0 > (D CD -4 Z m 90 CA * t- > M 0 w > o pIr FL -1 > M - - < 3 > 71 0 X M pr C-) Q o < (D :E 1> 0 Z C: Z -4 X CL -4 C-) CS o cl, S. -4 m 0 L- K) 4h. 0 Z cl 0 eo ol r- r- C:) 0 < 0) r-> m C) z rL Q Un Q) - :E = 01 a, K) r ?,j --4 cn (D -4 Q r- i3 ch 0 !Z (D 0 arl 5 r- CL 0 (A CD co z C') 0 C') rr M X, 0 z c CL m ;u 0 (A < CD W n x 0 m CD 0 0 0) < 0 < 0 Cn cu (A X 7 0 0 > fD cD m p cn c Cr w 46 B. m m -4 C) rr (A co w to cu Z = (D m 0 (n aj Ln C.) M 0. CL -0 (n 0 0 m CD 0 o o -0 to U) 0 CD X X * 0 3 > CL (D 0 cu CL W m ;r CL CL M 9 3 cu CD M m X > < cn cn > z -n (D 0 m 0 M X 0 X 0 < m to rL (D -n 0 aj 0 (n 0 w CL :3 CL m w rL r-L a CL ;E (D c E z 2� 0 cc 0) m CL Qj m Cl -0 -V CL CO m CL fD a) CL m r- 0 CL (A 0 w CL 0 (D = eD Qj 3 aj m 3 0 r- 0 a) c c 0 vi w cn 0 r- M :5 Z M Z cft z z (0 L- L- w 0 C- z C- N w M z 4A 6ft fft 0 0 hi z -q Cl C" UD cn N .0. C', Ln Ll -4 N) 4� 0 c;n Cn ok 0) --4 p p p PO co C3 Cl Cl C;) C) C) Cl -0 -u z c -4 L> C') ;xl CL 0 K) ;o 0 r- m r.L o M W co C) 4 w N 0. (A (a E; u > 7 t . z 4�-, CD m o On m m 5 CA r- :5 CD 0, ;8 > to o z Ln (D co n -0 CD < " r- (A m cm :3 A- ch C� ,* 0 o tu o 0 C) M M > W o o 0 0 z c) W co n co 0 C F to 0 13 -V Z L) > 11 0 M CD m CL 7: m A 0 0 X w X CA 0 CL Q 0 0 U2 C: =r m W M -0 , :* a) - :;, S > I . -, " > z 0 r Z z > M W 9 7 0 z :lr 0 X CO m C- — Z 0 z CL 7 Z :E -4 -0 c Z Z M cn CL < 0 Z > < Z (n z 0 < M CD -4 0 o z Z > CD Z 4 M 0 > 1- 0 ID z w L- fo z Im f- 0 ;u 0 -4 U) C) a C) -4 W (D m -4 < 0 0 CD co 0 w w c o 0 -- - -4 (D --4 M 0 0 W 0 m M jh. CD C) ca ED tD 'o IM 0 w K) (D c -4 " " (D -4 0 > ji. U) -P, CD 0 go CD 60 - -q 4 Lj ha Co -1� " > r.L m to z z 0 29 '!4 > 0 -4 M m m CD W co 0 co C/) a co 0 0 z f, 0 Cl) 0 -n 0 CL M (D 0 0 C13 -n 0 0 r* c co m < a CD m < w — 0 --4 o M 0 0 CL = m a 0 0 (n fm 'D m M 2) < - (A Cr CD M c CD CL 0 0 0 m 0 a 0 < ;a X m M to ;o rL r- 0 (D X F; 0 0 -n X. 3 -0 LO m M w a) fD 0 (A rL 'o m m 0 0 (1) — 0 > W CL 5; Q z -n 0 M 0 0 ;a X rL -n :5 L,) 90 m m a Ll < a 0 cn 0 0 72 U2 z 3 CL < m to co z 0 m 0 -4 T m < M co a a a: CD iw x En S 0 M m cn ca 0 X CL CL 0 0 m C) a CD m A M T :E 3 r- -0 'C— C- 0 CD 0 En P, Z w Z EK z 0 z L. CL L. CD CD P En %< -n z 0 z A 0 w CL z C- 40 f^ 4A fA 40 0 z w Li cn -4 VQ w to PO co U3 -4 CD 41 CD r1i to C� A. -q PO p R PO Cl C5 C� CD W C) n C) Cl C3 hi c 5 n > 0 :1 > 3 --I < (n F X 4 z z ID =r ;u r- > =r 0 2: 0 CL U2 0 C, a) 3 M aj 0 0 0 C) Lm CA A- 'D M W, L4 0 :r 0 CL w 0 w (ft 0 CA ;I;- (D 0 0 > z m t" C) Z 0 "n 4. '1 n m = w = eD -n :E co z 0 o C, z :3 0 M 0 W 0 CL C) 0 10, to = w X 0 X - 'U pr M! CL z a C4 :E a W 0 > 0 w W W --4 w > 0 z Z > IU — z > Z x C-) 0 x CA > > C- z C- > > C) < C� z CZ z z > X C- < M (D -w m Z -n ;g -C M co Z z -4 -4 2? m -4 < 0 C- u = Z = -4 W — L, — M m -4 a M C) 0) NJ (D 0 I= 4, to cc P. (D C: C) 0 0 M C m CD > 0 CR) C3 - r- q (j !2 �m - Jh a CD 0 a) (D > C) 0 0 4. 0, cp 0 4b- to a m w X 1p -4 0 N 0 -4 Zn C) > z CA fn to I. to I Q) Un UD C) 0 -n 0 ra (D 0) o C. 0 0 0 C) 0 aj '3 e t- Cl -n w M w o = 0 CD C 0 CL 03 0 0 L" 0 z 0 C) < (D to = 0 0 M ta m c ca 0 :7 F o -4 :% n� m 0 CL 6 =r 0 w T o :). n 0 m I 0 m rD < rr a 0 m Q m 0 0 m M — w 0 0 = 3 0 CL A :t 0 c X ;u X 3 (n = — w — (n cr = cr CD CL w w -n -0 M co CL w U) -0 Z 0 0 0 Z! X m m 0 < CD 2: E. M CD CL W (D CL 0 Co CL w CL 0 - 0 z X > -M 0 0 w (D CL CL 0 C) N �CD CO — (n to CD cn l< cn 0 :c 0 0 M M 0 tr :E C 0 0 M 0 M 0 2 = r 0 o 0 m (n to = 0 m (n VD 0 < 0 < z 0 M CO (D m Qj z ca 0 0 to 2. z 0 z 0 0 2 C- -n 0 :L X CL 0 z m ;lr Q CD 0 x 0 C) 0 CD l< CD z CD z CD — (n m .3 CD n > r- CD to CL co 0 0 0 C) 0 z -P m z z z z N C- C- ol Z cr z L- 0 z Gj 4= ha P -P. 00 CY) CD -4 0 Cl R. —4 A z > 0 0 X n m 0 0 -0 cn z 0 > cc X C) C/) —4 X 0 m 0 z 0 0 ?�j 0 - * , - 4�- r' cr 0 m 0 0 0 -q X > CD a z (D K M 0 M z o z 0 0 0 m z cn m jb. -1 CD -n T -q -4 m c (n w C) w m cp 0 m cu -n C) m > m j5. 0 0 X (D T -n --i = > (A 0 Z ;a z -1 =Z 'a 0 0 Q CD M 0 r- U2 '" m b w 0 (D < M M 0 . c 0 0 :E 0 0 3 C co C) E-L = w Z Z 0 Z C) 03 0 . - C- m 0 rL z w =r U2 2 Z 0 -1 0 Z ;r CL W 0 W M M M C) r Z z C.- Z X 0 z 0 m c Z Z -n Z 0 ;cl Z m > z Zi CD X 0 Un Z —Z CD ;u -4 (n C) a C:) -4 M > 0 C- z co c) o -4 0 m co -4 0 ;u , rn 0 z -4 m 0 0 CD C) C') 4� -- 4 CD > IQ cu 0 CD w 0 :1 C) r- :2 0 0 CD -0 c 0 ca Cl (D C) (D CD c X M ;u CD u 0 z z 0 z M > -4 > 4 m 0 0 CA 0 z z z o C) W CL 0 w CA m W 5' 0 C/) M CA M C) CA CL co I m C) — m 0 0) 0 0 C= cn (A a. < cr m :E r- CL n (0 cn 0 m X m M x x W fD U M r m cn (D CD CL 'a cn 'a. 0 < ta 0 m w CL > M :E ;a to 0 to 0" = ;a < = 0 um M CL a M 0 < 0 < cr :E C.) ta 3 w cn x CD m m C) T M m m CL 0 3 a (n M < 0 pa > 0 c m 5�1 (D 0 CL CD Z 9 Cu 3 — '< = < 0 M rr cD m 0 m (n c CD c 0 to 0 X (D 23 M :E (D 0) :E 0 -n 23 CU < CL 3 cD Q. 0 5, 0 z cu to < CL 03 In z Ifi 0 M tn > 0 < 0 z z -4 (D 03 n C 0 0 X cD z 0 = E � W C- M, -I = 7 0 T. 77 r 0 CD M 0) - m Z rL 0 0 o E CL w (D su x , (D 0 0 (1) 0 0 = 11 :2. :L = - m -< 42 00 co 00 (D Zr- 00 (Do o Z z z En z 0 0 ol — z Z C- Z eD 0 z -a" z R. ma Z CD M CD M. x 0 0 Q, 4b* lbft 4. p fA 6M, 4.1 4.1 ov 0 0 z C) X J� PL 0 PQ w co co > 0 0 C) 0 0 PN) 0 C) C� C5 Cp CD C� 0 z 0 > x --I 4 M A. , W -V - cz, CD m z Z m 0 m > m Cl) z a) 0 N m pa 4 cn N -4 0 ID M o co ;u r, 0 ;a t" o co :E * t- 0 — > (D r- to M C) > (D 0 4, c� 0 r- Jh, 0 z l< i-n m 0 w 0 0 L4 ;u —4 m m o C z 40 C 10 z CL 0 0 fo 0 C') PL 0 > to - r- m c) r- , z (n C- 0 > -0 C) CL 0 M --1 UO = = ic M m — -4 w N > m -n Z 0 to z ;: cn -4 L. (D . — -0 --1 Z m q -< -4 m ;a z x Z < 0 C: z Z x z m < 'D C) C;) 0 W -4 L- * M " 0 'o cz- L. 0 — c, z 'D 4 (A -4 X C� > M -4 LA M > CD z -4 tD CA 0 C5 rD > .4 C:) 0 m m C) C.) r M V < M CU Z Po L4 (n 0 (D -4 CD r* c 0 CT) 0 4k J�k -4 c -4 ;a CD 0 Fn z Fn cn C') S' 0 0 -4 0 = ; 0 Effi C) o I�ft = = to Q C: C) 0 M 0 C M m 0 X 0 = W , tn CL m U2 M eD 'a 0 0 w r-C/) 0 to ; W LK. 0 l< us 0 CX CD ou 0 LD. r- co su m 5i' (A 0 0 0 0 M M ID M CL 0 w fl) C CL X� 7r m 9 0 -n C3 0 f-fi, 5 w 0 03 z 0 0 ;3 CL 0 ca ID > fD m M 10 w M CD 0 W m CL 0 rr Ln *X 0 m 3 0 t- lu o 0 z * :3 -n r- m 0 CD - m -.i Z n Ll. to m (A 0 co ID m X X z Cn cn 0 (0 (D ID 0. CD M m 3 0 ;; z ;o > to 0 11 9 0 m cu m 0. X cn CD CL m C) cn — fD 0 T 0 (n 3 z CL 0 0 ID l< M X 0 Z — Lu M co A m M < z 0 M w ca w r- CL 0 Un 0 w to M CL 0 0 3 0 0 (D 0 Co :E tu IN CL CL 0 * 0 a 0 0 :E ;a 0 (D In I-C = 0 CL 0 m CD z = 0 z o z S Z z C- Z Z (D c- -n X C- C- z C- w Cl. Z vt 4A 40 4A Vt 0 0 :16 z N 0 co co C* N > CD 0 Cl C) a CD a CD C;) 0 a 10 In ID C) Q1 Cl F. �4 0 0 0 m > 0 0 0 0 C) m C) m (A X M m :q z Z W A. z z --I ;o 0 M 46 0 r- M ;U 5 1,71 > M > to 0 r* m to m > fp o ;lr :E > CL 0 M > 0. 0 0 = 1A 0 (D 0 0 c :E (wo z ,20 -3 cL — -< 0 0 = m -n > cu o 7 a- 0) > 0 o B i-n I'D m z (ft = 0 m o m r- Co 0 CD - = (D 0 -0 0 w - M CL o o r- U) o c 0 - ;a PC M 0 > 2- 1 w rL X :5 tu xr ;a Q 0 w CL 0 m m z 0 Z Z - , - Z Z " 0 0) Z'o L-- cr z --I Z = -u > z o z (A 2r Cn M M fli --i z X CL CL 0 _< 0 m m = — 0 ;R I- Ir 0 z 4:) C- M fD 0 cc C4 C: C- 3 -4 eD (A CD X 0 a D z 0 0 0 0 C) 0 Q m > (h -4 CO (3 a a r CD W r- -4 C Cl) -n 4 m -4 cn :< C: > 0 eD -n ;u CA 41, Z (M (D C- m C) C* z CO co r- M to co o m ji. :3 CD C) < :: E� 0 -4 0 T ;u 0 m C') z 0 (D (D (D m 0 0 x 0 < 0 0 < -n 0 0 0 (D o z 0 m 0 r.L (D CD @ 0 CL 0 0 to CL cn m m cn cr (D (n C Tw a) 0 C-) rr -n C') 0 m ;u CD 13 'o 0 m w (n U) 0 A C-) :3 CL c 0 (A :3 'n cr a CL < M m 0 Lo (D -n 0 c w 0 9) Z5 X > M CL C.) 7 0 CL tn -0 -i z -n C 0 3 (D 0 0 m X cu M C) m ch M cp M (a 0 0 cr 0 (n 0 �< 0 cn 0 X* (D m CA ca 0 0 N M to :s z o W Q3 rr 5. !n co Z m M 23 0 ol r- in C- CD CD 0 rr w m - :3 -, =r CD N a) M = 1 5: (a n M x' 0 0 o 0 (D a) a, c 0 fo a) Z --I cr m B o (D C-) 0 m 0 m CL m tfi C.) 0 W m = -4 0 a) (D 0 CL M 0 > Z Z 0 (A z r.) C- 11 5. Z 0 e_ z 0 03 z C- Z (D cD < z o 4�- Z (n m > z 3 0 m B 0 m 4jow 4.q 4^ 4A 4A C') 0 :4 Z --j 00 -4 (.n 114 8 4 X > CD tj p �o (D p 0 -4 0 5:1 -4 5D co P, LP p 0 Cl CD C� cl 0 Cl Cl 0 0 0 0 8 (A m m z 0 > 0 W z m c 0 m r- > m 0 C: T 0 M c cn z a " 0 M 0 ;U z --I > 0 Z > "o n im ;u -4 CA M c jb- :5 C) CL X CL Cl) QI m 0 0 :E :� 03 m :i C: T. > 0 0 ;u < LJ m 0 Z m ;u 0 L" rn 0 N (= -< 0 r- > -4 X C CL C) m 64 C-) z 0 0) -1 to o M > cr 0 0 0 :L 2: CL 0 Cl z 2) 0 C) M rD W� — M CD 0 0 = 0 0 m M o -n o -1 ;a F) = 0 X, 2- o= —n M iE Z CL 0 M M CL M z z I w 4 CL z CA > z 0 z f- -n Z M 0) gu L- < -i z L. 0 Z 0 (D (A F) Z - 0 F, CL -< CD CL 'o 0 > -4 < �! - 0 Cl I CD ou C* c� > r- 4 z > 0 > 03 a 0 0 M -n C3 -4 (D C-) cl 0 -n C3 M Z 0 (D ;a K) < -4 X M -4 IM Z cn -4 ID C� < < C) (D -u In C.. z 0 fD m CO z (M 0 0 46 CO co Fn L.) 0 M -0 aj 0. CO C', N -< P-j 3 PC a) 90 a 0 CL w T > z G) > X -i > z 0 m M z < (A > 0 C) Z! 0 0 z > > 0 ;a M M M -a m 0 :3 (D C) X CD 0 w 0 m :L CD 'D M 0 M < CL m T). m 0 -4 Z 00 0 0' --4 0 :E o (n m x = F �n (D 0 En -v . Q) = o Q — 0 " th m = 0 Cl X* M al 13 = zr = 3 M . L?l m 0 V 0 w 0 — 0 to m -0 go 'o = m = CL 0 0� z aj CD > q rL ;a (A C') 0 m c 0 -3 0 0 a 0 m =r X X M X 0 < cr a 0 rL > to W cr M -4 — T 5 0 (a , to CD a z 0 M 5. =r (n F 0 ;u > n al m W M Z 0 im rL 0 m Z -n 0 -1 CL CD w (a 0 M (D cn M ;o CD -4 0 LU U) a) m 20 m m (D rr (n (D 0 c 0 * CD a) V) (a rl �z m X 0 CO — hi (D LA, S, (D z to EL X, 0 m 0 to CL 3 CL m = m (n CD =r > (D to M 0 0 0 0 m 0 (D x w to r- =- z co w cr to =r w CO 0 0 0 r- r- 0 5L 0 r c o — m CL T 5. z P z CD (A Z 0 m M z Z 0 0 Z U3 z C- m C-0 CD m o CD l< 0 z C- Z C- ,&% IbM 61 0 z fjft ll� -4 41 4A 4n co a) tj -4 ;u -It p ca 91 p a) N :4 �A �o -4 > w -4 to jh. Cl co UD w L-2 co co 0 -4 w %) 0 P, 55 91 p p CD a CD 0 1= cm 6 0 > 0 X CO 0 0 m 0 z m ul 3 c C-) C) (n -n fD c) 0 to ba M CD (A co o tO 7: (V CD M ta m (-D CZ ;& (X) 90 z C) 0 K r% CL -n 0 — — m > _< > M (D (D 0 0 0* 0 w -V n xr M m = — a F C13 :9 Z 0 0 -M m m Z z z M 0 tD r- (0 0 'a f— (D M 0 z Z w I C') a. M M CD 0 CA z — M -4 > 5 ch 0. -4 -0 f-. m a, 0 4 L_ " 0 (D O(DO " < W> 0 -pm 4� -4 Z M L,) cn 0 4 4 o < W (D N M Z (1) X 0 -4 > 0 U) 0 x 0 0 M c.n r_ r, 4 0 co z cl) 0 C/) m x CA 0 9: m cn r- CD -3 'U E < w CD U? (D CL to 0 m _n r- Q) 03 m W :E Ic CL CL W 03 0 m M 0 Q; CQ :: > CD " w X ;0 x 0 CL =- . 3 CA w 0 cr :E W M m A > CA w > CL to Z 0 M M cD' rL g cD cn M M co -n m V (n 03 _n (D go < cr w 3 0 z m 0 0 z z L4 0 0 vp CL cD 0 M eo cD 3 0. > m 0 M m -V z U) (D 0 CD 0 cm) = cl 0 :or > r 0 0 m m 0 CD m CO 0 CL 0 0 0 cr En m > PL :E c CD Z 0 r n 3 0 'a 0 z (D 3 21" z ;Ir x z C_ z co 0 vo 0 Z 40 4A An Ln 4A C) C) CY) tD U) C:) 0 0 C, City of Tan7aiac 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 as non -responsive and may cause its rejection. % Total Contractor Subcontractor Work to Be Performed Contract License No. Name/Address LL �4_,,., - �nt ---- ------- I 4 I of 2 Bid Sood 12/15/2003 07: 59 9099253350 jF('� LPIDEtl OFFICE PAGE @9 12/10/03 WED 15*1.2 FAX 41007 50 !Criton lasit-utech LLC- Project References. ,Bucks County Watt I- & Sewer,tuthority 1275 Alinshouse ROM wvr�lgon t PA 18976 cordact: Job -a Butler (215) 343 233 9 1995 — Precant. 35,0130 Lineir ftet, 6" / 8" C/1 WItAr Main North Kentucky Wotar Servi,24t D(WIL't 3049 Dixie 11ighway Covington Kentucky 41071 Contact- Todd FuUer, (859) 5739898 Ext, 3026 August — October V100. 10,965 Linear feet, 611/ 8" C11 Watex Main Copon Hycote 162'1"WX RpoxyResin Gentral contractor. mainlining Uryir-azIne, LIM New York City Of Ft Lauderdale di 100N.AnctrewsAveauc�4 Floor ,Ft. uuderdale Florida 33301 Contact: Mir-haal Bailey, (954) 492 7809 February 2001. 3,61,14 Linear firt, 4" / 6" C/I Water Main Copou flycote 162 JVWX Epor, Resin Gcncral Contractor: I.Fiercher Creamer & Sell Inc. Hackensack New Jersey TRITON � " X(� 3111 1�) , 12/15/2003 07: 59 3 e 9 9 2 5.-- --- 5: a JFC LI�IDD� 07FICE PAGE 10 iz/lu/uj WtV ID:14 V&I lQuva Town of Niagara Ott The L2ke C/O Xcrryr, Rowe 11gincering Ltd. P�0, 8ox 460 St. Cathcrint3 Ontario ck=da UR 6V9 contact. Jeff Jaeger. (905) 688 6550 4 OE MAy 2001. 1,000 Ulla&r feet 21 C11 Water Main Copon Hycote 169 11.)olvurea Gener'di Contractor: Derosd Bros, Tharold antulo City of Rocky Yioujit, N.C. C/O Pcirson Whitm;.In Archiwet, & ErigiVeerq 55 10 Munford Road Fuleiizh N.C. 27672 Contact: Mike Acqui�sta. (919) ",32 8300 Jul�- - Anust 2001,20,700 Linear feet 6- / 9" CA Water inain Copon Hycott 162 rWX Epoiy Resin GrRefal Contractor. I.Flerchur Creamer J-., Son Inc, Hackensack New Imey City of Burlington, N.C. C/O Finkbeiner Peti.l-o & Strout'.11C. Consulting Engineen. One Cantarview Dr,ve Suite 208 Greeasbaro N'C. 27407 Contact-, Darin Thonias (336) 2!,2 2271 July 200). 1,489 L"dat.ar feet 4" / 6" CiT Water Main Copon Hycote 16Z FWX Epoxy Resin TRITON 12/15/2003 07: 53 9089253350 :FC LD�DEN OF�7D',E PAGE 11 12/10/03 ITED 15:13 FA1 141UU9 General Contzmr-TW: HeAamp Inz. Watertown Connecticut city of molletort. 655 Main STreet moncToli New Bn=wick EIC IRS Contacr. EnsorNjoijolson, (506,1859 2667 0 july 2001. 5,676 U near feet 6" / 12" C11 Water main Copon Hycote 162 PWX -Epai y RL�%ia Licansee / C—tr=UT: AtLiptic Undergoutid Services Riverviow 'New Brunswick Halifax Region2l II'Vater Co'111rds3i0a 6380 Lady Hammoad Road P.O. Box 8389 Sm. A Halifax Nova Scotia BA 5MI Contact: Jim Branton. (902) 49) 6498 - August — October:1001. 12,;180 Linear ftet 6" / 9" 112' C/I Water Main Copon AYc0tQ 16,,� PWX Epo:,-y Ragin Licensee / conuuclor; Atlantic Underground Serviccs Rivcrview New bruns%ic� City of Rr3ntford P.O, Box 818 Ematford Olwio N31'5R7 Cornm Paul Eldridge. (519) 759 1350 octour 2001.2,34110 Linear f(:et 6,,18,, C/I Waxer Main Copon Ryr.ote 162 PWX Epo,ty Rtqin U(jensee / Contractor: Atlantic UndeTgrmiid SerVIC�;S pivarview Nc,w Brunzw1uk TRITON wV"YA)X(') 12/15/2003 07: 99 3083253350 JFC L!�IDF-ti f7FICE PAGE 12 12/10/03 WED 15:13 FAI C. Ulu 50 city of Moncton 655 Main Strccl Moncton iiew trmswick FIC I.E8 Contact: Easer NiA:bP'i30n- (506) 159 2667 1002.24,420 Linear fei!t 6" / 8" 117" C/1 Water m2ia copon %,cote 162 i;,wX Epox) Resin Licen,,v-e I Cont-d=01 - Atlantic Uadergrouaj:; services Rivervidw New armiswick Regional M1101421 ity Of Halt(ja I IS I Broste P-oad Oakville O:nwio L6M3LI Colitact: Doug lmou.ve (905) 825 6030 2002- 10,656 Linem- fapt 611 / 81 CA W2ter main Copon Jjycote 162 ',?VirX EPDXY Resin LiccustL / Contractrif* AtlAritic Undergrouid Seryicas P-ivarview New Brunswick molenri-to Sales I I I Wright Avenuf DaT Lm o u th Now Scotl-% R3B I K-6 Contact: Loyd Douglas (902) 499 0460 2002. 725 LineRr fi!el 1-111 Ciment Lined D/I was ul-cd to seal'up cem�emt Unedpipe that was causing copon Hycote 16�j, PWX EPQCY Resin (162?WX verysu=as PHproblm for 0,,!Par1m rnl rj r0cral%r and rescarch lab. Endresullwag Ucensea / Cotnc1:t)r Atlantic Undtrgruund Services Pdvamiew New Brunsvmcic TRITON u,jrLN)C(p 12/15/ 2003 07: 59 308925335@ �F, LDILE�� OFFI(,E PAGE 13 12/10/03 WED 15 : 13 FAX LQ1 1) A -L 50 Citv of Bathurst 380 St. Andrew Strcr,'t Bathurst New J�rumswic� E2A 3Z I cant=: Dave K1101'%'1,e5 (506) 549 0591 2m. i,100 Linear feet 611 CA Wster OVITI Copou Hycote 162 PWX Epo) Y Resin Liccnsee / Contractor: Atlanne, Undcr&rOtllul Se'Nicrs JUVerview New BrUMwick Chartotte Mecklen burg Titilit its Division 5 100 Brook3blre B I yd ChaTiotte- N.C. 28216 ConLact: yeith ShL,,,[cy� (704) 3 99 2551 August 2001 — Prtsent / On going. 60,000'Linear feet (ToW Contract 92,000 Linear feet) V/ 8" C/T Water M-Ain Copou Bycote 16:2. PWX Elm YY ReSiQ aeacral contmotcri- Heitkamp Ine. Watertown calmacticur. Charlotte Meckleaburg Utilities DiviliOn 5 1 ao arooj�shire Filvd Ch2rlom N.C. 2K16 contact: Keith Shivley- (704'):iqq 255) may 2002 — Presmf I On goiag. Total contract 30,000 Liscir feet 4" / 61, 1 S" 112" C/1 Water Main Copon Elycolt Iti!) polyares I Capon jiyeoTe 162 pWX Epoxy Resin (Te=al Coot"CUIT, mBjj-,lL-jjng Serviccs Inc. Elml NGW York TRITON �j,L�TwXc) 12/ 15/ '200 3 07: 59 9 a 9 3 2 5 3 .--- 5- 11 12/10/03 WED 15:13 FA.T JFf', L-lr�Htl CF�'!,:E PAGE 14 W'j u LA Sandwich Wator Disl rict �2 Tupper Road Sandwich mms. 02563 Comact; Daw Mtth011e'v- (50g) 88.8 2775 Nov 20m MOO U=ir feet 4" 11,- j 911 / 12" A/C Witer Main Copon Hycote 169n4yarea GerLeral comtyumr: Hekk=p Inc, Watemo%vm conncctle-ur TRITON or Tamsrac Purchasing & Contracts Division n 1711 t =ek I STATE OF FLORIDA) )SS: COUNTY OF BROWARD) J. Fletcher Creamer & Son, Inc. KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and Safeco InSurance company of America as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Five percent of amount bid f, 5% of Dollars($ amt. bid ) 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, firrnlv,,by these presents- FHE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated December 17 20 03 fo r-, WESTWOOD 24 WATER MAIN RELINING PROJECT Bid No. 04-09B NOW, THEREFORE, -2 (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 r>aid City the appropriate Contract Documents, and shall in all respects fulfill all terrns and conditions attributable to the acceptance of said Bid, then this obligation shall be void; otherwise, it shall remain in force and effect it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed theamount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice Of any extension. I of 2 Bid 80nd O(T-amar-ac ACKNOWLEDGEMENT BID BOND furchs,5ii7g & Conh-ac?�r I)ivision Signed and sealed this 17th day of December 2 .0 3 IN P�SENCE OF.- B J. Fletcher Creamer, r resident J.-'. Fletcher Creamer & son, Inc. Principal (AFFIX SEAL) �-ATTEST: Secretary ATTEST: 34eWtaly Diane Coscia a's ditness to Surety Impress Corporate Seal 101 E. Broadway Business Addre,5s Hackensack, NJ 07601 Ctty/State/zip Susiness Phone Safeco Insurance Company of America Suretyl , "i Scott R. Kuzmic,�A orney-In-Fact Tifle Aftorney-in-Fact- IVA Sid SOnd S A F E CO' SAFECO SURETY North Atlantic Region Office 1200 MacArthur Blvd., 3" Floor Mahwah, NJ 07430-2331 We, the undersigned, Phone: Fax: CONSENT OF SURETY AGREEMENT OF SURETY f, Safeco Insurance Company of America 1200 MacArthur Boulevard, Mahwah, New Jersey 07430 t (201) 327-6195 (201) 327-9202 a corporation organized under the laws of the State of Washington and authorized to do business in the State of New Jersey, as Surety, do hereby consent and agree with City of Tamarac 7525 NW 88th Ave. Tamarac, FL 33321-2401 that if the foregoing proposal of for J. Fletcher Creamer & Son, Inc. 101 E. Broadway Hackensack,NJ 07601 Bid #04-0913 Westwood 24 Water Main Relining Project be accepted and the contract be timely awarded and executed by J. Fletcher Creamer & Son, Inc. 101 E. Broadway Hackensack,NJ 07601 we will, upon its being so awarded and entered into, become Surety as required i� the bid specifications. This consent will be valid for a period of sixty (60) days if no period of time is designated in the bid specifications. Signed and sealed on December 17, 2003 Safeco Insurance Company of America (seal) SAFECO" POWER OF ATTOPNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY Or AMERICA HOME OFFICE: SAFECO PLAZA SEAT-TLE,VVASHINGTON 98185 No. 3145 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation hereby appoint , does each '*"* .... "RICH-ARD A- KNUDSON, JR-; MARY E. STAWICKI, SCOT-T R. KLIZMIC, T140MAS PIEGA-R.I. DIANE M, COSCIA, Clark, Ncw jerscy­­+.* .... * its true and lawful a ttorn ey(s)-i In -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents ofa similar cha,actar issued in the course of its business, and to bind the respective company thereby - IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 20th day of August 2003 C-C( 4 Cf4___, CHRISTINE MEAD, SECRETARY CERTIFICATE MIKE ICK, PRESIDENT - Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDEL17Y AND SURtFY BONDS --- the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bond5� and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such aulhonty or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixM or in any other manner reproduced: provided, however. that the seal shall not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolufion of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970, "On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of ArUcle V , Secfion 13 of the By -Laws, and (ii) A copy of the power-of-atilmey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-atlorney appointment is in full force and effect, the signature of the cerbfying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' 1, Christine Mead. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF: AMERICA, do hereby certify that the foregoing extracts of the BY -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 17th C V.F CO M WE SEAL S L X �q 011tr Wks of as day of December . 2003 CHRISTINE MEAD, SECRETARY S-09741SAEF 2YO1 0 A registered tradernzirk of SAFECO Corporation 08/20003 POF S A F E t CD A-,�sets SAFECO D'qSURANCE COM:PAN-Y OV AM�ERICA FU'�ANCLdLL STATEMENT — DECEMBER 31,2002 Cash azid Bank Dcposits..----- ............ ........ S 179,469-961 'Bonds — U.S Goveriuncot ..................... ....... 268,315,526 'Other Bonds ... 1,95 1 �399,639 ,St&cks ........ _ ....... .......... ............ 3 8.9,420,765 R=1 Estate-- ....... ........... .......... ............ - . ......... 4 13,429,179 Agents' Balances or Uncollected Prcrr�un-is ......... 296,414,0 18 Accrued Interest arid Rents ............ _ ........... 34,269,055 Other Adrnittcd A-ssets--- ........... ........ ............ 252280 905 Tot-al'Admitted A_ssets. . ......................... U ,I �U �48 U o cam ed Prnrm i rm ...... .......... S 595,543,757 R-�Crvc for Claims azid Cl aLr6 Fxpcose .. ....... 1,496,818.4-07 Funds Held Under ' Rciusur-mce Treadcs 440,473 Pcserve for Dividends to Policyboldcrs.� ------------- I-- ------ 2,564,831 Add 16cioal S=tor-y Ptser-yc ... Reserve for Commussions, Taxts and Other Liabilides ............ ........ _ .... ..... ___. 463 60 qq5 .......... 5 ToW� ................................... * .................... ** S2,558,928,393 CapiW S(ock-.- ... --1--E--.--- , S. - Paid in Surplus-, ... - ---- _ ....... ----227,306,484 Unassigned Surplus ........ .......... .593.764,171 Sur -plus to Palicybolders--- .................... _12 6�O �7065S To (21 Liabilitle5 znd Sur -plus ... .......... ...... ........ Lj��� BOndS are stated 2( amortized or invesuncrit value; Stocks at Association Market Values. SejViides carried at 1113,865,629 arc deposited as requirtd by law. SEAL 1, MICHAEL C. PETERS, president oISAFEC0 National Insurancr Company. do hereby certify that the foregoing is a true, and corrert statement of the Assets and Liabilities of said Corporati ion, as of December 31, 2002, to the best of my knowledge and belicE IN MT-NESS WHEREOF, I have hereunto set my hand and affixed the scal of said Corporation" at Seattle, Washington, this I st day or March, 2003. Presidew S- 1262a 3107 0 A reulstaad lmdenmA of SAPECO Corpon(ion I ACKNOWLEDGMENT OF SURETY STATE OF NEW JERSEY COUNTY OF UNION On December 17, 2003, Scoft R. Kuzmic to me known, who, being by me duly sworn, did depose and say that he/she is an Attorney in Fact of Safeco Insurance Company of America the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal; and that he/she signed the said instrument and affixed the said seal as Attorney in Fact by authority of the Board of Directors of said corporation and by the authority of his/her office under Standing R�solutions thereof. Diane Coscia Notary Public of New Jersey My Commission expires August 1, 2007 Diane Coscia ACKNOWLEDGMENT OF PRINCIPAL STATE OF New Jersey COUNTY OF Bergen On this 17t-h dayof Decembpr 20 03 before me personally came J. Fletcher Creamer, Jr. to me known, who, being by me duly sworn, did depose and say that he/zhuxresides at 60 Ano a Dr. , Upper Saddle River, NJ 07458 and that he/she�ds the President of J. Fletcher Creamer& Son, Inc. the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the seals affixed to said instrument is such seal; that it was so affixed by order of the directors of said corporation, and that he/she signed his/her name thereto by like order. �? I "? � Q A_- - Notairy Plublic RAFFAELLA BELLINI NOTARY PUBLIC STATE OF NEW JERSEY My COMMISSION EXPIRES SEPL 20,2007 11) # 2292025 ATE AQORD,. CERTIFICATE OF LIABILITY INSURANCEPage 1 of 2 1210 0 1/2003 PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. Regional Cert Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0, Box 305191 Nashville, TN 372305191 INSURERS AFFORDING COVERAGE INSURED J. Pletcher Creamer & Son, Inc. INSURER A St. Paul Fire and Marine Insurance Compan 24767-002 ... 101 East Broadway INSURERS The Insurance Company of the State of Pa. 19429-001 Hackensack, NJ 07601 !INSURERC Zurich American insurance 2��mp �ny 16535-002 INSURER 0 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. NSR I TYPE OF INSURANCE POLICY NUMBER LTR 1 POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MMIDDIYY) DATE (MMIDDffYI A GENERAL LIABILITY KK02900314 9 15 2 0 0 3 3 3 l/ 2 0 0 4 EACH OC�yRRENCE S 00.0 _000 COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) S 1_00.0 000 CLAIMS MADE X OCCUR i MED EXP (Any one Person) S 000. 51 X�X,C,u PERSONAL& AQV INJURY 5 ---------- .11 000, 000 GENFRALAGGREGATe -5. 2, 000, 000 GEN'l, AGGREGATE UMIT APPLIES PER PROQUCTS - COMP/0P AG S 2, 000, 000 I PRO. FX I POLICY 1 JECT X LOC i A AUTOMOBILE UABILtTY i KK 02900314 9/15/2003 3/31/2004 COMBINED SINGLE LIMIT S 1, 000, 000 (Ea accode,­,t) ANYAUTO A" OVVNEO AUTOS BOOILY iNJURY (Per person) SCHEDULEDAUTOS X_ HIREDAUTOS BODILY INJURY S ! (Per accident) X_� NON -OWNED AUTOS i PROPERTY DAMAGE 7 (Per accident) GARAGE LIABILITY 'AUTOONLY EAACCiDENT 5 ANY AUTO OTHERTHAN _LAACC I ONLY� AUTO AGG 5 L-_-� ESS LIABILITY 6039736 9 15 2 0 0 3 3/31/2004 EACH OCCURRENCE�S� 5, 000,000 X QCCUR CLAIMS MADE !AGGREGATE S­ .5,000,000 S DEDUCTIBLE S RETENTION $ WORKERS COMPENSATION AND A EMPLOYERS' LIABILITY WVK2900900 I jOTH- 9/15/2003 3/31/2004 X OKY LIMI 1,� I , ER �__T EL EACHACCIDENT 1,00.0�000 E.L...DISEASE -EA EMPLOYEE $ 1 000,000 E.L. DISEASE - POLICY LIMIT S. 1 0 Q 0 0 0 0 C OTHER 00027391 9/15/2003 5/31/2004 Pollution I $5,000,000. occurrence i$10,000,000. Aggregate DESCRIPTION OF OPERATION SILOCATIONSIVEHIC LE SIEXCL U SION S ADDED BY ENDORSEMENTISPECIAL PROVISIONS For Bid Purposes Only- Bid No. 04-09B- Westwood 24 Water Main Relining Project City of Tamarac is named as Additional insured on the General Liability policy as respects operations of the Named Insured. Waiver of Subrogation applies to Workers Compensation, CERTIFICATE HOLDER X I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 6 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SMALL IMPOSE NO OBLIGATION OR LIABILITY F ANY KIND UPON THE INSURER, ITS AGENTS OR City of Tamarac REPRESENTATIVES. 7525 NW 88th Avenue ALT R EDREPRESENTATI�V/ Tama rac, FL 33321-2401 z ACORD 25-S (7/97) Coll:867955 Tpl:203787 Certf-.3657132 ACORD CORPORATION 1988 Page 2 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)- DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon, 4 ACORD 25-S (7/97) Coll:867955 Tpl:203787 Cert:3657132 STATE OF FLORIDA DEPARTMENT OF BUSiNESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 J FLETCHER CREAMER & SON INC 101 EAST BROADWAY HACKENSACK NJ 07601-6846 t tZ STATE OF FLORIDA AD 0936684 DEPARTMENT OF BUSINESS ANT) PROFESSIONAL REGULATION QB0016668 06/10/03 200466328 QUALIFIED BUSINESS ORGANIZATION J FLETCHER CREAMER & SON INC (NOT A LICENSE TO PERFORM WORK. ALLOWS COMPANY TO DO BUSINESS IF IT HAS A LICENSED QUALIFIER.) is QUALIFIV) under the provisions ot ch.489 FS. mviramzm date; AUG 31, 2005 L0306100126.1 DETACH HERE '#0936684 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L03061001261 T-CENSE NB ;/IOZ20031200466328 10BOO16668 rhe BUSINESS ORGANIZATION .qamed below IS QUALIFIED inder the provisions of Chapter 489 FS. Expiration date: AUG 31, 2005 (THIS IS NOT A LICENSE TO PERFORM WORK. THIS ALLOWS -OMPANY TO DO BUSINESS ONLY IF IT RAS A QUALIFIER.) 3 FLETCHER CREAMER & SON INC 101 EAST BROADWAY NJ 07601-6846 .IACKENSACK o.23719 fective: 12/04/2002 pircs: 12.13 112004 STATE OF ALASKA DEPARTMENT OF COMMUNITY & ECONOMIC DEVELOPMENT Division of Occupational Licensing P.O. Box 110806, Juneau, Alaska 99811-0806 Division of Occupational Licensing Certifies that J FLETCHER CREAMER & SON INC Is A Registered General Contractor -Excludes Residential Wallet Card ----------------------------------- No,28719 State Of Alaska Departmenr of Corranuniry and Economic Development Division of Occupational Ucnnsing niis cernfics -nat J FLETCHER CRF—AMER & SON INC Is A Registered General Con trac' or- Excludes Residential Effecrive I Expiration I D2tE of 13irt '104/:001 12/3 1 i2004 NOO Acting Cor=lssioner: Thomas W. Lawson If you've moved. please notify the division in writing with your new address. If vou wish to chanae to a residential contractor or wish to downarade to a specialty contractor a new application is required. Also any changes to the ownership of the contractor registration i.e. incorporation, addition or deletion of a parmer(s) and any name changes require a rle%v application, please call (907) -165-2546 or 465-3035 and we will send you the correct information and applications. ZK�6 VO �IVV\IlkS CIVO�J OGNVNI�D_J NVSIV�KL ONI NOS'9 �JEHOiEIIJ r (D > CD CD (n CD (n Q 0 CD CD CD Z; CD Cn zi. (D :3 CD (A cr m C7- CD co --4 (o = . 0 CD 3.x- (D (D M --T 3 m (D CL cc) 3 :3 Z; 5;. 03 C- -n m ;u (D :2. 0' 0 CD 0 CD X m z ;u 73 CL CD o r-p- (D > z , , :7 C) so", 00 0 tn 'a HT :E M. (D 0 Fn 0 0 C: Ez l< cn c 0 (M 0 3 00 > P EF CO) C- c ZD CD 0 �o Fn 0 > m (D 77 = (D Cr 1 (n cn C7- S- C: > = CD > 0 m CO Z C: CD En m �c Cl) 0 > > (7) C CD W Cj cn C/) 0 > m to cn =r cn co) CA 77M M a) 0 0 -0 cu M (D z - ;a ;u CD C-) co :3 7n, m 4 = ca 0 cn 6 0 — � CD z (D CD 3 cn CD r CO CO 0 — 11 z > 90 cr a % CD 0 Z 0 00 0 3 co C:) (D i3 M:� C: = — (D CL w cr D M a) < ca �R- i3mZ ru cn <. g 7� — = z 0 cu cr m �l CD a 3 CD .6, rri 3 (D CL cn S:-'NT 3Y: J.FLETCH-71 CR14MER ; 181836710673; NOV - 11 2 - 1�2 1 �: i e; PAGE 2,/2 AMiJo =MMMW, M =mrmem rn o o M 5 M > t > > > ' 0 C-1 --4 ,A , , > m m ,O(� ml-- cn rl 0�0 -� = 2 > M -n S t- 0 x Ul n f-) C) m M . . .... > 0 m Zi rn 3> z ril -n rn -n m -rl 'n M -Z 0 z tri u z rr, > . m > ru z a _u N) z 3 Ln 0 Cl rz m > I:E c 0 Z M 6* 0 z X 3> x C") 1 = = o � 0 -n 2i --IS k tzi z Z zi C) Z u G, C cn M uj rn T Lt) a rm -:�i 0 c rl > -7 z rn m P, M mw� m > Ln Ln > m � M (n 0 07 m rr. -n . Cf m m C, W m Ml -4 z z M m 0 M-T r; 0; m a -n m rr, -n Cc rr cn C, > i:91 z 22 I- ol T L.: N > p 4 0 r, a 0 r R z =I 0 ILI 0 Z ;1, < Z z z M n 0 z z C m .Z z c --4 M z m n rn C M rri C-) M > rn LJ rn Z m M rn rA �Q 0 cn :—n .1) 2m Fn __I Ri C?l > ct� Z -4 > Z -4 rj o > = 0 0 4 5 = --I > > 0 -�: a 0 0 ul In -pi z 52 z > C) z > -n cn o 0 n o CD ou a 0 0 a 3 a a a C) n 3 n — m m > N hi N F F m > CD (o LI) cn Ln UT QI C� �j C) w 0 cil Ln cn cn (n 6 0 c) i. C) 4�6 w N) > m CD CL C) o m -a -< 0 0 0 ::� (= rn :� 7, 0 F m m m --I m ni z r m n ;9; 0 C; Z > ;u :z r— ;U X -1ZI c— > ;o > -A 0 m M x > --i > (D M () 0 n m 0 m m 0 > (D u) ;;� rn m z rn > z > Z — — 0 o cn G) z m > --j 9 r, = 0 0 M Z > I E M Z (n m cn 0 =3 a Z :7 Z in 0 z z cn ;a z 4 C: > M n ;a --1 5 -1 M 0 > M M C: CD X 0 0 n m (= --i , > x M 0 (D 71 Z rn 0 - 0 > m --i z r- rn m 0 m (n 6.- 3 Q rn cn ET 0 0 C) > 0 (n Z -< m C: --i m 7) > C, M ;a ;u U) 0 U) m z 0 -02i. �71 z (7) rn lz -i��; cn CD CL !C CD CD OJ ­ M M z ul X -n C: m 0 CO > M --i < M z 0 U > > --i > m m C- r-i hi CD C) Ln C) CD w M LA C) z m C --4 M 0 -E N 0 z 0 �o C/) z 0 0 m m m MFAIK P m 0 0 m C) M 4 r m m > --i n o > z > m Z Fn > z CL m X 0 Z c m m 'B z m M m z -.j ;o M M gj)pl� (D n m z -M m 4 rLI z 0 Cl) 0 I A ti; g c C/ . ), (A 6L m cn Z, -cn (n -0 0 -43a. mkqww m —4 0 0 ri 03 0 ;a m z --4 -T, c Z: Baltimore County Department of Public Works Construction Contracts Administration February 13, 2003 J FLETCHER CREAMER & SON INC 101 E BROADWAY HACKENSACK, NJ 07601 Dear Contractor, I I I West Chesapeake Avenue Room 300B TOws0n, Maryland 2120.4-4604 410-887-3531 Fax: 410-887-4505 This is to notify you that prequalification for Pumping Stations & Treatment Plants category G has been divided into two sub -categories, Since the two sub -categories entail the same scope of work as the G classification previously held your company will be grandfathered in to t�e two new categories. You will not receive a new certificate of prequalification at this time. When your company renews your prequalification the certificate will refrect the change in categories. My office has changed the information in your file so that there will be no problem in purchasing plans that come out for advertisement under these two categories. The two new categories are as follows: G. PUMPING STATIONS AND TREATMENT PLANTS 1. New Construction All work involved with the construction of new water and/or sewer pumping stations and treatment plants- 2. Renovation/Upgrades ,'Rel-lovations/upgrades to existing water and/or sewer pumping stations and treatment plants. Work to include, but not limited to, piping, valves, pumps, motor control centers, electrical controls, lighting, HVAC, telemetry and instrumentation. If you need any further assistance please do not hesitate to contact me at 410-887-4248, Sincerely, M. Katherine McHe�nry, ce C�oortor Division of Construction Contracts Administration mkm J— U) �-J 00 --1 c", 122 m — t� = 10 > > ;u r) > 2 41- n rA 4r- C ;z :z cn rz ti _lz n4 -0d "P:z cm 4 r— ci tr3 rb :z > � elk, :j - cm C:) C�D rl LlUzNbF-- NUMBER BOND NUMBER S8,1920 98 rREAHER J FLE%HE� & SON jNC BOND EXPIFIA-nCN DA 7E 06/30/2004 4 'Ra"02/2 -9 /2 0 04 EE Arry charge of busmew addressft=G must be rep"md to tM Kegt=ar 71"nul �u "Y� Thi�s license is no, trwIsfen-able, and st=j, be returned to the Regiswar upon dernand when suspended, -ey k or imralid2ted for arty reason. This pcicket card is valid through the expiration date only. if found, drop in any mailbox - Postage gum-apteed �'f- C�OmrLcMrs S= Ljcensa ScaM P.O. Box Z6000 Sxmmento, CA 9�826 tjcansze Signarure > 0 F, > Q m > Z'3 5m m zz en �wo m z 14 Z-n C) --I z 0 z < ::! 4 �n- (P N) < � < C: C- ch > -n a C) z >-4 ;K; M m 46 17 > M > Z Na a 0 m > > CA) Q C7 m > z > z C- < > -4 0 m 73 rn CA CA) z Cm cn ---i > M m cn C (n Z > n M m < > > 7 C) Z z > C X cn m m z nj �5, K C: 7 — C,- ID 0 z ;z 1 cn > -n m > xmm m m m Z Z Z) (n 0 > > m 0 E z m m z 0 z Ln Z>m M > > C� m z 0 C) :z-, > z > rQ 0 z r,)— E�a CD co w (D M GOVERNMENT Department of Consumer and Regulatory Affairs Date Issued: 12131/2002 OF THE Business License Center :wRoom 1100 Unique Business ID#: DISTRICT OF 21066XYM-1 2853 COLUMBIA 941 North Capitol Street, N.E. License Period: Anthony A. Williar"s, Mayor Washington D.C. 20002 1213112002 - 1213012004 Applicant's Name and Mailing Address Name and Licensed Premise Address: Registered Agent and Agent Address: J. FLETCHER CPEA.\,l ER &SON, INC J, FLETCHER CREA.\,IEP,,,qz SON, INC CT COR_POR�ATION SYSTEM 101 E. BROADWAY 10 1 E. BROADW,AY ST 1025 VERNIONT AvENUE NW HACKENSACK, N.J 07601 HAC K EN SACK, NJ 07601 WASHINGTON DC 20005 C of 0'-: Z12345 Home Occ SQUARE: t LOT, ZONE.- 'NARO! ANC: GENER-AL BUSENESS LICENSE - OTHER -BUSENESS SERVICES 0 THE LAW REQUIRES THIS LICENSE TO BE POSTED IN A CQN3PICUOUS PLACE ON THE PREM15ES ADDENDUM David A. Clark, DIRECTOR '4 .(M 1%4 jb�. mad ve I "M t�a= br -4 01 -a 283532 1. Fletcher Creamer & Son, Inc. 10 1 Ea5t Broadway Hackensack NJ 07601 STATE OF GEORGIA CATHY COX, Secretary of State State Construction Industry Licensing Board Utility Contractor LICENSE NO. UC300617 J. Fletcher Creamer & Son, Inc. 10 1 East Broadway Hackensack NJ 07601 EXPIRATION DATE - 04/30/2005 Active 4 STATE OF GEORGIA CATHY COX, Secretary of State State Construction Industry Licensing Board Utility Contracor LICENSE NO. UC300617 1. Fletcher Creamer & Son, Inc. 10 1 East Broadway Hackensack NJ 07601 EXFIR.-\TION DATE - 04130/2005 Active A 17 - L':':,7 (7: Fhe Numbtr 5818-410-1 ta t Offlic of '�3CCTEIau 0, I '�-; [a 7- 7 L CFF7C�Z CI? R7 :A_R F STATE By oF 70--- La :7 7 - ; '3 4 Now Therefore, 1, George H. Ryarl, Sec'etary of State 0-� the State of 111inoi:5, by virtue Of ti�e powers vested in me- by law, doi her -.by issue thi5 certificate and attach hereto a. COPY of the Application of t�e aforesaid corporation. U�uzuf, I hereto set my hand and Cause to be affixed the Great Seal of the Stat., of 111ir, 5 at the City of springrjel(j, t;-1.5 1 2.7 _,A day of APRZ-L A. D. 19 97 a In d (z) t-he Lndependence of the Qn-it.-ed States the two 7 .3- hundred and u"a .2c 5 Ln Ln Ln Ln ril CY 04- co 0 X > to P�r 0 ID L 4 cn Ln 0 Im n F-I ium sm - z > > C) CD L) OC 00 C: 7_� 'a r 0 cr (D 0 0 77 zz 0 w > z �" 7 z 0 '), I � 0 cn 0 k -� rn z r- > ­4 e5 �; O>m z < (n M Z OM MO 7 7 m _4 —4 —zr -C= Zoo z 77M Cn —MMI 7 7: j6 fv'! (D I-T7 4 cn m cn 0 j 0 > z �_q m -n 0 .j Z 0 M x < cn > 0 Co > 0 r- 0 e-M > :5 > --1 C') 0 rn Z L) 4 M M Z M (D 0 (n cn z > z 0 'n co :E ­4 1 M 3: 0 rm > Z rn 0 I a 0 r - M rcn > 0 C) ' Ch CL 12 In z 4p; 4 c -i rn M 0 >0 -n Z Z M > <F om > 0 C; co > a cn 4 = C) ca Z 0 > Z > < M C] 0 m rn 10118/01 Taxpayer Identification4i 210-665-029/000 Dear Business Peoresentative. Congratulations! You are now registered with �he New Jersey Division 0( Revenue, Use the Taxpayer identircation Number listed above on all correspondence with the Divisions of Revenue and Taxation, as well as with tpe Department of Labor (if the business is subject to unemployment withhcldings), Your tax returns and payments will be riled under this number, and You will be able to access information about your accoun-, ty referencing it. Additionally, please note that State law (Public Law 2001, c.134) requires all contractors and , subcontractors with State, county and municipal agencies to provide crccf of their registration ,vith the Division of Revenue- The law also amended Section 92 of me' Casino Cantrol Act, wnicn deals with the casino serfice ind,,jstr/, 'Ne have attached a Proof & Registration CerliFicate for your use- To combly with the law, if you are currently uncer contract or en:ering into a contract wil4h a Sta,*e, coun�/ or municipal agency, you must provide a Copy of the certil'ica4e to the contracting agency, I If you have any questions or require more inr - ormation, leel I"ree to c2ii Our :Registration 'rictline at (160G) 292-1730, I wish you continued success in your business endeavors. Sincerely, �?- 94c--e�lz- Patricfa A. Chiacr-hic Director, Division of Revenue STATE OF NEW JERSEY 7 BUSINESS REGISTRATION CER-171FICATE OF-PARTUENT OF 7REASWRY/ 01VISION OF: RENVENU� J�FOR STATE AGENCY AND CASINO SERVICE CONTRACTORS PC aOX25z'-.-1.' TRENTON, ?4 108646-0252 TAXPAYER NAME: "FRACE NAME: J. FLETCHiR-- CREAMER 8, SON, INC TAXPAYER IDENTIFICATION' �""..��-CCN7.RACTCR (--ERTl'FlCA77(DN—' 210-665-029/00a A001RESS ISSUANCE DA7=—: 101 EAST BROADWAY HACKENSACK NJ 07601 10118/01 EFFECTIVE DATE: 06116/54 FORN-I-BRC(08-01) 1`11113 carTlificale is Nor i-s-ii4in3oie or transfer3cio. it must oe coolcuousty jj3piayed 3, aoove zoddres-s._ 4 n CD m (D CD C14 (D W (D (D M (D N' (D C� Gil 0-4k 4—i� t:ool 1p-� tz tz cli C) CD a::" ,A �:i rw*t rolko- lt:ro� I ) Ft �o ON 7 > c > m n C ;7j U� z Cn > M > In n 2 z I M co X m > --I > > < Cl) 77 wl I I mp 0 C3r n oc W, M %WAR .W. -L3V4 N339 3AVH 33SSINt4a� JO —::'Ij.$ -:;H1 10 S.LN3V43blf)03ld IIV iVHL AJLLI�3,0 01 Sl SIHLL '3NI 'NOS V ld3MRIO W3H313-W 'r Hol-IMINOD SUOJL3VUiNC3 VOOZILE/go :a.LVO NOI.LYldldX3 3AU-0V jSrUV.LS 31-1 99LLCOOO :83gy4nN oi 33NVunSNI CNV 30113WWOO ziO.LN3VUHVd3G 33SS3NN3.L JO 3.LVJIS 4SDCSL m r x F) 0 z C: --4 m 5. > --J rn C > C) C CD -j Ln 0) 00 -71 NJ -M CD Ci CD M rm > c, m = -0 5z C-) m > z > Z3 A z C-3 m w z N) C) Ln co C: -n > z Ln 0 m co N N STATE OF UTAH DEPARTMENT OF r-c)MMERCE LICENSE REFERENCE NUMISER(S), CLASSMCA-110N(S) & OE-TAIQS) 1306597-5551 .q 1. J. FLETCHER CREANIER & SON, EIOO INC. 101 E Broadway Hackensack NJ 07601 EFFECTIVE M X EXPIRA-nON %--,' X 05/06/2003 07/31/2005"�! Contractor 'vVithout LRF 'X �IGN,,�TURE OF HOLDER INIPORTANT LICENSURE RENfINDERS: 0 YQUr license is valid until the expirati I ion date listed on this Form. 0 Please note the address listed below, This is your public address of record For the division, and all future correspondence from th,� division will �,e mailed to this address. If You Move, 'It IS YOLLF responsibility to notiFy us directly of the chancre. MaInta n' 1 1 Ing your current address with us is the easiest way to ensure continuous licensUre, 0 This license has been issued to the business enAty. Any change in the license's original entit� structure requires a , 7 1 / new license (i.e. DBA to a Corporation, etc.)- Please contact the division beCore You make such changes. 7r -TCz � - 2- HER 101 E 3R0A-DrN.'1.Y Fz,--�-7NSACK NJ 07�SO I 6 & SCN, INC. Please visit our vv,eb site ai , ,,,,w%v,dor)1-urah,,�o,, should you have ariv questi . oris in the future. STATE OF UTAH DEPARTMENT OF COMMERCE DIVISION OF OCCUPATIONAL & PROFESSIONAL LICENSIN LICENSE �1 Or L EFFECTIVE DATE: 05/06/2003 000 EXPIRATION DATE: 07/31/2005 ISSUED TO: J. FLETCHER CREA1 MER & SON, INC. 101 E Broadway Hackensack NJ 07601 189 REFERENCE NUMBER(S). CLASSIFICATION(S) & DETAIL(S) 1306597-5551 Contractor Without LRF E100 1 r_- 2� 0 m 0 0 z > r r- co m m m m > > o -n 0 3: -1 C, .7: 0 :0 0 > ;u 0 A 0 w 0 o 0 Z Z m 0 0 -4 >lC m z ;a > rn < En 0 > m -4 a Ln 0 z > tn 0 -n < 0 > > z (A 0 m z TO m Ln S z 0 z m �l m CD E M m LF x C) z m 0 r > 0 m z 0 M C- C- r- 0 C) -n -n r�- 00 C-) r- r- cn CIO co K m m rn m C) M M ,n Z: 0 3> --q --4 Cf) 0 0 3> 3> n -0 z — -Do 50 0 m m 0 -n CL --ftz M x ca m :Z ch > z :0 0 C-) C-) --q CD m m c; > ep r- r* C- > C:) m m X z C) SE 3> )> --i Q F 0 Q m m C) = -n o < 0 I-q 55 0 < a G)-a --i > C) Q z > 00 m �o im W 5;zq 0 m z > C-) 0 r m m 0 c r- 0 z C) Ln a co DO 0 STATE OF WASHINGTON MASURL ICENSE SERVICE REGISTRATIONS AND LICENSES UNIFIED BUSINESS TO f: BUSINESS TO ORGANIZATION TYPE EXPIRES FOREIGN PROFIT CORPORATION J. FLETCHER CREAMER & SON, INC. 520 PIKE ST SEATTLE WA 98101 *1 FOREIGN PROFIT CORPORATION RENEWED BY AUTHORITY OF SECRETARY OF STATE 601 213 586 001 11-30-2003 The above entity has been issued the business registrations or lioenses listed DEPARTMENT OF UCENSING. BUSINESS & PROFESSIONS CIVISION, ---P.C. aCX9034—OLYLWIA. WAWM7-9034 000awn8m ot Low -am eQ�L' 0000099 AV 0 cn x z z 0 I.- 14 LU L6 0 cr LU L) 0 J) 03 co Uito U') = U w cn y w �u 'A (n n Z co No Text DATE ACORQ,. CERTIFICATE OF LIABILITY INSURANCEPage 1 of 2 1 (31119/2004 PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. - Regional Cart Center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. L ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P * 0 Box 305191 N..h�ille , TN 372305191 INSURERS AFFORDING COVERAGE fti6RED J. Pletcher Creamer & Son, In'C. INSURERA: St. Paul Fire and marine Insurance Compan 24767-002 101 East Broadway A d Hackensack, NJ 07601 INSURERB The Insurance Comp�qLX. of the State of Pen 19429-001 INSURERC: Zurich American Insurance Com any- 165��-qP2� �, I I I R�R 0: INSuRERE r()V9PAn9q 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. iNSR --��YEFFECTIVE P&UciEX LTR TYPE OF INSURANCE POLICY NUMBER M PIRATIION (MMIODfYY) I DATE ( ,,,,y I LIMITS A GE ERALLIABILITY KK02900314 9/15/2003 3/31/2004 EACHoccuRRENCE is 1,000,000 0, I X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) S 1,000,000 CLAIMS MADE OCCUR MED EXP (Any one person) s 5 �X X'c'u PERSONAL& ADV INJURY __1,000,OOQ !GENERALAGGREGATE S 2, O.Q-0, 0 0 0 r�EN'L AGGREGATE LIMIT APPLIES PER� .-PROIDUCT-S AGG S2,000,000 I POLICY I X X LOC An A AUTOMOBILE LIABILITY 1 KK 02900314 /2003 3/31/2004 COMBINED SINGLE LIMIT ANYAUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS 16-1 SCHEDULED AUTOS BODILY INJURY person) X HIREDAuTO$ N NON-OWNEDAUTOS Wool. BODILY INJURY S (Peracc,dent) �Xj PROPERTYQAMAGE $ -afth% -0"0— -1"% A (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHERTHAN EA ACC $ �AIG ANY AUTO AUTO ONLY: S B EXCESS LIABILITY �EXI 6�0394736 9/15/2003 3/31/2004 �f!ACH OCCURRENCE S 5,000,000 X OCCUR CLAIMS MADE P, LAGGREGATE JS 5 000,000 DEDUCTIBLE iRE TE NTiON S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WVK2900900 9/15/2003 WC STATU, TH. I 3/31/2004 X TORY LIMITS NR E.L. EACH ACCIDENT 5 1�0 0 0 0 0 E.L. DISEASE - EA EMPLOYEE I $ 1 0 0 0 1000 E L DISEASE - POLICY LIMIT $ 1,000,0 0 C OTHER CPL597439200 9/15/2003 573172004 Pollution $5,000,000. occurrence $10,000,000. Aggregate DESCRIPTION OF OPERATIONS�LOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENVSPECIAL PROVISIONS JFC Job #04-0188 - Bid 04-09B - Westwood 24 Water Main Relining Project City of Tamarac is named as Additional Insured on the General Liability policy as respects operations of the Named Insured. Waiver of Subrogation applies to Workers Compensation. CERTIFICATE HOLDER X, I ADDITIONAL INSURED: INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR To MAII- 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILI F ANY KIND UPON THE INSURER, ITS AGENTS OR City of Tamarac REPRESENTATIVES, 77 7525 NW 88th Avenue AUT R EDREPRESENTATIV Tamarac, FL 33321-2401 ACORD 25-S (7/97) Coll:899759 Tpl:203787 Cert�3963000 V @ACORD CORPORATION 1988 si� Wed. Jan. 21, 2004 <%A EI�E�ST> ambest-com %00 • Ratings & Ana yjLis • News Publiswirns • Prcdurts &.3ervices RATING P • Insurance Regowces • Abcu-, A. N1, Bes: 02452 - St Paul Fire and Marine Ftating f 5 E A It C H 'Ve Insurance Co Enter Company Name Member of St Paul Companies or A.M. Best Number A.M. Best #: 02452 NAIC #: 24767 View a list of arouo members or the aroup's raling GO Best's Rating More Search Options A A u (Excellent)' kABEST Where Financial akk-C�"pry in the world is A EXCINA XV ($2 billion or more) A.M. MOST? ur loc=ons *Ratings as of 0112112004 11:45:32 AM ES.T. Whotdo Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to you think(g) meet their ongoing obligations to policyholders. $en d us y. our corn me n-, Important Notice: Best's Ratings reflect our opinion based on a comprehensive Accessing the pages on quantitative and qualitative evaluation of a company's balance sheet strength, ambest.com constitutes operating performance and business profile. These ratings are not a warranty of an the user's agreement to insurer's current or future ability to meet its contractual obligations. View our �-n—tirq our terms of use; Information collected _nojice for a complete details. via this Web site is protected by our prht4cy.s�nt; Companies interested in placing a Best's Security Icon on their web site to Comments or concerns promote their financial strength may register on ine. should be directed to our customer service group; For other . ... . .... ....... ...... .... .. ...... .......... ... .......... . . ........... . .. .......... matters refer to our Copyright @) 2004 by A.M. Best Companv. Inc. ALL RIGHTS RESERVED ggniagLyu5 page- No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company, Refer to our terms of use for additional details. Wed. Jan. 21, 2004 • Rxings &.Aria ysis • Kgws Publka-.jrns • Pr-- dur's & 34ror..4s RATING • Insurance Resour;�es • Abc u! k 10. B;-s! 02035 Insurance Company of State of Rating S E A R C H Or'*** PA Enter Company Name Member of American International Group Inc or A.M, Bes, Number A.M. Best #: 02035 INAIC #: 19429 View a list of grou"m mbers or the group's ralbg GO Best's Ratina More Search Options A EIF43T A++ (Superior)* Where Financial Sin in the world is *A.M. A++ kpwW XV ($2 billion or more) 8 EST? Ur- loc:i-icns *Ratings as of 0112112004 11:45:32 AM E. S. T. Whatdo Rating Category (Superior): Assigned to companies that have, in our opinion. a superior ability to YW tNnkQ meet their ongoing obligations to policyholders. Sen d us y our corn me n- Accessing the pages on ambest-com constitutes the user's agreement to our terms of us ; Information collected via this Web site is protected by our priva statement; Comments or concerns should be directed to our Customer 5C jr,§ group- For other matte�s refer to our contact us page - Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile, These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright @ 2004 by A.M. Best C"m , 7ny,lug. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the AM. Best Company. Refer to our jeun"fv*-e for additional details, Wed, Jan, 21, 2004 :1 B _�E:S�T> ambest.com • P a6ngr. &Ana vsis • News Publica-irns • Product-, & 76ervice-r • Insurance Re,5ourct-s *Abr-u--A.IY Ses Ftathg fqW' SEARCH , EnterCompany Name or A.M. See: Number GO More Search Options Whe re in the world i .A.M. 11111SEST11 ur loc3tions Whotdo YOU tNr4) Sen d us y our com me n-. s Accessing the pages on ambest.com constitutes the user's agreement to our terms f Ua ; Information collected via this Web site is protected by our Privacy-stoternept; Comments or concerns should be directed to our customer servic group; For other matters refer to our con—ta-c-t'MA page, iv�-If4ilw E�,�RWUY,XKMA! � ILI k`�, I RATING 02563 - Zurich American Insurance Company Member of Zurich Financial Services Group A.M. Best #: 02563 NAIC M 16535 View a 1[5t -Qf -group members or the group's ratina nnepw Best's Ratinci A A (Excellent)* m BEST Financial Sizo.Category XV ($2 billion or more) A bNabd *Ratings as of 0112112004 11:4S:32 AM ES, T, Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. ..... .. .. . ............ ............... . ....... . ........... .. ... ..... . - .... . ..... Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details, Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may re ii. tgronline. ... ... .. .... ..... ... .. .. ................. . ...... Copyright@ 2004 by A..M,_BqgLCompan Inc. ALL RIGHTS RESERVED 3� Nc part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details.