Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (169)Temp. Reso. #9824 Page 1 June 26, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-169 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID NUMBER 02-22B TO CENTRAL FLORIDA EQUIPMENT RENTAL, INC. FOR THE CONSTRUCTION OF THE WOODLANDS SUBDIVISION DRAINAGE IMPROVEMENTS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH CENTRAL FLORIDA EQUIPMENT RENTAL INC.; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $410,823 WHICH REPRESENTS A CONTRACT AWARD OF $373,475 AND A PROJECT CONTINGENCY OF $37,348; AUTHORIZING A BUDGET TRANSFER WITHIN THE STORMWATER UTILITY FUND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 12, 2000, the City Commission of the City of Tamarac approved through Resolution Number R-2000-189, an agreement between the City of Tamarac and Williams, Hatfield & Stoner, Inc. to perform a pump station feasibility study within the Woodlands Subdivision for the purpose of flood protection; and WHEREAS, the final report from Williams, Hatfield & Stoner, Inc. released in March of 2001 indicated that due to regulatory restrictions imposed by the South Florida Water Management District, a pump station in the Woodlands area would provide only marginal flood protection benefits; and WHEREAS, the above referenced report further indicated that channel and control structure improvements would provide better flood protection than the construction of a pump station; and 1 Temp. Reso. #9824 Page 2 June 26, 2002 WHEREAS, the City of Tamarac is desirous of minimizing flooding problems which exist in the Woodlands Subdivision; and WHEREAS, on July 11, 2001, through Resolution R-2001-189, the City Commission executed Task Order Authorization No. 01-01 with Williams, Hatfield & Stoner, Inc. for the provision of engineering services related to the Woodlands Drainage Improvements, including design, permitting, bid package preparation, bid evaluation, and construction services; and WHEREAS, based on its design recommendations, Williams, Hatfield & Stoner, Inc. developed a bid package, attached hereto as Exhibit 1, for the construction of larger and improved culverts, and the renovation of several control structures; and WHEREAS, the City of Tamarac publicly advertised Bid Number #02-22B for these recommended drainage improvements in the Sun -Sentinel on April 21, 2002, April 28, 2002 and May 05, 2002; and WHEREAS, on May 22, 2002, the following five (5) bids were opened and reviewed to determine cost and responsiveness to the City's specifications: Bidder Cost Central Florida Equipment Rentals, Inc. $373,475 GMI Contracting, Inc. $422,825 Intercounty Engineering, Inc. $434,000 Giannetti Contracting of Florida, Inc. $592,000 United Underground 1$612,500 ; ana WHEREAS, based on the bid results it was determined that the bid presented by Central Florida Equipment Rentals, Inc., attached hereto as Exhibit 2, was the lowest responsive and responsible bid; and 1 Temp. Reso. #9824 Page 3 June 26, 2002 WHEREAS, it is recommended that expenditures in an amount not to exceed $410,823 be authorized based on Central Florida Equipment Rentals' submitted bid price of $373,475 and a construction contingency of $37,348 to account for fluctuations in material prices, variances in quantities and unforeseen field conditions; and and WHEREAS, available funds exist in the Stormwater Fund for the aforesaid purpose; WHEREAS, it is recommended by the Public Works Director, the Assistant City Engineer, and the Purchasing/Contracts Manager that the City award Bid Number 02-22B to Central Florida Equipment Rentals, Inc. for the construction of drainage improvements in the Woodlands Subdivision in the amount of $373,475. 'It is further recommended that an expenditure in an amount not to exceed $410,823 be authorized; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to award Bid Number 02-22B to Central Florida Equipment Rentals, Inc. in an amount not to exceed $410,823. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. 1 Temp. Reso. #9824 Page 4 June 26, 2002 SECTION 2: The appropriate City Officials are HEREBY AUTHORIZED to award Bid Number 02-22B to Central Florida Equipment Rentals, Inc. for the installation of drainage improvements in the Woodlands Subdivision, and close the bid award including but not limited to making final payment and releasing bonds when the work has been satisfactorily completed within the terms and conditions of the contract. SECTION 3: The appropriate City Officials are HEREBY AUTHORIZED to execute an agreement with Central Florida Equipment Rentals, Inc, awarding a contract for the installation of drainage improvements in the Woodlands Subdivision, a copy of said agreement attached hereto as Exhibit 3. SECTION 4: A total expenditure in an amount not to exceed $410,823 is HEREBY AUTHORIZED, which represents a contract award of $373,475 to Central Florida Equipment Rentals, Inc. and a project contingency of $37,348. SECTION 5: Budget transfers which may be required for proper accounting purposes and financial control are HEREBY AUTHORIZED. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 Temp. Reso. #9824 Page 5 June 26, 2002 1 1.1 SECTION 7: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 8: passage and adoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this 26th day of June, 2002. ATTEST: i MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that have approved this 6fl�SQLUTION as to form. MITCHELL S. KRA CITY ATTORNEY EHREIBER 11 MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: V/M. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE EXHIBIT "1" Temp. Reso. #9824 Page 1 of 133 6 I I I I 1 1 1 1 WOODLANDS SUBDIVISION IMPROVEMENTS CITY OF TAMARAC Contract Documents City of Tamarac Mayor: Joe Schreiber vice Mayor: Edward C. Portner Commissioners: Gertrude Mishkin Karen L. Roberts Marc L. Sultanof WILLIAM S, HATFIELD & STONER, INC. engineers Planners Surveyors Environmental Scientists EXHIBIT "1" 6 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org INVITATION TO BID BID NO.02-22B Temp. Reso. #9824 Page 2 of 133 Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, May 22, 2002 at 2:00 p.m., at which time bids will be publicly opened and announced for: Woodlands Drainage Improvements 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. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 02-22B Woodlands Drainage Improvements Project, opening Wednesday, May 22, 2002 at 2:00 p.m." 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. Payment and performance bonds will be required prior to commencement of work. A Pre -Bid Conference will be held on Wednesday, May 8, 2002, at 10:00 a.m., at the City of Tamarac, City Hall, Commission Chambers, 7525 NW 881h Avenue, Tamarac, Florida. It will be in the best interest of all parties interested in bidding on this project to attend this meeting. The work to be performed consists of the Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications herein and generally includes: Four 68" X 43" culverts, 490 LF in total length, utility relocation and restoration, head walls, control gate improvments. 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 for review and may be obtained from the Purchasing Office at the above address upon a non-refundable payment of $ $50.00 for each set of documents. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact James Davis, P.E. of Williams, Hatfield & Stoner, Inc. at (954) 566-8341. Ly da S. Flurry, CPP Purchasing and Contracts Manager Publish Sun Sentinel: Sunday, 4/21/02, 4/28/02, 5/05/02 Equal Opportunity Employer EXHIBIT 091" Temp. Reso. #9824 Page 3 of 133 INSTRUCTIONS TO BIDDERS NAME OF BID BID NO.02-22B 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. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. DESCRIPTION OF WORK IThe City of Tamarac is interested in obtaining proposals from qualified Contractors, for the Woodlands Drainage Improvements Project within the City of Tamarac, FL. The work consists of furnishing all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Installation shall be by a licensed Undergroung Utility Contractor and crew with at least five years of verifiable full-time experience with utility drainage projects of similar nature or dollar cost. 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 City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, on Wednesday, May 22, 2002 at 2:00 P.M. 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, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the ' City 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. Bidders are required to state exactly what they intend to ' furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit CAWINNT\Profiles\jv6Temporary Internet Files\OLK2\Construction Bid Boilerplate w styles 3-15.02.doc EXHIBIT "1" Temp. Res.o. #982-^ 1 Page 4 of 133 ' one (1) original and two (2) copies of the bid. 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. ' All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for ninety days from the date of the bid opening unless otherwise stated by the City. ' 2. BONDING 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. The Bonding 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 Quantities shown are 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 CAWINNT\Profiles\vdUemporary Internet Files\01_1<2\0onstruction Bid Boilerplate w styles 3-15-02.doc 3 EXHIBIT " 1 " Temp. Reso. #9824 Page 5 of 133 J 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; 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. 8. 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. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. Installation shall be completed within 150 days from purchase order date. 9. 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 brochures, specifications in detail and/or samples. The City shall be the sole judge of equality. 10. SAMPLES AND DEMONSTRATIONS When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven 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, C:\WINNT\Profiles\jvd\Temporary Internet Files\QLK2\Construction Bid Boilerpiate w styles 3.15-02.doc EXHIBIT "1" Temp. Reso. #982 Page 6 of 133 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. 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 & Safety Division, 7525 NW 88t' Avenue, Tamarac FL 33321-2401. 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 bid 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 ten-nination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the CAWINNi\ProfilesWd�Temporary Internet Piles\01-1<2\Construction Bid Boilerplate w styles 3-15-02.doc 5 EXHIBIT "1" Temp. Reso. #9824 Page 7 of 133 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 work. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnity 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 ' C:\WINNnPro1ilesNvd\7emporary Internet Files\OLK2\Construction Bid Boilerplate w styles 3-15-02.doc 6 EXHIBIT "'I" Temp. Res . #982,0 Page 8 of 133 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. 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 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 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 $1,000,000 $1,000,000 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 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 CAW INNT1Proliles\ vdUemporary Intemet Res\OLK2\Construction Bid Bollerplate w styles 3-15-02.doc 7 EXHIBIT "9" Temp. Reso. #9824 Page 9 of 133 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 (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 agents, 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. L:' A.Tartial Construction Bid Boiterplate 4-15-02.doc Temp. Reso. #9824 Page 10 of 133 26. BID TABULATION Bidders who wish to receive a mailed copy of the bid tabulation should enclose a stamped, self-addressed envelope with their bid, or request a faxed copy by including a fax number. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 27. RECORDS/AUDITS IThe Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and 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. SPECIAL CONDITIONS 1. 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. 2. 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 Iresponsibility of the Contractor to secure the job site at all times during and CAWINNT\Profilesyvd\7emporary Internet Files\01_1<2\Construction Bid Boilerplate w styles 3-15.02.doc 9 EXHIBIT "1" Temp. Reso. #9824 Page 11 of 133 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. 3. 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 existing objects, structures and vegetatiori 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 Public Works Department by telephone {954) 724-2410 and inform the appropriate staff member about the location and extent of the damages. 4. PERMITS AND LICENSES The Contractor shall be responsible for securing all City Building 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 as identified in ' the Technical Specifications. Cost of permits will be paid for from the bidding and permits allowance included in the bid schedule, if applicable. ' 5. 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 himself 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. C:\WINNT\Profiles\vd�Temporary Internet Files\01-K2\Construction Bid Boilerplate w styles 3.15-02.doc 10 EXHIBIT "1" Temp. Reso. #9824 Page 12 of 133 6. SITE INSPECTION — CITY All work will be conducted under the general direction of the 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 written authorization from the Director of Utilities 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 l inspector will be compensated at the above provision. 7. 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. 8. 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. 9. PAYMENT IPayment 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. CAWINNT\Profiles\jvd\Temporary Internet FilesOLK2\Construction Bid Boilerplate w styles 3-15-02.doc 11 EXHIBIT "1" Temp. Reso. #9824 Page 13 of 133 10. 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. 11. 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 12. CONTRACT PRICE The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. 12.1 Change Order IThe 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. ' AW INNT\ProfMs 'vd\Temporary Internet Files\OLK2�construction Bid Boilerplate w styles 3.15-02.doc Y 12 EXHIBIT "1" Temp. Reso. #9824 Page 14 of 133 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. 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 $250.00 for each calendar day that the completion of the work is CAWINN11Profiles�vd�Temporary Intemet FileMOLKWonstruction Bid Boilerplate w styles 3.15-02.doc 13 I EXHIBIT "1" Temp. Reso. #9824 Page 15 of 133 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 Ifor 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 Iamount 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. 16. BONDS 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 50% 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. C:\WINNT\Profiles\jvd\Temporary Internet Piles\01-1<2\Construction Bid Boilerplate w styles 3-15.02.doc 14 EXHIBIT "1" Temp. Reso. #9824 Page 16 of 133 17. PERFORMANCE PAYMENT AND WARRANTY BONDS I 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 I corporate surety, having a resident agent in the State of Florida and having I 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 I 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 I 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 Iin connection with the carrying out of said contract which the CITY may be required to make under the law. I 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. ' 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. I CAW INNT\Profilesyvd�Temporary Intemet Files\OLMConstruction Bid Boilerplate w styles 3-15-02.doc 15 EXHIBIT "1" Temp. Reso. #9824 Page 17 of 133 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. 20. CONTINGENCY ALLOWANCE A contingency has been allowed for this project in the amount identified in the Bid Schedule. The Contractor is not to use this contingency allowance without permission from the City and upon written justification to the City for such use. 21. PROJECT SCHEDULE The construction easement does not allow work on culvert A from November 1, 2002 to June 30, 2003. Provided there is enough time to complete culvert A before November 1, the Contractor shall construct -culvert A first. Unless other wise approved, the Contractor is to work from south to north in installing the new culverts. Should it be unavoidable to complete culvert A before November 1, a time extension will be granted for the culvert A portion of the work. The Contractor shall submit a construction schedule for review and approval at the preconstruction meeting. The schedule shall be updated monthly and submitted to the Engineer. Schedules shall be clear and concise. 22. DELAYS Delays in completion of work are INEXCUSABLE unless they are caused by factors, other than normal weather, beyond the Contractor's control and without your fault or negligence, including but not limited to, acts of God, or of the public 16 A:\Partial Construction Bid Boilerplate 4-15.02.doC EXHIBIT "1" Temp. Reso. #9824 Page 18 of 133 enemy, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather. Notice in writing must be given to the Engineer within three (3) days from the beginning of any such excusable delay seeking an appropriate extension of time. Provided that the Engineer determines that delay is excusable, the Contractor shall be entitled to an extension of time. However, the extension of time provided for herein shall be the exclusive remedy for any excusable delay and Contractor EXPRESSLY WAIVES any right to claim damages on account of any delay. Within ten (10) days following the conclusion of any period of excusable delay, Contractor must submit its claim for extension of time including backup documentation. Failure to do so shall constitute a waiver of the claim. A:\Partial Construction Bid Boilerplate 4-15-02.doc 17 EXHIBIT "1" Temp. Reso. #9824 Page 19 of 133 COMPANY NAME: (Please Print): Phone: Fax: ---NOTICE--- 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 then properly fill out the BID FORMS (Attachment "A"). ` ❑ 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B") and have it properly notarized. F14. Sign the CERTIFICATION page (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. ❑ 5. Fill out the BIDDERS QUALIFICATION STATEMENT (Attachment "D"). ❑ 6. Fill out the REFERENCES page (Attachment "E"). ❑ 7. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment «F„ ❑ 8. Fill out the LIST OF SUBCONTRACTORS (Attachment "G). ❑ 9. Include a 5% BID BOND. (Attachment "H"). Failure to provide a bond will result in automatic rejection of your bid. ❑ 10. Include proof of insurance. ❑ 11. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. ❑ 12. 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. I THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 1 of 1 Bid Coverpage Checklist EXHIBIT "1" Temp. Reso. #9824 Page 20 of 133 ATTACHMENT "A" BID FORM Submitted by: (Bidder) (Date) THIS BID IS SUBMITTED TO: City of Tamarac IPurchasing and Contracts Manager 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as r specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with 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 tto refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the 1 cis 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. Attachment A 1 of 5 Bid Form/Agree to Complete •.. EXHIBIT "1" Temp. Reso. #9824 Page 21 of 133 ATTACHMENT "A" BID FORM (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to (project description) In order to be considered for this project, the vendor must meet the following conditions: We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. BID SCHEDULE BID NO. 02-22B WOODLANDS SUBDIVISION DRAINAGE IMPROVEMENTS Total Amount written Attachment A Page 2 of 5 Bid Form/Terms/bid Price EXHIBIT " 1 " Temp. Reso. #9824 Page 22 of 133 ATTACHMENT "A" BID FORM (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Company Name Address City, State, ZIP Contractor's License Number Authorized Signature Typed/Printed Name Telephone & Fax Number Federal Tax ID# Attachment A Page 3 of 5 Bid Form/Company Information EXHIBIT "1" Temp. Reso. #9824 Page 23 of 133 ATTACHMENT "A" BID FORM (continued) Bidders Name: TERMS: % DAYS: Delivery/completion: calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. 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. Attachment A Page 4 of 5 Bid Form/Terms/Completion EXHIBIT "1" Temp. Reso. #9824 Page 24 of 133 ATTACHMENT "A" BID FORM (continued) Bidder's Name: Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Section Section Variance Variance Variance Section Variance Attach additional sheets if necessary. Attachment A Page 5 of 5 Bid FormNariations EXHIBIT "1" Temp. Reso. #9824 Page 25 of 133 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of )ss. County of being first duly sworn, deposes and says that; 1. He/she Is the (Owner, Partner, Officer, Representative or Agent) of , the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached ' Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; ' 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; ' 5. 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 1 Attachment B Page 1 of 2 Non -Collusive Affidavit EXHIBIT "1" Temp. Reso. #9824 Page 26 of 133 " ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of On this the day of , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared F16 (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Attachment B Page 2 of 2 Non -Collusive Acknowledgement EXHIBIT "1" Temp. Reso. #9824 Page 27 of 133 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER ❑ If "Other", Explain: Authorized Signature Title Company Name City/State/Zip Fax Number Name (Printed Or Typed) Federal Employer I.D./Social Security No. Address Telephone Contact Person Attachment C Page 1 of 1 Certification EXHIBIT "1" Temp. Reso. #9824 Page 28 of 133 I I I I I I I ATTACHMENT "D" 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 ADDRESS: 7525 NW 88th Avenue Tamarac, Florida 33321 Check One Submitted By: ❑ Corporation Name: ❑ Partnership Address: ❑ Individual Principal Office: ❑ 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: The address of the principal place of business is: 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) President's name: d) Vice President's name: e) Secretary's name: f) Treasurer's name: g) Name and address of Resident Agent: Attachment D Page 1 of 5 Offeror's Qualification Statement EXHIBIT "1" Temp. Reso. #9824 Page 29 of 133 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? ❑ YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? ❑ YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? ❑ YES ❑ NO Attachment O Page 2 of 5 Offeror's Qualification Statement EXHIBIT "1" Temp. Reso. #9824 Page 30 of 133 I 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 Ipreferred as references). Name Address Telephone I µ _ I -- 13. list the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Attachment D Page 3 of 5 Offerors Qualification Statement EXHIBIT "1" Temp. Reso. #9824 Page 31 of 133 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Teleohone ' 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? ❑ YES ❑ NO ' 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Attachment D Page 4 of 5 Offeroes Qualification Statement EXHIBIT 46 1" Temp. Reso. #9824 Page 32 of 133 THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF tANY 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. I (Signature) 1 ACKNOWLEDGEMENT ' OFFEROR'S QUALIFICATION STATEMENT State of Florida County of On this the day of , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they ' acknowledge that he/she/they executed it. WITNESS my hand ' and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Attachment D Page 5 of 5 Offeror's Qualification Statement i EXHIBIT "1" Temp. Reso. #9824 Page 33 of 133 ATTACHMENT "E" REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Address City State Zip Phone/Fax Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip Phone/Fax Contact Name Agency/Firm Name: Address City State Zip 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 Attachment E Page 1 of 1 References EXHIBIT "1" Temp. Reso. #9824 1 Page 34 of 133 ATTACHMENT "F" 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 T 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, certify that this form complies fully with the above requirements. Authorized Signature Company Name Attachment F Page 1 of 1 Drug -Free Workplace EXHIBIT "1" Temp. Reso. #9824 Page 35 of 133 ATTACHMENT "G" 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. Contractor Percent License of Total Subcontractor's Work to be Performed Number Contract Name and Address 1. 2. 3. 4. 5. 6. Attachment G Page 1 of 1 List of Subcontractors EXHIBIT "1" Temp. Reso. #9824 Page 36 of 133 ATTACHMENT "H" BID BOND STATE OF FLORIDA) I ) 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: lDollars ($ ) 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 , 2002, . I for: Bid No. 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 tsaid CITY may accept such Bid; and said Surety does hereby waive notice of any extension. Attachment H Page 1 of 2 Bid Bond EXHIBIT " 1 " Temp. Reso. #9824 Page 37 of 133 Signed and sealed this IN PRESENCE OF: (AFFIX SEAL) ATTEST: Secretary ATTEST: Secretary *Impress Corporate Seal ACKNOWLEDGEMENT BID BOND day of Attachment H Page 2 of 2 Principal Business Address City/State/Zip Business Phone Surety* By Title Attorney -In -Fact* By 2002. Bid Bond Acknowledgement EXHIBIT "9" Temp. Reso. #9824 Page 38 of 133 I ATTACHMENT "I" 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, Bid/Contract/Project No.: awarded the day of , 2002, 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 , 2002, 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 Attachment I Page 1 of 4 Form Performance Bond EXHIBIT "1" Temp. Reso. #9824 Page 39 of 133 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 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 j 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. 1 Signed and sealed this day of , 2002. WITNESSES Secretary (AFFIX SEAL) WITNESSES ' Secretary 1 Attachment I 1 (AFFIX SEAL) Principal Signature and. Title Type Name and Title signed above Surety ------------ By Signature and Title Page 2of4 Type Name and Title signed above Form Performance Bond IN THE PRESENCE OF: State of County of EXHIBIT "1" Temp. Reso. #9824 Page 40 of 133 INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND On this the day of , 2002, before me, the undersigned Notary Public of the State of Florida, the foregoing instrument was acknowledged by: of (Name of Corporate Officer) (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) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Attachment I Page 3 of 4 Form Performance Bond EXHIBIT "1" Temp. Reso. #9824 m Page 41 of 133 CERTIFICATE AS TO PRINCIPAL I, , 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) Attachment I Page 4 of 4 Form Performance Bond EXHIBIT 64 1" Temp. Reso. #9824 Page 42 of 133 ATTACHMENT " J" 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, Bid/Contract/Project No.: awarded the day of , 2002, with OWNER for which contract is by reference made a part hereof, and is hereafter referred to as the Contract; I 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 I 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 Mand 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. Attachment J Page 1 of 3 Form Payment Bond I EXHIBIT "1" Temp. Reso. #9824 Page 43 of 133 2.3 Any action under this Bond must be instituted in accordance with the I 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 , 2002. WITNESSES Secretary Principal BY (AFFIX SEAL) Signature and Title Type Name and Title signed above WITNESSES Surety Secretary BY (AFFIX SEAL) Signature and Title Type Name and Title signed above IN THE PRESENCE OF: INSURANCE COMPANY: By Agent and Attorney -in -Fact Address Attachment J Page 2 of 3 City/State/Zip Code Telephone Form Payment Bond EXHIBIT 99 1" Temp. Reso. #9824 Page 44 of 133 ACKNOWLEDGMENT FORM PAYMENT BOND State of County of 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) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath CERTIFICATE AS TO PRINCIPAL I, 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) Attachment J Page 3 of 3 Form Payment Bond EXHIBIT "1" Temp. Reso. #9824 Page 45 of 133 ATTACHMENT "W' CERTIFIED RESOLUTION I (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. I 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. INAME TITLE SIGNATURE IGiven under my hand and the Seal of the said corporation this _ day of , 2002. 1 (SEAL) By: Secretary Corporate Title ' NOTE: ' The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the, Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so iri its behalf. ' Affachment K Page 1 of 1 Certified Resolution EXHIBIT "1" Temp. Reso. #9824 Page 46 of 133 ATTACHMENT "L" APPLICATION FOR PAYMENT Agreement Title: Contract No.: Contract Change Order Value: _ Cumulative No. Change Orders: Original Contract Value: Current Contract Value: 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. Less 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) P Attachment L Page 1 of 1 Application for Payment EXHIBIT "1" Temp. Reso. #9824 Page 47 of 133 ACKNOWLEDGMENT FINAL RELEASE OF LIEN State of Florida County of On this the day of , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Attachment N Page 2 of 2 Final Release of Lien Acknowledgement EXHIBIT "1" Temp. Reso. #9824' Page 48 of 133 I AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of by and between the City of Tamarac, a municipal corporation, located at 7525 N.W. 88th Ave., Tamarac, FL 33321 , a corporation with located at to provide for , 2002 with principal offices (the "CITY") and principal offices (the "Contractor') Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, 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 if attached to this Agreement or repeated therein. 2) The Work The Contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to b) Contractor shall 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. d) 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. e) 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. Page 1 of 7 Standard Contractor Agreement EXHIBIT "1" Temp. Reso. #9824 Page 49 of 133 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Officer 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 days after the date that Contractor receives Purchase Order. The work shall be substantially completed no later than , 2002. 5) Contract Sum The Contract Sum for the above work is Dollars and cents ( ). ' 6) Payments The City shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. ' 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 against defect for a period ' of year(s) from the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required in Technical Specifications and Terms and Conditions. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. Page 2 of 7 Standard Contractor Agreement EXHIBIT "1" Temp. Reso. #9824 Page 50 of 133 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 I and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non- discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent Contractor under this Agreement. Personal services I 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. Page 3 of 7 Standard Contractor Agreement i EXHIBIT 491" Temp. Reso. #9824 Page 51 of 133 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 thirty (30) 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 I 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. Page 4 of 7 Standard Contractor Agreement EXHIBIT "9" Temp. Reso. #9824 Page 52 of 133 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. Page 5 of 7 Standard Contractor Agreement EXHIBIT 69 1" Temp. Reso. #9824 Page 53 of 133 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and (Name of party with whom Agreement is made), signing by and through its (President, Owner, CEO, etc.) duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date ATTEST: (Corporate Secretary) Type/Print Name of Corporate Secy (CORPORATE SEAL) CITY OF TAMARAC Joe Schreiber, Mayor Date Jeffrey L. Miller, City Manager Date Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney Date Company Name Signature of President/Owner Type/Print Name of President/Owner Date Page 6 of 7 Standard Contractor Agreement EXHIBIT 641" Temp. Reso. #9824 Page 54 of 133 CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the Sate 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 , 2002. Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. Page 7 of 7 Standard Contractor Agreement EXHIBIT "1" Temp. Reso. #9824 Page 55 of 133 TECHNICAL SPECIFICATIONS TABLE OF CONTENTS TITLE SECTION SUMMARYOF WORK .................. ................................................ I ...... 01010 ALLOWANCES.................................................................................. 01020 SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND OPERATION AND MAINTENANCE OF MANUALS ........................... 01340 TESTING LABORATORY SERVICES......................................................01410 BARRIERS.................................................................. I _ ......................01530 TRAFFICREGULATION.......................................................................01570 SUBSTITUTIONS AND PRODUCT OPTIONS................................I ............01630 DISINFECTION OF POTABLE WATER LINES..........................................01656 TESTING PIPING SYSTEMS ...................................................... I ...........01670 SUBSURFACE INVESTIGATION............................................................02010 TRENCHING, EXCAVATION, BACKFILLING AND COMPACTING........................................................ 02221 SURFACE RESTORATION..................................................................... 02577 SEWERFLOW CONTROL...................................................................... 02730 STORM DRAINAGE PIPE....................................................................... 02430 CONCRETE STRUCTURES AND APPURTENANCES .................................. 03400 ELECTRIC GATE ACTUATOR..........................................I......................15001 FABRICATED SLIDE GATES .............. ..... ...................... I ......................... 15002 EXHIBIT "1" Temp. Reso. #9824 Page 56 of 133 EXHIBIT "1" Temp. Reso. #9824 Page 57 of 133 SECTION 01010 SUMMARY OF WORK PART 1- GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS/REQUIREMENTS INCLUDED This project is to upgrade the existing storm drainage system in the Woodlands Subdivision for the City of Tamarac Public Works department (City/Owner). Work includes constructing four separate drainage culverts that are parallel to existing drainage culverts, and improvements as detailed to the drainage control structures at Rock Island Road and NW 44`h Street. Work includes utility relocation as indicated on the drawings, construction of the elliptical reinforced concrete pipe culverts, manholes/conflict structures, head wall construction/restoration as detailed, complete site restoration, control structure improvements as detailed. Work also includes cleaning and disposal of debris and sediments from existing culverts marked on the drawings for cleaning. The city will enforce all the contract provisions concerning timely completion of the project. Portions of the work are in a construction easement obtained from the Woodlands Country Club. The Contractor shall accommodate the country club operations during construction and provide access to their facilities. The construction easement does not allow work on culvert A between November 1 and June 30. ' The Contractor shall provide turbidity control measures including silt screens and turbidity barriers for work in the canal. 1 1.02 CONTRACTOR'S USE OF PREMISES Construct work in phases to accommodate Owners use of premises during construction and allow continuous sewer, water, and drainage system operation during construction. Portions of the work are in an easement obtained from the Woodlands Country Club. The Contractor shall accommodate their access, clientele access, use of premises and their operations. The Contractor shall clean up the site daily and material shall be stored in a presentable and orderly manner. The Contractor shall supply the Owner with a work schedule and provide ' at least 48 hours notice before taking any portion of the system out of service. 010104158P/04/ 19/02 01010-1 EXHIBIT 491" Temp. Reso. #9824 Page 58 of '133 SUMMARY OF WORK I1.03 STORAGE OF EQUIPMENT AND MATERIALS I A. The Contractor shall limit his use of the premises for short term storage of materials being used during the specific operations of the Contractor being conducted at that time. The Contractor shall allow for: 1. Access by the City. 2. Not block roadways, parking areas, driveways or City operations. B. Assume full responsibility for the protection and safekeeping of the products under this contract, stored on the site. C. Move any stored products, under Contractor's control, which interfere with operations of the Owner. ID. Remove any materials or equipment from the site that offer an objectionable appearance to the public, and directed by the City. ' 1.04 REQUIRED INSURANCE AND LIABILITY Should any damages from the Contractors operations occur, the City will investigate claims and notify the Contractor and the damaged party as to its findings. The Contractor shall be responsible for any damages caused by his operations and shall have appropriate insurance protections specified in the contract conditions. 1.05 SAFETY AND OSHA COMPLIANCE A. The Contractor shall comply in all respects with all Federal, State and Local safety and health regulation. Copies of the Federal regulations may be obtained from the U.S. Department of Labor, Occupation Safety and Health Administration (OSHA), Washington DC 20210 or their regional offices. Particular attention is drawn to safety requirements for scaffolding and entering confined spaces. B. The Contractor shall comply in all respects with the applicable Workman's Compensation Laws. 1.06 VIDEO RECORD OF WORK AREA The Contractor shall prepare a video of the work areas before construction is started. Plants, driveways, sea walls, concrete work, storm drainage basins, mailboxes, front view of homes on both sides of the street shall be included. 1.07 RECORD DRAWINGS 01010-/ 15 8P/04/ 19/02 01010-2 EXHIBIT "1" Temp. Reso. #9824 Page 59 of 133 SUMMARY OF WORK The Contractor shall submit four sets of prints and one set of mylars meeting the requirements of the City's "Minimum Standards". The Engineer will provide a set of CARD drawings as a basis for the record drawings. Drawings shall be clear and drafted in a professional manner and must be compatible with Auto Cad V. 14. 2000 and/or 2002. Record drawings in scanned format are not acceptable. Prints shall be signed and sealed by a licensed professional surveyor. Record drawings shall be submitted to the engineer for review and approved. The contractor shall make corrections designated by the engineer before final approval. 1.08 PERMITS The Contractor shall provide turbidity control and conform to Broward County Department of Planning and Environmental Protection (DPEP), and South Florida Water Management District, permit conditions. The City is responsible for obtaining DPEP and SFWMD permits. The Contractor is responsible for obtaining a Utilities Department Permit for water and sewer work and an electrical remit from the Building Department. 1.09 SCHEDULE OF WORK The construction easement does not allow work on culvert A from. November 1, 2002 to June 30, 2003. Provided there is enough time to complete culvert A before November 1, the Contractor shall construct culvert A first. Unless other wise approved, the Contractor is to work from south to north in installing the new culverts. Should it be unavoidable to complete culvert A before November 1, a time extension will be granted for the culvert A portion of the work. The Contractor shall submit to the engineer a construction schedule for review and approval at the preconstruction meeting. The schedule shall be updated monthly and subritted to the Engineer. Schedules shall be clear and concise. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 DISPOSAL AND SALVAGE OF MATERIALS All salvaged materials shall remain property of the City. The Contractor shall be responsible for disposal of all unwanted equipment and materials removed from the site including unused excavated materials and debris. IPART 4 - PROJECT CLOSEOUT 4.01 CLOSEOUT PROCEDURES 01010-/158P/04/19/02 01010-3 EXHIBIT "9" Temp. Reso. #9824 Page 60 of 133 SUMMARY OF WORK A. Comply with procedures stated in General Conditions of the Contract for issuance of Certificate of Substantial Completion.. B. Submit results of all tests. C. Complete all punch list items. D. When Contractor considers work has reached final completion, submit written certification that Contract Documents have been reviewed, work has been inspected and that work is complete in accordance with Contract Documents and ready for Engineer's final inspection. E. In addition to submittals required by the conditions of the Contract, provide testing and submittals required by governing authorities and regulatory agencies, and submit a final statement of accounting giving total adjusted contract sum, previous payments and sum remaining due. F. City will issue a final balancing change order reflecting pre -approved adjustments from the allowance in the bid schedule. The final change order will return unused amounts and/or allowance back to the City. G. Submit asbuilt record drawings for approval. 4.02 FINAL CLEANING A. Execute prior to final inspection. B. Clean site; sweep paved areas, rake clean other surfaces. C. Remove waste and surplus materials, rubbish, and construction facilities from the project and from the site. D. Clean adjacent drainage facilities of construction debris or sediments. 4.03 OPERATION AND MAINTENANCE DATA Submit four copies operating and maintenance information for mechanical equipment. 4.04 SYSTEMS DEMONSTRATION Prior to final inspection, demonstrate operation of each system to Engineer and Owner. 4.05 RELEASE OF LIENS 01010-/ 15 8P/04/ 19/02 01010-4 EXHIBIT 991" Temp. Reso. #9824 Page 61 of 133 SUMMARY OF WORK Provide a release of lien from all subcontractors and material suppliers including General Contractor's release of lien. PART 5 - MEASUREMENT AND PAYMENT 5.01 BID ITEMS 1-4, NEW CULVERTS Measurement and payment shall be on a lump sum basis for all work, warranties and materials for each culvert listed in the bid schedule. The lump sum prices shall include all work and materials (_ including necessary utility relocation, restoration, etc. 5.02 BID ITEM GATE 5, NEW GATE ACTUATOR AND ASSEMBLIES Measurement and payment shall be on a lump sum basis to supply all work and materials including all electrical work to remove the existing gates from the 44`h Street control structure, and supply and install new aluminum fabricated gates and electric actuators install actuators on the two gates. 5.03 BID ITEMS 6 AND 7 CONTROL GATES Measurement and payment shall be on a lump sum basis to remove the existing control gate and install the new aluminum fabricated gates on the structure at each listed installation and as detailed on the drawings. 5.04 BID ITEM 8 REMOVAL OF DEBRIS FROM EXISTING CULVERTS This item shall include removal of sediment and debris from the culverts marked for cleaning on ' sheet C-1 of the drawings. The Contractor shall remove and dispose of all materials. Measurement and payment shall be on a lump sum basis. ' Light cleaning is less than'/4 of the diameter of the pipe being filled with debris. Medium cleaning is'/4 to'/z the diameter of the pipe filled with debris and heavy cleaning is greater than one half of the pipe being filled with debris. The bid amount in the bid schedule shall be light to medium ' cleaning. l Culvert cleaning summary: 60' Dia. 420 LF 48" Dia 752 LF 72"x60 200 LF END OF SECTION 01010-/158P/04/19/02 01010-5 EXHIBIT "1" Temp. Reso. #9824 Page 62 of 133 SECTION 01020 ALLOWANCES ALLOWANCES PART 1- GENERAL 1.01 REQUIREMENTS INCLUDED A. Include in the contract sum all allowances stated in the contract documents. 1.02 RELATED REQUIREMENTS A. Conditions of the Contract B. Section 01010: Summary of Work 1.03 ALLOWANCES FOR PRODUCTS Not Used 1.04 CONTINGENCY ALLOWANCE A. Monies in this contingency allowance will be used only on pre -approved minor changes of work or over run of unit bid items provided such over runs are preapproved in writing by the Engineer. Allowances can also be used for reimbursement of permit fees and geotechnical testing. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01020-SPG 15 8P/3 -27-02 01020-1 EXHIBIT "1" Temp. Reso. #9824 Page 63 of 133 SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND OPERATION AND MAINTENANCE OF MANUALS SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND OPERATION AND MAINTENANCE OF MANUALS PART 1- GENERAL I1.01 REQUIREMENTS INCLUDED A. Submit Shop Drawings, Product Data, Warranty Provisions and Samples required by Contract Documents. B. Provide installation sketches showing dimensions, pipe and fittings needed to install Ipump assembly. C. Provide Operation and Maintenance Manuals. D. Distribute final approved copies. 1.02 RELATED REQUIREMENTS Definitions and additional responsibilities of parties: Conditions of the Contract. 1.03 SHOP DRAWINGS A. Drawings shall be presented in a clear and thorough manner. 1. Details shall be identified by reference to sheet, detail or schedule. ' B. Minimum sheet size: 8-1/2" x 11". rC. Provide required warranty provisions as part of shop drawings. 1.04 PRODUCT DATA AND INSTALLATION SKETCHES A. Preparation: t1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics. 3. Show dimensions and clearances required. ' 4. Show sketches showing dimensions, pipe and fittings for pump connections. B. Manufacturer's standard schematic drawings and diagrams: ' 01340-SPG158P13-27-02 0134fl-1 EXHIBIT "9" Temp. Rese. #9824 Page 64 of 133 SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND OPERATION AND MAINTENANCE OF MANUALS 1. Modify drawings and diagrams by deleting information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.05 OPERATION AND MAINTENANCE MANUALS The contractor shall provide 5 sets of Operation and Maintenance Manuals. Manuals shall clearly illustrate: 1. All product data, model numbers, shop drawings, installation sketches, functional characteristics with integrally related parts and attachment devices. 2. Record drawings and schematics. 3. All maintenance requirements, schedules and procedures. 1.06 CONTRACTOR RESPONSIBILITIES A. Review shop drawings, product data and samples prior to submission. B. Determine and verify: 1. Field measurements 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with specifications C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Notify the Engineer in writing, at time of submission, of any deviations in the submittals from requirements of the Contract Documents. E. Begin no fabrication or work which requires approved submittals until return of submittals by Engineer. F. Make noted corrections to products. 1 1.07 SUBMISSION REQUIREMENTS A. Make submittals in such sequence as to cause no delay in the work. 01340-SPC/ 15 8P/3 -27-02 01340-2 EXHIBIT " 1 " Temp. Reso. #9824 Page 65 of 133 SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND OPERATION AND MAINTENANCE OF MANUALS B. Number of submittals required: 1. Shop Drawings: Submit six opaque reproductions. 2. Product Data: Submit the number of copies which the Contractor requires, plus three which will be retained by the Engineer, but no more than eight total. ' 3. Samples: Submit the quantity stated in each specification section. C. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The project title and number. 3. Contract identification. 4. The names of: a. Contractor b. Supplier C. Manufacturer 5. Identification of the product, with the specification section number. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8-inch x 3-inch blank space for Contractor and Engineer stamps. ' 12. Contractor's stamp initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria and coordination of the information within the submittal with requirements ' of the Work and of Contract Documents. Stamp shall be no smaller than 1-'h" x 3" or larger than 2" x 3-'/2". 1.08 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals noted by the Engineer or the Owner and resubmit unless otherwise noted. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. 01340-SPG 158P/3-27-02 01340-3 EXHIBIT "1" Temp. Reso. #9824 Page 66 of 133 SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND OPERATION AND MAWMNANCE OF MANUALS 2. Indicate any changes which have been made other than those suggested by the Engineer or Owner. C. Samples: Submit new samples as required for initial submittal. 1.09 DISTRIBUTION Distribute shop drawings and copies of product data which carry the Engineer's stamp: 1. Shop Drawings: a. Two copies to Engineer. b. Three copies to Contractor. C. One copy to Owner 2. Product Data: a. Two copies to Engineer b. Three copies to Contractor. C. One copy to Owner. 3. Distribute samples as directed by the Engineer. 4. Operation and Maintenance Manuals, 3 copies to Owner and one to Engineer, one for Broward County DPEP, 5 total. 1.10 ENGINEER'S DUTIES A. Review submittals within 30 days or in accord with schedule. B. Affix stamp and initials or signature, and indicate status of submittal. C. Return submittals to Contractor for distribution, or for resubmission. D. Review record drawings for approval. PART 2 - PRODUCTS Not Used PART 3 — EXECUTION Not Used END OF SECTION 01340-5PG 15 8P/3-27-02 01340-4 EXHIBIT "1" Temp. Reso. #9824 Page 67 of 133 TESTING LABORATORY SERVICES SECTION 01410 TESTING LABORATORY SERVICES PART 1- GENERAL 1.01 REQUIREMENTS INCLUDED A. Owner will employ services of an independent testing laboratory to perform specified testing. Contractor shall pay costs of services from allowance specified in Section 01020. I. Contractor shall cooperate with laboratory to facilitate the execution of its required services. 2. Employment of the laboratory shall in no way relieve Contractor's obligations to perform the work of the contract. 1.02 RELATED REQUIREMENTS A. Conditions of the contract: Inspection and testing required by laws, ordinances, rules, regulations, orders or approvals of public authorities. B. Section 01020: Allowances C. Related requirements specified in other sections. D. Respective sections of specifications. Certification of products. E. Section 02221: Trenching, Excavation, Backfilling and Compacting F. Section 02577: Surface Restoration G. Each specification section listed: Laboratory tests required, and standards for testing. 1.03 QUALIFICATION OF LABORATORY Not Used 1.04 LABORATORY DUTIES Not Used 01410-SPC/158P/3-27-02 01410-1 EXHIBIT "1" Temp. Reso: #982* Page 68 of 133 TESTING LABORATORY SERVICES 1.05 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of contract documents. 2. Approve or accept any portion of the work. 3. Perform any duties of the Contractor. 1.06 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel and/or Engineer, provide access to work or manufacturer's operations. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Provide to the laboratory material mixes which require control by the testing laboratory. D. Furnish copies of product test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage and curing of test samples. F. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests: 1. When tests or inspections cannot be performed after such notice, reimburse Owner for laboratory personnel and travel expenses incurred due to Contractor's negligence. G. Make arrangements with laboratory and pay for additional samples and tests required for Contractor's convenience. 1.07 SPECIFIC TESTS, INSPECTION AND METHODS REQUIRED Not Used 01410-SPC/1 S 8P/3-27-02 01410-2 EXHIBIT "1" Temp. Reso. #9824 Page 69 of 133 TESTING LABORATORY SERVICES PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 PAYMENT A. Testing of materials and products will be performed by an independent testing laboratory appointed and paid for [per Section 01020 - Allowances]. Testing will be performed so as to least encumber the performance of work. B. The Contractor shall pay for costs of additional testing as required due to improper performance of work. r r rEND OF SECTION r r r r r r r r 01410-SPG158P/3-27-02 01410-3 EXHIBIT "1" Temp. Reso: #9824, Page 70 of 133 SECTION 01530 BARRIERS 6 1 . PART 1- GENERAL 1.01 REQUIREMENTS INCLUDED Furnish, install and maintain suitable barriers as required to prevent public entry, and to protect the Work, existing facilities, trees and plants from construction operations; remove when no longer needed, or at completion of Work. 1.02 RELATED REQUIREMENTS Section 01010: Summary of Work Section 01570: Traffic Regulation PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 BARRIERS Materials are Contractor's option, as appropriate to serve required purpose. PART 3 - EXECUTION 3.01 GENERAL A. Install facilities of a neat and reasonably uniform appearance, structurally adequate for the required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by the progress of construction. 01530-SPC/ 158P/3-27-02 01530-1 EXHIBIT "1" Temp. Reso. #9824 Page 71 of 133 3.02 FENCES is a _919Wa A. Provide and maintain fences necessary to assure security of the site during construction to keep unauthorized people and animals from the site when construction is not in progress. B. Provide additional security measures as deemed necessary and approved by the Engineer. 3.03 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants at site which are designated to remain, and those adjacent to site. B. Consult with the Engineer, and remove agreed -on roots and branches which interfere with construction. C. Protect root zones of trees and plants: 1. Do not allow vehicular traffic or parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. D. Carefully supervise excavating, grading and filling, and other construction operations, to prevent damage. E. Replace, or suitably repair, trees and plants designated to remain which are damaged or destroyed due to construction operations. 3.04 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they,_ are no longer needed and when approved by Engineer. B. Repair damage caused by construction. Fill and grade areas of the site to the required elevations and clean the area. END OF SECTION 01530-SPC/158P/3-27-02 01530-2 EXHIBIT "1" Temp. Reso. #9824 Pa a 72 of 133 TRAFFIC REGULATION tSECTION 01570 ITRAFFIC REGULATION ' PART 1— GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide, operate and maintain equipment, services and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow and ' access for pedestrians around the construction area. B. Remove temporary equipment and facilities when no longer required, restore ' grounds to original, or to specified conditions. C. Submit a maintenance of traffic plan (MOT) for approval by the Owner and other ' governing agencies. The MOT must be signed by a P.E. or ATSSA-certified individual or City approved equivelant. D. Maintain safe passage way for pedestrian traffic. Conform to Broward County Maintenance of Traffic School/Pedestrian requirements. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work ' B. Section 01041: Project Coordination 1.03 TRAFFIC SIGNALS AND SIGNS ' A. Provide and operate traffic control and directional signals required to direct and maintain an orderly flow of traffic in all areas under Contractor's control, or ' affected by Contractor's operations in accordance with an approved maintenance of traffic plan. ' B. Provide traffic control and directional signs, mounted on barricades or standard posts according to MUTCD, Broward County and FDOT standards: 1. At each change of direction of roadway and at each crossroad. 2. Lane closures 3. At parking areas 01570-SPV/5590.01/2-22-02 01570-1 EXHIBIT "1" Tem so. #9824 TRAFFIC REW& 133 1.04 FLAGMEN A. Provide qualified and suitably equipped fragment when construction operations encroach on traffic lanes, as required for regulation of traffic. 1.05 FLARES AND LIGHTS A. Provide flares and lights during periods of low visibility: I. To clearly delineate traffic lanes and to guide traffic. 2. For use by flagmen in directing traffic. B. Provide illumination of critical traffic and parking areas. 1.06 CONSTRUCTION PARKING CONTROL A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, Owner's operations, or construction operations. B. Monitor parking of construction personnel's private vehicles. 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non -designated areas. 1.07 HAUL ROUTES A. Consult with governing authorities, establish public throughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. PART 2 — PRODUCTS Not Used PART 3 — EXECUTION Not Used 01570-SPV/5590.01/2-22-02 END OF SECTION 01570-2 EXHIBIT "1" Temp. Reso. #9824 Page 74 of 133 SUBSTITUTIONS AND PRODUCT OPTIONS SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS . PART 1-GENERAL 1.01 REQUIREMENTS INCLUDED A. Furnish and install products specified, under options and conditions for substitutions stated in this section. 1.02 RELATED REQUIREMENTS A. Information for bidders, general and special conditions. B. Section 01010: Summary of Work 1.03 PRODUCTS LIST A. Within 14 days after award of contract, submit to Engineer five copies of complete list of major products which are proposed for installation. B. Tabulate products by specification section number and title. C. For products specified only by reference standards, list for each such product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data: a. Reference standards b. Performance test data 1.04 CONTRACTOR'S OPTIONS A. For products specified only by reference standard, select product meeting that standard, by any manufacturer. B. For products specified by naming several products or manufacturers, select any one of products and manufacturers named which complies with specifications. C. For products specified by naming only one or more products or manufacturers and stating "or equal", submit a request as for substitutions, for any product or manufacturer which is not specifically named. 01630-5PC/ 158P/3-27-02 01630-1 I Y EXHIBIT "1" Temp. Reso. #9824 Page 75 of 133 SUBSTITUTIONS AND PRODUCT OPTIONS D. For products specified by naming only one product and manufacturer, there is no option and no substitution will be allowed without prebid qualification. 1.05 SUBSTITUTIONS AND PREQUALIFICATION OF SINIILAR METHODS A. Within a period of 20 days after award of contract, Engineer will consider formal requests from the Contractor for substitution of products in place of those specified. 1. After end of that period, request will be considered only in case of product unavailability or other conditions beyond the control of Contractor. B. Submit separate request for each substitution. Support each request with: I1. Complete data substantiating compliance of proposed substitution with requirements stated in contract documents: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature; identify: ' 1) Product description 2) Reference standards 3) Performance and test data 4) Specifications C. Samples, as applicable d. Name, phone number of contact persons and address of two or more similar projects on which product has been used. Date of each ' installation with contact references and quantities installed. Indicate scope and size of reference projects. ' 2. Itemized comparison of the proposed substitution with product specified; list significant variations. ' 3. Data relating to changes in construction schedule. ' 4. Any effect of substitution on separate contracts. 5. List of changes required in other work or products. 6. Accurate cost data comparing proposed substitution with product specified. ' 7. Designation of required license fees or royalties. 8. Designation of availability of maintenance services, sources of replacement ' materials. 01630-SPG 15 8P/3-27-02 ' 01630-2 EXHIBIT "9'° Temp. Reso. #9824 Page 76 of 133 SUBSTITUTIONS AND PRODUCT OPTIONS C. Substitutions will not be considered for acceptance when: 1. They are indicated or implied on shop drawings or product data submittals without a formal request from Contractor. 2. They are requested directly by a subcontractor or supplier. 3. Data relating to changes in construction schedule. 4. Any effect of substitution on separate contracts. 5. List of changes required in other work or products. 6. Acceptance will require substantial revision of contract documents or drawings. D. Substitute products shall not be ordered or installed without written acceptance of Engineer. E. Engineer and City will determine acceptability of proposed substitutions. 1..06 CONTRACTOR'S REPRESENTATION A. In making formal request for substitution Contractor represents that: 1. He has investigated proposed product and has determined that it is equal to or superior in all respects to that specified. 2. He will provide same warranties or bonds for substitution as for product specified. 3. He will coordinate installation of accepted substitution into the work, and will make such changes as may be required for the work to be complete in all respects. 4. He waives claims for additional costs caused by substitution which may subsequently become apparent. 5. Cost data is complete and includes related costs under his contract, but not: a. Costs under separate contracts. b. Engineer's costs of redesign or revision of contract documents. 01630-SPC/ 15 8P/3-27-02 01630-3 I I I I 1 EXHIBIT "1" Temp. Reso. #9824 Page 77 of 133 SUBSTITUTIONS AND PRODUCT OPTIONS 1.07 ENGINEER DUTIES A. Review Contractor's requests for substitutions with reasonable promptness. B. Notify Contractor, in writing, of decision to accept or reject requested substitution. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01 b 30-SPG 15 8P/3-27-02 01630-4 EXHIBIT " 1 " Temp. Reso: #9824- Page 78 of 133 DISTNFECTION OF POTABLE WATER LINES SECTION 01656 DISINFECTION OF POTABLE WATER LINES PART 1-GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide personnel, equipment and supplies to disinfect new water mains and domestic water systems, and flush out systems at completion of treatment. B. Owner will obtain services of a certified lab per Section 01410. C. Lengths under 50 feet in length may be disinfected in accordance with Section 4.6 and 4.7 of AWWA 651-99. Assembling the pipe above ground and prechlorinating and bacteriological testing the pipe. Pipe ends shall be sealed until installation. 1.02 RELATED REQUIREMENTS A. Section 01410: Testing Laboratory Services B. Section 02610: Pipe and Pipe Fittings D. AWWA C-651, Latest Revision E. Section 01670: Testing Piping Systems 1.03 DEFINITIONS A. Disinfectant Residual — The quantity of disinfectant in treated water. B. ppm — parts per million. 1.04 QUALITY ASSURANCE A. Contractor shall be experienced in performing work specified herein. B. Regulatory Agency Requirements: Comply with State and Local Requirements. 1.05 SUBMITTALS A. Water Treatment Contractor's evidence of experience: Submit four copies. B. Test Reports: Submit four copies as follows: 1. Disinfection Report, include: 0165 6-SPC/ 15 8P/3-27-02 01656-1 EXHIBIT "1" Temp. Reso. #9824 Page 79 of 133 DISINFECTION OF POTABLE WATER LINES a. Date issued. b. Project name and location. C. Contractor's name, address and phone number. d. Type and form of disinfectant used. C. Time and date of disinfectant injection start. f. Time and date of disinfectant injection completion. g. Test locations selected by Engineer. h. Initial and 24 hour disinfectant residuals in ppm for each outlet tested, obtained from Testing Laboratory. i. Time and date of flushing start. j. Time and date of flushing completion. k. Disinfectant residual after flushing in ppm for each outlet tested, I obtained from Testing Laboratory. 2. Bacteriological test reports meeting all requirements of the local public health unit including chlorine residual. 1.06 PRODUCT DELIVER, STORAGE AND HANDLING A. Protect against damage and contamination. B. Maintain caution labels on hazardous materials. C. Maintain storage room dry and with temperatures as uniform as possible between 60 degrees F (15.6 degrees C) and 80 degrees F (26.7 degrees C). 1.07 PROTECTION Provide necessary signs, barricades, and notices to prevent any person from accidentally consuming water or disturbing system being treated. PART2-PRODUCTS 2.01 MATERIALS Disinfectant: Free chlorine; liquid, powder, tablet or gas meeting requirements of AWWA C651 latest edition. PART 3 - EXECUTION 3.01 INSPECTION 0165 6-SPC/ 15 SP/3-27-02 a 1656-2 EXHIBIT 491" Temp. Reso: #9824- Page 80 of 133 DISINFECTION OF POTABLE WATER LINES A. Prior to starting work verify that potable water system is completed and cleaned. B. Notify General Contractor about defects requiring correction. C. Do not start work until conditions are satisfactory. 3.02 PREPARATION OF WATER FOR TREATMENT A. Use potable water obtained from an approved public water supply for disinfection and flushing. B. Notify Engineer 48 hours prior to starting tests. C. If the system has been contaminated by trench water, dirt or other means the system shall be cannon flushed and cleaned in accordance with requirements of AWWA C651, latest edition. 3.03 SYSTEM TREATMENT A. System treatment shall meet all requirements of AWWA C651, latest edition. B. Inject disinfectant throughout system to obtain 50 to 80 ppm residual. C. Starting at outlet closest to water source, bleed water from each outlet until water produces odor of disinfectant. Repeat process at each outlet throughout system. D. Test for disinfectant residual at each of the following locations: 1. Ends of piping runs. 2. Remote outlets. 3. Tanks. 4. At least 15 percent of outlets on each floor where directed by Engineer, but in no case less than two outlets. E. Maintain disinfectant in system for 24 hours. F. If disinfectant residual is less than 25 ppm, repeat system treatment. 3.04 FLUSHING Remove disinfectant from system; permit no more than residual rate of incoming water or one ppm, whichever is greater. 3.04 BACTERIOLOGICAL TEST 0165 6-SPC/ 15 8P/3-27-02 i 01656-3 EXHIBIT "1" Temp. Reso. #9824 Page 81 of 133 DISINFECTION OF POTABLE WATER LINES A. Water samples to be taken no sooner than 24 hours after flushing system. B. Water samples to be analyzed in accordance with Standard. Methods for the Examination of Water & Wastewater, Latest Edition, published by American Water Words Association. C. If bacteriological test proves water quality to be unacceptable, repeat system treatment. D. Contractor shall obtain samples in the presence of the Engineer. It shall be the Engineer's responsibility to deliver samples for analysis. E. Bacteriological test reports shall include chlorine residual at the time of test. 4.01 MEASUREMENT AND PAYMENT No separate payment will be made for disinfection, testing and laboratory tests. 01656-SPC/158P/3-27 02 01656-4 EXHIBIT "1" Temp. Reso. #9824 Page 82 of 133 SECTION 01670 TESTING PIPING SYSTEMS PART 1- GENERAL 1.01 REQUIREMENTS INCLUDED TESTING PIPING SYSTEMS A. Pressure or leakage testing is not required for storm drainage culverts. B. Perform specified services with Contractor's qualified personnel, or employ and pay for a qualified organization to perform specified services. C. Pressure and Piping Systems. D. Cut in sections of piping less than 50 feet in length do not require pressure testing other than visual inspection of joints under pressure. 1.02 RELATED REQUIREMENTS A. Section 01041: Project Coordination. B. Section 02610: Pipe and Fittings. 1.03 DESCRIPTION A. Perform testing of piping systems in accordance with the latest edition of AWWA C-600 and as specified below. B. Provide instruments required for testing of piping systems. 1. Make instruments available to Engineer to facilitate spot checks during testing. 2. Retain possession of instruments, remove from site at completion of services. C. Provide all water required for flushing and testing. The Contractor shall obtain a construction meter from the City at current rates. D. Provide all necessary pumping equipment and other equipment, materials and facilities required for proper completion of the flushing and testing specified. 01670-SPC/ 15 8P/4-3-02 01670-1 EXHIBIT "1" Temp. Reso. #9824 Page 83 of 133 1.04 1.05 1.06 TESTING PIPING SYSTEMS F. All tests shall be made in the presence of the Engineer. Notify Engineer at least 48 hours before any Work is to be inspected or tested. G. If inspection or test shows defects, the piping system(s) shall be repaired or replaced and inspection repeated, until such piping is acceptable to the Engineer. H. All pipe, fittings, valves and joints shall be carefully examined during test. Leaky joints shall be tightened by remaking the joint. I. Sections of the system may be tested separately. It shall be distinctly understood that any defect which may subsequently develop in a section already tested and accepted shall promptly be corrected and that section retested. J. Disposal of the water used for testing shall be subject to the approval of the Engineer. QUALITY ASSURANCE The organization which performs the testing shall, prior to testing, provide their qualifications and demonstrate their ability to perform the services to the satisfaction of the Engineer. SUBNIITTALS A. Preliminary: L Submit three copies of documentation to confirm compliance with Quality Assurance provisions: a. Organization supervisor and personnel training and qualifications. b. Specimen copy of each of the report forms proposed for use. B. At least fifteen days prior to Contractor's request for final inspection, submit three copies of final reports on applicable reporting forms, for review. 1. Each individual final reporting form must bear the signature of the person who recorded data and that of the super -visor of the reporting organization. 2. Identify instruments of all types which were used, and last date of calibration of each. JOB CONDITIONS Prior to start of testing of piping systems, verify that required "Job Conditions" are met: 1. System or system element installation is complete. 01670-SP015 SP/3-27-02 01b7U-2 EXHIBIT "1" Temp. Reso.49824 Page 84 of 133 i i i TESTING PIPING SYSTEMS 2. All required materials, water, instruments, etc. are on hand. 3. All other preparations are completed. 1.07 TESTING PROCEDURES A. Domestic and Small Diameter Process Systems Test: Not Used B. Interior Drainage System: Not Used C. Underground Sewer System: Not Used D. Exterior and Interior Piping Systems: 1. Exterior and interior piping shall pass a hydrostatic pressure test and a leakage test as defined below before acceptance. The pressure and leakage test shall be made after all jointing operations are completed and after backfilling is completed. All concrete reaction blocks, or other bracing and restraining facilities, shall be in place at least 14 days before the initial filling of the line. 2. The pressure and leakage tests may be applied to an individual section of line isolated between the existing line valves, or may be applied to shorter sections of line at the Contractor's option. If shorter sections are tested, test plugs or bulkheads as required at the ends of the test section shall be furnished and installed by the Contractor at his expense, together with all anchors, braces, and other devices required to withstand the hydrostatic pressure on such plug or plugs, without imposing any hydraulic thrust on the pipe line or any part thereof. The Contractor shall be solely responsible for any and all damage to the pipe line, and/or to any other facility, which may result from the failure of test plugs furnished by him or supports therefore, in any case. 3. Tests: a. Hydrostatic Tests. (1) The section of line to be tested shall be slowly filled with water and all air expelled from the pipe. Care shall be taken that all air valves are installed and open in the section being 01670-SPC/ 15 8 P/3-27-02 01670-3 EXHIBIT "1" Temp. Reso. #9824 Page 85 of 133 TESTING PIPING SYSTEMS filled, and that the rate of filling does not exceed the venting capacity of the air valves. (2) Hydrostatic test pressure shall be as follows: Pressure Test System Rating Wastewater Force Main 100 psi Potable Water 150 psi Miscellaneous Pressure Pipe 1.5 times static operation head (3) After the pipe has been laid, all newly laid pipe of any valved section thereof shall be subjected to a hydrostatic pressure of at least 1.5 times the working pressure at the point of testing. a. Test pressure shall: i. Not be less than 1.25 times the working pressure at the highest point along the test section. ii. Not exceed pipe or thrust -restraint design pressures. iii. Be of al least 2-hour duration. iv. Not vary by more than + 5 psi (0.35 Bar) for the duration of the test. V. Not exceed twice the rated pressure of the valves or hydrants when the pressure boundary of the test section includes closed gate valves or hydrants. NOTE: Valves shall not be operated in either direction at differential pressures exceeding the rated pressure. vi. Not exceed the rated pressure of the valves when the pressure boundary of the test section includes closed valves. b. Each valved section of pipe shall be filled with water slowly and the specified test pressure based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gauge shall be applied by means of a pump connected 01670-SPC/158P/3-27-02 01670-4 EXHIBIT 461" Temp. Reso. #9824' Page 86 of 133 TESTING PIPING SYSTEMS to the pipe in a manner satisfactory to Engineer. Valves shall not be operated in either the opening or closing direction at differential pressures above the rated pressure. The system shall be allowed to stabilize at the test pressure before conducting the leakage test. (4) Examination. Any exposed pipe, fittings, valves, hydrants and joints shall be examined carefully during the test. Any damaged or defective pipe, fittings, valves or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material and the test shall be repeated until it is satisfactory to Engineer. b. Leakage Test 1 A leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved Section thereof, to maintain pressure within 5 psi (0.35 Bar) of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. Leakage SHALL NOT BE MEASURED BY A DROP IN PRESSURE IN A TEST SECTION OVER A PERIOD OF TRYIEE. 2 No pipe installation will be accepted if the leakage is greater than that determined by the following formula: L=SDXP' 133,200 in which L is the allowable leakage, in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches; and P is the average test pressure during the leakage test in pounds per square inch. a. Allowable leakage at various pressures is shown in Section 3.02 b. When testing against closed metal -seated valves, an additional leakage per closed valve 01670-SPC/158P/3-27-02 01670-5 EXHIBIT "1" Temp. Reso. #9824 Page 87 of 133 TESTING PIPING SYSTEMS o11 f11 0.0079 gal/h/in (0.0012L/hlt ) of nominal valve size shall be allowed. C. When hydrants are in the test section, the test shall be made against the closed hydrant. d. Acceptance of installation. Acceptance shall be determined on the basis of allowable ' leakage. If any test of pipe laid discloses leakage greater than that specified in Section "b" above, Contractor shall, at his own ' expense, locate and make repairs as necessary until the leakage is within the specified allowance. e All visible leaks are to be repaired regardless ' of the amount of leakage. PART 2 -PRODUCTS Not Used PART 3 - EXECUTION 3.01 GENERAL ater to remove all debris in A. prior to testing, pig and flush all piping systems with u red unless the h ne becomes the system. Pigging of lines 12" and smaller is not req contaminated. B. For testing refer to the Testing Procedures above- C. No separate payment for testing shall be made. 0167 0-5PC/ 1 S 8P/3-27 -02 016"10-6 EXHIBIT "1" Temp. Resd. #9824 Page 88 of 133 1 1 1 1 1 1 1 I I I TESTING PIPING SYSTEMS 3.02 TABLE I Allowable Leakage per 1000 ft (305 M) of Pipeline* gpht** Nominal Pipe Average Test Pressure - psi p (Bar) Diameter (") 100(7) 125(9) 150(10) -175(12) 200(14) 255(16) 250(17) 3 0.23 0.25 0.28 0.30 0.32 0.34 0.36 4 0.30 0.34 0.37 0.40 0.43 0.45 0.47 6 .45 .50 .55 .59 0.64 0.6$ 0.71 8 _60 .67 .74 .80 0.85 0.90 0.95 10 .75 .84 .92 .99 1.06 1.13 1.19 12 .90 1.01 1.10 1.19 1.28 1.35 1.42 14 L05 1.13 1.29 1.39 1.45 1.58 1.66 16 1.20 1.34 1.47 1.59 1.70 1.80 1.90 18 1.35 1.51 1.66 1.79 1.91 2.03 2.14 20 L50 1.68 1.84 1.98 2.12 2.25 2.37 24 1.80 2.01 2.21 2.38 2.55 2.70 2.85 30 2.25 2.52 2.76 2.98 3.19 3.3$ 3.56 36 2.70 3.02 3.31 3.58 3.82 4.05 4.25 42 3.15 3.53 3.86 4.17 4.46 4.73 4.99 48 3.60 4.03 4.41 4.77 5.09 5.41 5.70 54 4.05 4.53 4.97 5.36 5.73 6.03 6.41 * If the pipeline leakage will under test contains sections be the sum of the of various diameters, the allowable computed leakage for each size. ** To obtain leakage in liters/hour, multiply the values in the table by 3.785. END OF SECTION 01670-SPG158P/3-27-02 01670-7 EXHIBIT 961" SUBSURFACE ]LAVES Re 9824 133 SECTION 02010 SUBSURFACE INVESTIGATION PART 1-- GENERAL 1.01 RESPONSIBILITY This information was obtained primarily for use in preparing the engineering design, the Contractor may draw his own conclusions there from. No responsibility is assumed by the OWNER or Engineer for subsoil quality or condition other than at the locations, and at the time the exploration was made. No claim for extra compensation or for extension of time will be allowed on account of subsurface conditions inconsistent with the data shown, except as may be provide elsewhere herein. PART 2 — PRODUCTS 2.01 SOIL BORINGS Copies of the following are included herein: 1. Soil boring data. PART 3 — EXECUTION Not Used I5 5 90.01. S PC/02010/2-22-02 END OF SECTION 02010-1 EXHIBIT "1" Temp. Resd. #9824 Page 90 of 133 QUEST Williams, Hatfield & Stoner, Inc. 2101 North Andrews Avenue Ft, Lauderdale, Florida 33311 Attention: Mr. Jim Davis Dear Mr. Davis: As requested, Ques Standard Penetration boring was drilled in field test. The boring attached sketch. Consulting - Engineering - Testing January 28, 2002 RE: Report of Geotechnical Services Planned Culvert `A' Woodlands Sub -Division Tamarac, Florida QuEST Report No. J-0063.002 t Engineering Services & Testing, Inc, (QuEST) has completed one Test (SPT) boring to a depth of 12 feet at the subject site. The SPT accordance with ASTM D 1586. This report presents the results of our was drilled at the location requested by you, and is indicated on the STRATIGRAPHY The stratification of the profile components as shown on the boring log represents the subsurface conditions at the actual boring location. Variations may occur within a short distance from the boring. Lines of demarcation represent the approximate boundary between the types of materials encountered,, but the transition may be gradual, or not clearly defined. The SPT boring indicated the subsurface materials at the test location to be mantled by a 6- inch thick layer of silty sand with organic stains and roots (topsoil). The topsoil was followed by medium dense sand and limerock (possible fill).to a depth of about 2 feet below grade. The fill was underlain by medium dense sand to a depth of about 7.5 feet. This was followed by moderately cemented sandy limestone to the terminal limits of the exploration at 12 feet below grade. The detailed sub -surface profile is indicated on the attached boring log. Groundwater. The ground water table was encountered at a depth of 6.5 feet below grade. In the absence of other data, we suggest assuming that a 1 to 2 foot rise in the water table could occur during periods of prolonged rainfall and at the peak of the wet hydroperiod, which typically occurs in the fall. Quest Engineering Services 8. Testing, Inc. Offices at: Jupiter Ph (561) 747 8886 Delray Beach Ph (561) 638 6101 (_.. EXHIBIT "1" Temp. Reso. #9824 Page 91 of 133 -2- Williams, Hatfield & Stoner, inc. QuFST Report No. J-0063.002 CULVERT We understand that the proposed culvert - wwltobuconstructed � Howe e� in the culvert wereetest to bottom9n he culvert Invert elevation is not presently known sands present at a depth interval of 4.5 to 2 feet psf pro ided they�ar'e. compacted e soils at the to 95% of the culvert will provide a net bearing capacity ASTM D-1557 maximum dry density. sure Shearing forces should be calculated using n of 180 pounds per cubic fooction factor of 0.35 and earth tsTh calculated computed based on an equivalent fluid density inimum F.S. � 1.5)• resistance value should be factored for safety { Some dewatering may be required dependmeasurej lifts ng on land compacted to 95verts % invert location. hASTM Dl' 1557 soils should be placed in 12 inch thick (loose maximum dry density. LIMITATIONS OF STUDY The soils engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been promulgated after being prepared in accordance with generally accepted professional engineering practice wait anties are implied orin the field of dexpressed. on engineering, soil mechanics and engineering geology. N If soil conditions different from those enumerated in this report are encountered, they should be brought to the attention of the soils engineer immediately, so that he may evaluate these recommendations in light of the changed conditions. At that time it may be necessary to revise or modify these recommendations. -oDa- We appreciate the opportunity to be of service. If you have any questions or if we may be of further service, please call. Sincerely, Quest Engineering services & Testing, Inc. I R. N. 5ailappan, P.E. Principal Florida registration No. 46696 Attachments: Boring Location Sketch SPT Boring Log Qu>EST Mz EXHIBIT "'I" Temp. Reso., #9824�' :Dbi bJtl bleti page 92offeat ' EXHIBIT 66 1" Temp. Reso. #9824 Page 93 of 133 BORING LOG Project Name Planned Culvert @ Woodlands Sub -Division Project Number J-0063 Client Name Williams, Hatfield & Stoner, Inc. Boring Number B-1 Boring Location Proposed Culvert'A' Date Drilled 01/14102 Water Depth 5' - 6" Drilled By LH DEPTH GYM- DESCRIPTION OF MATERIAL Blow . Depth N value (FT) BOL Counts (Ft) 0 10 20 30 40 so 60 70 0 -05 m. 1 y w rg, ain oois o sol 0.5 1. D rows I 1.1.0 1 a 1.5 1.5 an 1 2.0 2.5 r!". Y:7P° Reddish brown W1 oc ragments 2.5 15 3.0 'ar i fi :l5! i�f.. 3.0 3 • 3.5k.;, 4.0 4.0 'wh,c; 4.5 :a.°=r.r; Brown 1 ty race rganlc tales 4 5 4 17 5.0 5.0:; o White r�- an 5.5 � g 5.5 ■ _'F' 6.0 ; k"u; e.. 6.0 s 6.5 6.5krr . 2s....E g 7.0 I 7.0 g3s'r; 7 i 7.5 7.5 8.0 8.0 Tan Sandy 8.5 & 8.5 27 9.p 9.0 e 9.5 9.5 10.0 10.0 10 10.5 10,5 11.0 tLnd�1ot1on­ngg_ 25 11.0 11 • 11.5 11.5 12.0 12.0 12 12.5 12.5 13.0 13.0 13 13.5 13.5 14 14.0 14.5 14 I 14.5 15.5 4 15.0 15 15. 15.5 16.5 { 16.0 16 16. 16.5 17. I 17.0 _ 17.5 17 17.5 18.5 18.0 18 18. 18.5 19.0 19.0 19 19,5 19.5 20.0 20. D 20 Ground Elev. Not Known Completion Depth 12 feet Type of Boring Standard Penetration Test Baring Casing NIA . Hammer Wt. 140 Pounds Hammer Drop Ht 30 Inches QuEST 0 PR EXHIBIT "1" Temp. Reso. #9824 Page 94 of 133 QuEST Consulting Williams, Hatfield & Stoner, Inc. 2101 North Andrews Avenue Ft. Lauderdale, Florida 33311 Attention: Mr. Jim Davis Dear Mr. Davis: - Engineering - Testing September 26, 2000 RE: Report of Geotechnical Services Storm Water Drainage Study Woodlands Sub -Division Tamarac, Florida QUEST Report No. J-0063.001 As requested, Quest Engineering Services & Testing, Inc. (QUEST) has completed three Standard Penetration Test (SPT) borings to 6 feet depth and one 10' deep percolation test at the subject site. The SPT borings were done in accordance with ASTM D 1586 and the percolation test was completed using the SFWMD's "Usual Open -Hole Constant Head" procedures. This report presents the results of our field tests. The tests were done at the locations requested by you. The test locations are listed below:_ Test Location B-1 Banyan Lane (East Side) approximately 300 feet South of Commercial Blvd (North of golf cart path) B-1 Woodlands Blvd. (West Side) approximately 300 feet North of Bayberry Lane (South of golf cart path) B-1 Woodlands Blvd. (West Side) approximately 50 feet South of NW 58'h Street P-1 Woodlands Blvd. (West Side) approximately 300 feet North of Bayberry Lane (South of golf cart path) The SPT borings indicated the subsurface materials at the test locations to be mantled by a 6- inch thick layer of silty sand with organic stains and roots (topsoil). The topsoil was followed by very loose to medium dense sand to a depth of about 2.5 to 4 feet below grade. This was underlain by very loose- silty sand to a depth of 4 to 6 feet. This was followed by weakly. cemented sandy limestone to the terminal limits of the exploration at 6 feet below grade. ouast Er�ginearinp Services & Testing, Inc.. 2581 Jupiter Per1c G��. Suite F-tA, Jupiter, FL- 3 d PM (5&1) 7a7 8B8& Fax (56�) 747 2144 i EXHIBIT "1" Temp. Reso. #9824 Page 95 of 133 -2- Williams, Hatfield & Stoner, Inc. QuEST Report No. J-0063.001 It performed for this study at test location No. 2 indicated a. hydraulic The field percolationtess P square foot of seepage area) per foot (of conductivity of 1.81 x 10 cubic feet per second pmtel 1.6 #eet(par day. The detailed results headI are given This the attached Percolation 1lity of Test Results sheet are I The hydraulic conductivityvalue discussed above is typically used assuming constant head and gradient conditions. The percolation capacity of the- subsurface materials should be evaluated in view of potentially diminishing head would result nclude use ofof ter a three-dimensional _ ring and following a rainfall event. The analysis m groundwater flow model (MODRET), With input consisting of pertinent soil and groundwater parameters obtained from the field test. I -0oa- We appreciate the opportunity to be of service. If you have any questions or if we may be of Ifurther service, please call. Sincerely, Inc. Quest Engineering services & Testing, :R. N. Sailappan, Principal Florida registration No. 46696. ' Attachments: SPT Boring LogResults Percolation Test QUEST P RI ' EXHIBIT "1" Temp. Reso.'#9824• �'��` • �� : �]� r ��-Page % & 1133 1 BORING LOG Project Name Woodland Sub-Divn. Storm Drainage Study Project Number J4063 - Client Name Williams, Hatfield & Stoner, Inc. Boring Number B-1 Boring Location Banyan Lane(E.Side), 300' S.of Comm.Blvd. Date Drilled 09/25/00 Water Depth 4' . 7" Drilled By SEETUJK DEPTH SYM- DESCRIPTION OF MATERIAL. Blow Depth (FT) BOL Counts (Ft) N value 0 10 20 30 40 50 60 70 ra I UwS&r . ams 1.0 �: ; .!:;,ray race Sat c 1.5 ' 2.0 1.5 2 5 2.0 :;:::..:.:.: 3.5 ; ii�i;���:���i 3.0 3 • • • 4.0 3.5 4.5 ra i race r anic a!ns 5.0 4.0 4.5 4 my an yNE 12 5.5 5.0 6.0 5.5 5 • n o 6.5 ring D 6.5 s 7.0 7.5 7.0 8.0 7.5 8.5 8.0 e 9.0 8.5 9.5 9.0 9 10.0 9.5 10.5 10.0 10 11.0 10.5 11.5 11.0 11 12.0 11.5 . 12.5 12.0 12 13.0 12.5 13.5 13.0 13 14.0 13.5 14.5 14.0 14 • . 15.0 14.5 15.5 15.0 15 16.0 15.5 16.5 16.0 15 17.0 16.5. 17.5 17.0 17 - 18.0 17.5 18.5 18.0 19.0 18.5 18 19.5 19.0 19 r 20.0 19.5 20.0 20 Ground Elev; Not Known . Completion Type of Boring Standard Penetration Pest Boring Casing Depth 6 Feet Hammer Wt. 140 Pounds N/A Hammer Dn:)p Ht. 30 I nches QUEST EXHIBIT 16 1" Temp. Reso. #9824 Page 97 of 133 BORING LOG Project Name Woodland Sub -Diva. Storm Drainage Study Project Number J-0063 Client Name Williams, Hatfield & Stoner, Inc. Boring Number B-2 Boring Location Woodlands Blvd (W.Side), 300' N.,of Bayben Date Drilled '09125100 Water Depth 4' - 7" Drilled By SEETUJK h DEPTH SYM- DESCRIPTION OF MATERIAL blow Dept N V21UO (FT) BOL Counts (Et) 0 10 20 30 40 50 60 70 0 :b ra i w oo ins 1.0 1.0 1.5 1 1.5 2.0 2.0 2.52.5 3.0 3 3.D i 3.5 3.5 IF 4.04.0 4.5 ite any wit i t 4.5 10 5.5 4 5.0 5.5 5 • . • 5.5 6.0 6.0 6.5 6 6.5 End of onng 7.0 7.0 7.5 7 7.5 8.0 8.0 8.5 8 8.5 9 0 9.0 ' 9.5 5 9.5 10.0 10.0 10.5 1a 10.5 11.0 11.0 11.5 11 ... 11.5 12.0 12.0 12.5 12 12.5 13 0 13.0 13.5 13 13.5 14.0 14.0 14.5 14 14.5 15.0 15.0 15.5 18 15.5 16.0 16.0 16.5 16 16.5 17.0 - 17.0 17.5 17 17.5 18.0 18.0 18.5. 18 18.5 19.0 19.0 19.519.5 19 20.0 ' 20.0 20 ;round Elev. Not Known Completion Depth 6 -Feet ype of Boring Standard Penetration Test Boring Casing Ht. NIA 30 inches jammer Wt. 140 Pounds Hammer Drop QuFST EXHIBIT 641" Temp. Reso: #9824 .I Page 98 of 133 ' BORING LOG oject Name Woodland Sub-Divn. Storm Drainage Study ICl Project Number J-0063 ient Name Williams, Hatfield & Stoner, Inc. Boring Number B-3 IBoring Location_ Woodlands Blvd (W.Side), 50' S.of NW 58 S Date Drilled 09/25/00 Drilled By SEETUJK Depth 5' - 8" IH SYM- DESCRIPTION OF MATERIAL Blow Depth Nvatu* ) BOL rE Counts (Ft) a 10 20 30 40 so 60 70 0 ;r: ra i w oo r in ; !9 ray ray 1.S 2.5 125 .....,., :; 3.5 3.5 '`;;i , ;;I;„;i 4.0 4 4.0 :i::!:.....,. 4.5 4,5 rown ! ty 2 5.0 5.0 ffiReddis 5.5 5 - 5.5 6.0 s 6.0 6.5 . 6.5 End of Boring 7.0 7.0 7.5 7 7.5 8.0 8.0 8.5 8.1 8.5 9.0 9.0 9.5 9 9.5 10A 10.0 10.5 1a 10.5 11.0 11.0 11.5 11 - 11.5 12.0 12.0 12 12.5 13.5 13.0 1 3.0 13 13.5 13.5 14.0 5 14.15.5 14 14,5 15.0 15.5 15 15.5 16.0 16.0 16.5 16 16.5 17.0 17.0 .. 17.5 17 17,5 18.0 18.0 18.5 18 18.5 19.0 19.0 19.5 19 19.5 20.0 20.0 20 Ground Elev. Not Known Completion Depth 6 Feet Type of Boring Standard Penetration Test Boring Casing NIA Hammer Wt. 140 Pounds Hammer Drop Ht. 30 Inches QuFST EXHIBIT 96 1" Temp. Reso. #9824 Page 99 of 133 PERCOLATION TEST RESULTS Date September 25, 2000 ReptA J-0063.001 project Storm Drainage Study Woodlands Sub -Division Tamarac, FL Notes: 1. Test conducted in accordance with SFNVMD's Usual Open -Hole Constant Head procedures, QuEST EXHIBIT "1" Temp. Reso. #9824 Page 101 of 133 -TRENCHING EXCAVATION BACKFII_.LiNG AND COMPACTING 1.05 PROTECTION A. Protect trees, shrubs and lawn areas to receive planting, rock outcropping and other features remaining as part of final landscaping. B. Protect benchmarks and existing structures, roads, sidewalks, paving and curbs against damage from vehicular or foot traffic. Install and maintain proper bridging, planking and cants to provide access to building. C. Protect excavations by shoring, bracing, sheet piling, underpinning, or by other methods, as required to prevent cave-ins or loose dirt from falling into excavations. D. Underpin or otherwise support adjacent structure(s) which may be damaged by excavation work. This includes service lines and pipe chases. E. Notify Engineer of any unexpected subsurface conditions. Discontinue work in the area until Engineer provides notification to resume work. F. Prevent washing or piping of soils during dewatering procedures, provide turbidity control. G. Saw cut trench edges to protect adjacent concrete and asphalt. H. Maintain site to prevent erosion or sediment transport from the site. Provide silt screens, turbidity barriers to protect waterways. Screens and barriers shall conform to FDOT details and standards. I. Keep site clean and orderly, control dust and debris. PART 2 - PRODUCTS 2.01 BED AND FILL MATERIALS A. Red Materials* Approved granular material, minus 2 inch non -cohesive and non - plastic, free of organic matter compacted to 98% density. A minimum of 4-inches of bedding material, measured from bottom of bell to natural earth, shall be used in rocky or stony ground. Bedding material shall support pipe as shown on the drawings. Utility work shall conform to City Standard trench details. B. After pipe joints have been inspected and given preliminary approval, and sufficient time has elapsed for setting of joints if necessary, backfilling shall be performed by hand, together with tamping, until fill has progressed to an elevation at least one foot above the top of the pipe bell. During this initial stage of backfilling, approved granular minus 2-inch materials free from lumps, clods, or muck shall be deposited in layers of approximately 6-inches thick and compacted by hand or with manually operated machine tampers actuated by compressed air, or other suitable means. Tamps and machines shall be suitable for 02221-SPG 15 8P/3-27-02 02221-2 EXHIBIT "1" Temp. Resd. #9824 1 Page 102 of 133 TRENCHING EXCAVATION BACE LLNG AND COMPACTING the work, and subject to the approval of the Engineer. Utility select backfill shall conform to City Utility details. C Excavated material, free from roots, muck, organic material, rocks larger than 3 irrches in size, building debris or other deleterious materials. Utility backfill shall conform to City Standard details. D • Free from alkali, salt, and petroleum products. Use subsoil excavated from site only if conforming to specified requirements. PART 3 - EXECUTION 3.01 PREPARATION AND LAYOUT A. Establish extent of excavation by area and elevation. Designate and identify datum elevation. B. Set required lines and levels. C. Maintain benchmarks, monuments and other reference points. D. Provide silt screens for turbidity control. 3.02 UTILITIES A. Before starting excavation, field establish the location and extent of underground utilities occurring in the work area and have utilities marked in the field. B. Notify the Engineer if utility lines which are in the way of excavation are uncovered. C. Protect active utility services uncovered by excavation. D. Remove abandoned utility service lines from areas of excavation. Cap, plug or seal such lines and identify at grade. E. Accurately locate and record abandoned and active utility lines on project record documents. 3.03 TRENCHING A. Ensure trenching does not interfere with normal 45-degree bearing splay of any foundation. B. Excavate in accordance with lines and grades. C. Cut trenches sufficiently wide to enable proper installation of services and to allow for inspection. Trim and shape trench bottom and leave free of irregularities, lumps and projections. Trenching shall comply with Florida and Federal safety requirements. 02221-SPG 158P/3-27-02 02221-3 EXHIBIT "9" Temp. Reso. #9824 Page 103 of 133 I• TRENCHING EXCAVATION BACKFILLING AND COMPACTING D. Do not disturb soil within branch spread of existing trees or shrubs that are to remain. If it is necessary to excavate through roots, perform work by hand and cut roots with a sharp axe. E. When complete, request the Engineer to inspect excavations. Correct unauthorized excavation as directed, at no cost to Owner. F. Remove excess or unsuitable excavated sub -soil from site. G. Saw cut asphalt and concrete before excavation of pavements. 3.04 DEWATERING A. Keep trenches dry as needed. Provide necessary equipment including pumps, piping and temporary drains. B. Do not discharge drainage water lines into municipal sewers without municipal approval. Ensure water discharge does not contain silt held in suspension, provide turbidity control. C. Direct surface drainage away from excavated areas. D. Control the grading in and adjacent to excavations to prevent water running into excavated areas or onto adjacent properties or public thoroughfares. E. Furnish and operate suitable pumps on an as need basis to keep excavations free of water until piping has been placed and backfilling has been completed. F. Unless otherwise approved, no water shall be allowed to rise over masonry, or mortar until the concrete or mortar has set at least 24 hours. ' 3.05 BACKFILLING A. Do not start backfilling until piping has been inspected. B. Ensure trenches are free of building debris, muck, wood, rocks over 3-inches in diameter and water. ' C. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. ' D. After backfill has reached a point one foot above the top of the pipe, a variation in the procedure as to manner of placing and amount of compaction of fill will be allowed, depending upon the location of the work and danger from subsequent ' settlement, as follows: L For backfilling in unimproved areas out ride of the public right-of—way From an elevation of one foot above top of pipe to the surface of the ground, ' backfill may be deposited by backhoe, bulldozer or other suitable ' 02221-5PG158P/3 27-02 02221-4 EXHIBIT "1" Temp. Reso: #9824' Page 104 of 133 • TRENCHING EXCAVATION BACKFTLLING AND COMPACTING equipment. Depositing in 12-inch layers and compacting to 90% minimum density in accordance with AASHTO T-180. All surplus excavated materials shall be disposed of by the Contractor at his expense unless otherwise directed by the Engineer. 2. For backfilling beneath driveways and parking areas, alleys, and streets where non -rigid type surfacing is to be replaced: This shall also include dirt, gravel or cinder driveways and alleys. a. The backfill material shall be carefully deposited in uniform layers not to exceed 6..-inches in thickness, and each layer shall be compacted to 98% in accordance with AASHTO T-180 with manually operated machine tampers. Work shall conform to City Standard details. b. If, in the opinion of the Engineer, the excavated material can be satisfactorily compacted by water jetting, this method may be used. The jetting operation shall be approved by the Engineer. In lieu of the foregoing compaction method, the backfill material and procedure used may be that as specified under method 3, below. 3. For backfilling across and beneath driveways, sidewalks, parking areas or streets where a rigid -type paving is to be replaced (concrete and asphaltic concrete and brick surfaces): All backfill material shall be approved granular material of high weight and density. The material shall be carefully deposited in uniform layers not to exceed 6 inches thick (loose measure), and each layer shall be compacted by ramming or tamping with tools approved by the Engineer in a manner that does not disturb the pipe. Where necessary, granular base material of the type and thickness specified shall be used for the last layer prior to surfacing. Work shall conform to City Standard details. b. In lieu of ramming or tamping in 6-inch layers, the approved granular backfill may be placed in one operation and water jetted. The jetting operation shall be pre -approved by the Engineer. Backfill materials shall be compacted to a minimum of 98% of maximum density in accordance with AASHTO T-180, minimum 40 LBR. 3.06 MEASUREMENT AND PAYMENT A. No separate compensation shall be made for excavation, bedding, disposal of excess materials and backfill. Work shall be paid for as part of the lump sum price for each culvert. B. • This item shall be used to pay for use of trench 0222 1 -SPC/158P/3-27-02 02221-5 EXHIBIT "'I Temp. Reso. #9824 Page 105 of 133 • TRENCHING EXCAVATION BACKMLING AND COMPACTING box or other approved means to comply with CS/HB 3183, Florida Trench Safety Act and OSHA Trench Safety Standards, to protect works where the excavation exceeds 5 feet in depth. Measurement and payment shall be part of a lump sum amount for each culvert. END OF SECTION ' 02221-SP4C/158P/3-27-02 102221-6 EXHIBIT 49 1" Temp. Reso: #9824 Page 106 of 133 SECTION 02430 STORM DRAINAGE PIPE 430-1 DESCRIPTION STORM DRAINAGE PIPE Furnish all labor, materials, equipment, and incidentals required for installing Reinforced Concrete Pipe (RCP) for storm drain lines complete, tested, and ready for use, as shown on the Drawings and/or specified herein. Eliptical enforced concrete pipe (FRCP) is being used on this project. 430-2 WORK INCLUDED A. In general, the work under this section shall include, but is not limited to, furnishing_ and installing all necessary pipe fittings, and appurtenances as detailed. B. The work shall also include the furnishing of all labor, materials, equipment, lights, transportation, and performing all operations necessary for the proper placement of pipe fittings in accordance with these specifications, as shown on the drawings, and directed by the Engineer. 430-3 QUALITY ASSURANCE A. All concrete pipe shall be from a single manufacturer. The supplier shall be responsible for the provisions of all test requirements specified in AASHTO M170. In addition, all pipe to be installed under this Contract may be inspected at the plant for compliance with these specifications by an independent testing laboratory provided by the Owner. The Contractor shall require the manufacturer's cooperation in these inspections. The cost of plant inspection of all pipe approved for this Contract shall be borne by the Owner. B. Inspections of the pipe may also be made by the Engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at any time on account of failure to meet any of the Specification requirements, even though sample Pipes may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once. C. Supplier shall also provide certification that all testing/inspection required by this specification and referenced standards have been made on all pipe and fittings shipped and that they meet the required specifications. Any detectable leaks during testing shall be corrected. SECTION-02430/160P/022002 02430-1 ' EXHIBIT "'I Temp. Reso. #9824 Page 107 of 133 ' STORM DRAINAGE PIPE ' D. Flexible watertight gaskets for circular concrete sewer and culvert pipe shall comply with AASHTO M198. ' 430-4 REFERENCES ' A. AASHTO - American Association of State Highway and Transportation Officials B. ANSI - American National Standards Institute ' C. ASTM - = American Society for Testing and Materials D. AWWA American Water Works Association E. ASME - - American Society for Mechanical Engineers F. ASCE - American Society of Civil Engineers G. DIPRA - Ductile Iron Pipe Research Association H. FS - Federal Specification ' 1. NFPA National Fire Protection Association J. SSBC Southern Standard Building Code K. WPCF - Water Pollution Control Federation ' L. NSF - Natural Sanitation Foundation 430-5 SUBMITTALS A. Submit to the Engineer within twenty (20) days after execution of the Contract, shop drawing, a list of materials to be furnished, the names of the supplier and the date of delivery of materials to the site. B. Submit shop drawings to the Engineer for review in accordance with page 8 of the Supplementary Conditions showing the complete laying plan of all pipe, including all fittings, adapters and specials along with the manufacturer's drawings and specifications indicating complete details of all items. The pipe details shall include a pipe class laying schedule which specifies pipe class, I class coding, joints, station limits, and transition stations, and a list of abbreviated terms with their full meaning. The- Contractor shall provide details of fittings to be furnished. The above shall be submitted to the Engineer for approval before fabrication and shipment of these items. The locations of all pipe shall conform to the locations indicated on the Drawings. C. Furnish in duplicate to the Engineer, prior to each shipment of pipe, submit manufacturer's certification and certified test reports that the pipe for this contract was manufactured and tested in accordance with the ASTM, ASCE, ANSI, etc. standards specified herein. SECTION-0243 0/ 160P/022002 02430-2 EXHIBIT "1" Temp. Reso. #9824 IPage 108 of 133 STORM DRAINAGE PIPE 430.6 DELIVERY, STORAGE AND HANDLING A. Care shall be taken in shipping, handling and laying to avoid damaging the pipe and fittings. Extra care will be necessary during cold weather construction. Any pipe damaged in shipment shall be replaced as directed by the Engineer. VA B. Any pipe or fitting showing a crack or which has received a blow that may have caused an incipient fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. 430.7 INSPECTION, TEST REPORTS AND MARKINGS A. All pipe and accessories to be installed under this Contract shall be inspected and tested at the place of manufacture by the manufacturer as required by the Standard Specifications to which the material is manufactured. B. Each length of pipe shall be subject to inspection and approval at the factory, point of delivery, and site of work. Sample of pipe to be tested shall be selected at random by the Engineer or the testing laboratory and shall be delivered by the Contractor to the testing laboratory approved by the Engineer. C. When the specimens tested conform to applicable standards, all pipe represented by such specimens shall be considered acceptable based on the test parameters measured. Copies of test reports shall be submitted to the Engineer before the pipe is installed in the Project. Acceptable pipe will be stamped with an appropriate monogram under the supervision of the testing laboratory. D. In the event that any of the test specimens fail to meet applicable standards, all pipe represented by such tests shall be subject to rejection. The Contractor may furnish Itwo additional test specimens from the same shipment or delivery for each specimen that failed and the pipe will be considered acceptable if all of these additional specimens meet the requirements of the applicable standards. E. Pipe which has been rejected by the Engineer shall be removed from the work site by a the Contractor and replaced with pipe which meets these specifications. 430.8 MATERIALS Concrete pipe shall conform with FDOT Section 941. Elliptical concrete pipe shall conform to requirements of ASTM C507, Class HE -III. Joints shall conform to FDOT Section 942-2. SECTION-02430/160P/022002 02430-3 EXHIBIT "1" Temp. Reso. #9824 Page 109 of 133 430-9 PREPARATION STORM DRAINAGE PIPE A. All pipe shall be installed in accordance with recommendations of the pipe manufacturer and as specified herein. B. Before running lines, the Contractor shall carefully verify location, type of joint needed and size of pipe to which connection is proposed. He shall then assure himself that the lines can be run as contemplated without interfering with footings, walls, other piping, and utilities etc. Any necessary deviation shall be referred to the Engineer for final adjustment before installation. C. All lengths of pipe shall be dimensioned accurately to measurement established at the site, and shall be worked into place without springing or forcing. D. Utmost care shall be exercised in loading, and placed of all pipe, fittings, valves, etc., Iin order to avoid shock and/or damage. Dropping will not be permitted. Pipe handled on skidways must not be skidded or rolled against pipe already on the ground. E. Any pipe, special castings, or other appurtenances broken or damaged in transit to the site where they are to be used, or after they have been delivered to the site, shall be replaced by the Contractor at his own expense. F. All pipes and special castings shall be carefully examined for defects, and no pipe or special casting shall be laid which is known to be defective. If any such pipe or special casting shall be discovered to be defective after being laid, it shall be removed and replaced with a sound casting by the Contractor at his own expense. G. The Contractor shall cut all pipe and drill holes that may be necessary, whenever and whatever so required. This work shall be done in a thorough and workmanlike manner. ' H. The pipe shall be laid to the lines and grades shown on the Drawings with bedding and backfill as shown on the Drawings and as specified in Section 125. Blocking ' under the pipe will not be permitted. I. The pipe shall be kept clean. All foreign material shall be removed from the inside of the pipe before it is placed. Plugs shall be used when pipe laying is not taking place to prevent entrance of foreign materials or water. ' SECTION-02430/1601'/022002 02430_4 EXHIBIT "1" Temp. Reso: #9824' Page 110 of 133 STORM DRAINAGE PIPE I 43 0-10INSTALLATION OF PIPING ' A. Lines Grades Stakes and Templates: I 1. The Contractor shall, at his own expense, furnish all stakes, templates, patterns, platforms and labor that may be required in the layout of any part of the work. 2. The Engineer will furnish, upon request by the contractor, limit marks and benchmarks reasonably necessary for the execution of the work. 3. The Engineer may furnish a representative to check alignment and grade after it has been laid out ready for construction; however, this will in no way lessen the responsibility of the Contractor to maintain correct grade and alignment at all times. 4. The line and grade of all piping, as well as the location of all appurtenances, will be as shown on the Drawings, or as directed by the Engineer. 5. The Contractor shall give the Engineer a minimum of 48 hours notice for any engineering or inspection necessary to continue or complete the work. B. Excavation: 1. The Contractor shall perform all excavation that may be required for the installation of any and all parts of this Section. Excavations shall conform to all Federal, state and local safety requirements. 2. The excavation of the trench shall not advance more than 100 feet ahead of ' the completed pipe work except where, in the opinion of the Engineer, it is necessary to drain wet ground, or for other reasons as approved by. the Engineer. ' 3. Asphalt pavement and concrete shall be pre-cut before excavation. ' 4. All excavations shall be made by open cut except as shown on the Drawings. The sides of the trench shall be kept as nearly vertical as possible in order to provide safe operation, especially from the trench floor to a level of one foot ' above the top of the pipe. Unless other wise approved by the engineer, trench bottoms shall not be less than 16" wide, nor more than 24" than the outside diameter of the pipe laid therein, and shall be excavated true to line, so that a SECTION-02430/ 160P/022002 02430-5 EXHIBIT "V Temp. Reso. #9824 Page 111 of 133 STORM DRAINAGE PIPE clear space of not less than 8", nor more than 12" in width is provided on each side of the pipe. The bottom of trenches shall be accurately graded to provide uniform bearing and support for each section of pipe on undisturbed soil or compacted bedding material at every point along its entire length, ' except for portions of the pipe sections where it is necessary to excavate for bell holes. Bell holes shall be excavated only to an extent sufficient to permit accurate work in the making of the joints and to ensure that the pipe, for a ' maximum of its length, will rest upon the prepared bottom of the trench. 5. Excavation carried beyond or below grades specified by the Engineer shall be ' backfilled at the Contractor's expense with 3/4" rock, as directed by the Engineer, and shall be thoroughly tamped. 6. The materials excavated shall be deposited on the side of the trenches and beyond the reach slides, with the banks trimmed up so as little inconvenience as possible is made to public travel or tenants occupying adjoining property. 7. Sidewalks, roads, streets and pavements shall not be blocked or obstructed by excavated materials, except as authorized by the Engineer. In this case, adequate temporary provisions will be made for a satisfactory temporary passage of pedestrians and vehicles. Barriers, lights, flares and any other necessary warning devices shall be provided and maintained by the Contractor at all trenches, excavations and embankments at no additional compensation. ' 8. In case it is necessary to place excavated material adjacent to buildings, the contractor shall erect barriers to keep the earth at least 4' from the front of such buildings. In case earth is deposited on grass plots, the Contractor shall remove it carefully when backfilling so as to not to destroy the grass. All trees, shrubs, etc., along the line of construction shall be reasonably ' protected. 9. The Contractor shall, without additional expense, provide suitable temporary ' channels for any water that may flow along or across the site of the work. 10. Where the bottom of the trench is found to consist of material which is ' unstable to such a degree that, in the opinion of the Engineer, it cannot be removed and shaped to adequately support the pipe, the trench bottom shall be stabilized by the Contractor to the satisfaction of the Engineer. 11. When excavations exceed Sin depth in order to comply with CS/HB 3183, Florida Trench Safety Act and OSHA Trench Safety Standards, a trench box SECTION-02430/160P/022002 02430-6 EXHIBIT 61" Temp. Reso. #9824 1 Page 112 of 133 STORM DRAINAGE PIPE or other approved means of work protection must be used. C. Pipe Clearances in Rocks: ` l . Bed rock, boulders and large stones shall be removed to provide a clearance of at least 4" below and on each side of all pipe, valves and fittings. Before the pipe is laid, all irregularities of the rock are to be filled with a/a" rock and compacted into place, and the bottom of the trench brought to proper grade. 2. The specified minimum clearances are the minimum clear distances which will be permitted between any part of the pipe and appurtenances being laid and any part, projection or point of such rock, boulder or stone. D. Blastin : No Blasting will be allowed. E. Bracing and Shoring: The Contractor shall do all bracing, sheathing and shoring necessary to perform and protect all excavations as indicated on the Drawings as required for safety, as directed by the Engineers or to conform with all governing laws. F. Dewatering: The Contractor shall at all times during construction, provide and maintain ample means and devices with which to promptly remove and properly dispose of all water entering the trenches or excavations and keep said excavations dry until the structures to be built thereon are completed. No masonry shall be laid or pipe joints made in water, nor shall water be allowed to rise over masonry or mortar until the concrete or mortar has set at least 24 hours. Where dewatering is not possible work shall conform to section 125-8.3.3 of FDOT Standard Specifications for Road and Bridge Construction. G. Laying and Installing Pipe:_ The Contractor shall provide the necessary mason's lines and supports to insure installation of the pipe to line and grade, as staked by the Surveyor. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all pipe before it is laid, and reject any section that is SECTION-02430/ 160P/022002 02430-7 EXHIBIT "1" Temp. Reso. #9824 Page 113 of 133 * : u r IMIT019'01WI damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. The laying of the pipe in the finished trench shall be started at the lowest point and laid upgrade. When bell and spigot pipe is used, the bell shall be laid upgrade. If tongue and groove pipe is used, the grooved end shall be laid upgrade. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing and until the mortar in the joints has thoroughly set. When bell and spigot pipes are used, spaces for the pipe bells shall be dug in the pipe subgrade to accommodate the bells. These spaces shall be deep enough to insure that the bells do not bear the load of the pipe; they shall not be excessively wide in relation to the longitudinal direction of the trench. When the pipes are laid, the barrel of each section of pipe shall be in contact with the quadrant -shaped bedding throughout its full length, exclusive of the bell, to support the entire load of the pipe. When placing concrete pipe constructed with elliptical reinforcing, the pipe shall be oriented in accordance with the manufacturer's markings of top or bottom. The upgrade end of pipelines not terminating in a structure shall be plugged or capped as approved by the Engineer. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and relaid without extra compensation. The Contractor shall provide, as may be necessary, for the temporary diversion of stream flow in order to permit the installation of the pipe under dry conditions. H. Bedding and Base Fill: 1. Bedding shall be as detailed on the plans with less than 2" material. 2. After pipe joints have been inspected and given preliminary approval, and ' sufficient time has elapsed for setting joints is necessary, backfilling shall be performed by hand, together with tamping, until fill has progress to an ' elevation of at least Y above the top of the pipe. During this initial stage of backfilling, approved granular materials (where required) or loose soil free from lumps, muck, organic materials, clods, frozen materials or stones larger ' than 2" or other deleterious materials shall be deposited in layers of approximately 6" thick and compacted by hand, or with manually operated machine tampers actuated by compressed air, or other suitable means. Tamps ' SECTION-02430/ 160P/022002 02430-5 1 EXHIBIT "1" Temp. Reso. #9824 Page 114 of 133 STORM DRAINAGE PIPE and machines shall be suitable for the work, and subject to the approval of the Engineer. II. Backfillin�: 1. The Contractor shall perform all backfilling that may be required for the Iinstallation of any and all parts of this Section. 2. Backfilling shall be performed in accordance with Section 1.25 —Trenching, Excavation, Backfilling and Compacting, or as directed by the Engineer. J. Clean Up: The Contractor shall clean up and dispose of all excess excavation, material, remove asphalt and concrete, trash, wood forms, and other debris and restore the job site to a condition acceptable to the Owner. Pipe laying operations shall not be permitted to extend excessive distances ahead of clean up. Unless otherwise directed by the Engineer, clean up activities shall not lag behind pipe installation by more than 500 feet. K. Temporary Plugging: 1. Installed piping systems shall be temporarily plugged at the end of each day's work, in other interruption, to the progress on a given line. Plugging shall be installed in a manner satisfactory to the Engineer, and it shall be adequate to prevent entry of animals into the pipe or the entrance or insertion of water or deleterious materials. 2. Plugs installed for testing shall be fully secured and blocked to withstand the test pressure. 3. Where plugging is required because of contract division or phasing for later connection, the ends of such lines shall be equipped with a permanent -type ' plug or blind flange. Installation or removal of such plugging shall be considered incidental to the Work. L. Turbidity Control: The Contractor shall take adequate precautions to minimize siltation and bank ' erosion in waterways. Contractor must control turbidity on aqueous crossing or bank work so that it does not exceed established background turbidity by more than 50 Jackson Units at a distance greater than 100 feet from the point of work. A turbidity SECTION-02430/160P/022002 02430-9 EXHIBIT "1" Temp. Reso. #9824 Page 115 of 133 STORM DRAINAGE PIPE barrier shall be used for all aqueous and bank work. Contractor shall provide silt screens and turbidity barriers to protect the waterways and meet permit conditions. M. Conformity with Permits and Re ulations: The Contractor shall comply with all regulations, conditions and other requirements promulgated under these permits or by these or other governmental agencies having jurisdiction over the Work; the cost of all such compliance having been included in amounts bid and as shown in the Contract. N. Jointin Pi e and Fittin s: 1. Push -on sewer pipe and fittings shall be jointed in accordance with the recommendations of the latest ASTM Standards and detailed instructions of the manufacturer. The pipe manufacturer shall furnish information and supervise the installation of at least the first 30 joints of the Contract. 2. All manhole connections shall be as shown on the Drawings, with concrete or mortar connections being equipped with an integral 0-ring or other sealant such that positive watertight seal is established. 430-11 TESTS Lines will be checked by the Owner to determine whether any displacement of the pipe has occurred. If the interior of the pipe shows poor alignment, displaced pipe, or any other defects, the defects designated by the Owner shall be remedied by the Contractor at his expense. END OF SECTION ISECTION-02430/160P/022002 02430-10 i EXHIBIT "1" Temp. Reso: #9824 Page 116 of *133 SECTION 02577 SURFACE RESTORATION PART 1- GENERAL SURFACE RESTORATION 1.01 SCOPE The work to be performed under this item shall include completing of surface restoration as specified herein. This work does include asphaltic concrete surface course, concrete curb and/or sidewalk restoration and landscaping. Cleanup of the work site shall be done on a daily basis. The Contractor shall control dust, provide safe access for vehicular and pedestrian traffic during the entire operation and keep the site orderly and clean. Work shall conform to City Standard details and "Minimum Standards" ' 1.02 REFERENCES Work shall conform to the requirements of these listed references. Where conflicts occur the City's "Minimum Standards" shall govern. A. Florida Department of Transportation "Standard Specifications for Road and Bridge Construction", 1991 Edition. 1. FDOT Section 300 - Prime and Base Courses 2. FDOT Section 320 - Hot Bituminous Mixtures - Plant, Methods and ' Equipment 3, FDOT Section 331 - Type S Asphaltic Concrete 4. FDOT Section 911-3 - Composition of Limerock Material for Limerock t Base and Limerock Stabilized Base 5. FDOT Section 345 - Portland Cement Concrete 6, FDOT Section 400 - Concrete Structures ' 7_ FDOT Section 520 - Concrete Gutter, Curb Elements and Traffic Separator 8. FDOT Section 522 - Concrete Sidewalk 9. FDOT Section 575 - Sodding ' 10. FDOT Section 580 - Landscaping 11. FDOT Section 901 and 902 - Coarse and Fine Aggregate ' B. American Association of State Highway and Transportation Officials (AASHTO). 1. AASHTO T-180 - Test for Moisture -Density Relations of Soils Using a 10 ' lb. Rammer and an 18-Inch Drop. C. Section 02221, Trenching, Excavation, Backfilling and Compaction 02577-SPC/ 15 8P/3-27-02 02577-1 EXHIBIT "1" i Temp. Reso. #9824 Page 117 of 133 D. Minimum Standards, City of Tamarac 1.03 MEASUREMENT AND PAYMENT SURFACE RESTORATION Restoration shall be part of the lump sum price for each culvert and structure improvement. PART 2 - MATERIALS 2.01 SUBGRADE Subgrade shall be compacted in 6 inch lifts and in accordance with the requirements in ` Section 02221. Subgrade shall be compacted to a minimum density of 98% of AASHTO T- 180, minimum LBR 40. 1-1 2.02 BASE COURSE The base course shall consist of Grade No. 2 limerock conforming to Section 911-3 of FDOT "Standard Specifications for Road and Bridge Construction". 2.03 PRIMER Primer shall be hot bituminous material in accordance with Section 300-2 of FDOT Standard Specifications, 1991 Edition. Alternate primers shall be acceptable only with prior approval of the Engineer. 2.04 TACK COAT Tack coat shall be in accordance with Section 300-2.3 of FDOT Standard Specifications, 1991 Edition. 2.05 SURFACE COURSE If required, the temporary surface course shall be Type S-III asphaltic concrete in accordance with all applicable requirements of Sections 320 and 332 of FDOT "Standard Specifications for Road and Bridge Construction," 1991 Edition. 2.06 GRASS, SHRUBBERY, TREES, IRRIGATION, ETC. All planted vegetation which is removed, damaged or destroyed by project construction shall be replaced by like kind and in the same manner. Irrigation works damaged during construction shall be replaced or repaired. 02577-SPC/ 158P/4-3-02 02577-2 EXHIBIT "1" Temp. Reso: #9824 Page 118 of 133 SURFACE RESTORATION PART 3 - EXECUTION OF WORK 3.01 NON STATE-OWNED PUBLIC PAVEMENT A. Base Course: The base course shall be constructed to the details shown on the Plans at the Engineer's direction. Any variance from the Plan details shall not be allowed without the prior written consent of the Engineer. The limerock shall be transported to the point where it is to be used, over rock previously placed, if practicable, and dumped on the end of the preceding spread. In no case shall rock be dumped directly on the subgrade. The limerock shall be spread uniformly with equipment approved by the Engineer. All segregated areas of fine or coarse rock shall be removed and replaced with well graded rock. The equipment to be used shall include a self-propelled blade grader weighing not less than 3 tons, with wheel base not less than 15 feet and blade length not less than 10 feet; scarifiers shall have teeth spaced not to exceed 4-1/2 inches apart; at least one three -wheel roller weighing not less than 10 tons; provision for furnishing water at the site of work by tank truck or hose at a rate not less than 50 gallons per minute. Alternate equipment approved by the Engineer may be used where narrow widths preclude use of larger equipment. After spreading is completed, the entire surface shall be scarified and shaped so as to produce the exact grade and cross section after compaction. The full depth of base shall be compacted to an average density of 98% of maximum density as determined by AASHTO T-180 (Modified Proctor). The minimum density acceptable at any location shall be 98%, minimum LBR of 100. The finished surface of rock base shall be true to the required cross section throughout. Any irregularities in the surface greater than 1/4-inch, as determined by placing a 10 foot straightedge parallel or perpendicular with the centerline, shall be corrected by scarifying to a depth of 3-inches, removing or adding rock as may be required and again watering, rolling and compacting the scarified area. B. Priming: Before any bituminous material is applied, all loose material, dust, dirt and other foreign material which might prevent proper bond shall be removed from the base for the full width of application. The surface to be primed shall have the glazed finish removed by "hard -planing" prior to the application. The bituminous material to be used shall be RC-70 or other material approved by the Engineer. The temperature of the material shall be between 100 degrees F and 150 degrees F, the exact temperature being such as will insure uniform distribution. 02577-SPG 15 8P/4-3-02 02577-3 EXHIBIT "9" Temp. Reso. #9824 Page 119 of 133 SURFACE RESTORATION The surface to be primed shall be clean and dry. No bituminous material shall be applied when the temperature of the air is less than 60 degrees F in the shade, or when, in the opinion of the Engineer, the weather conditions or the condition of the existing surface is unsuitable. The rate of application shall not be less than 0.10 gal. per square yard, and shall be sufficient to coat the surface thoroughly and uniformly without having any excess to puddle or flow off the base. Application shall be by ' self-propelled pressure distributor, operating under a pressure not less than 20 lbs. per square inch. IThe prime shall be allowed to stand, without sanding, for a period of at least 4 hours. A uniform application of clean sand shall be applied prior to opening the primed base to traffic, in which case the sand shall be rolled with a traffic roller in conjunction with traffic to cure the prime coat. The sand to be used shall be free of silt, rock, particles, sticks, trash, vegetation, or other deleterious material. C. Asphaltic Surface Course: Saw cut and square edges of existing asphalt. After the prime coat has had adequate time to cure, and prior to the installation of a temporary surface course, the Contractor shall clean the prepared base of all loose sand and other deleterious materials. If, in the opinion of the Engineer, the prepared surface is unsuitable to receive the temporary surface course without tacking, a tack coat shall be applied in accordance with FDOT Section 300-7. Once the surface has been properly prepared, the Contractor shall install Type III Asphaltic Concrete in accordance with the details shown on the Plans as a temporary surface course. Said Type III Asphaltic Concrete shall conform to all of the applicable requirements of Sections 320 and 332 of the Florida Department of Transportation "Standard Specifications for Road and Brid e Construction , 1991 except that "rob Mix Formula" will not be required. The temporary surface course may be spread with a spreader box in lieu of a ' self-propelled mechanical spreader. 3.02 STATE OR COUNTY OWNED PUBLIC PAVEMENT ' Restoration within all State or County owned and maintained rights -of -way shall be made in strict compliance with the construction permit. ' All work shall be subject to final inspection and approval of the Florida Department of Transportation or the County and shall be completed as expeditiously as possible. 02577-SPC/158P/3-27-02 02577-4 EXHIBIT 69 1" Temp. Reso. #9824' Page 120 of 1'33 SURFACE RESTORATION 3.03 DRIVEWAYS, PARKING LOTS AND NIISCELLANEOUS PAVEMENT Driveways, parking lots and miscellaneous pavement shall be replaced in kind and restored to a condition equal to or better than that which existed previously. The Contractor is to repair all improvements at no extra cost whether shown or not shown by the Plans. 3.04 UNIMPROVED STREETS Unimproved streets shall be restored to a condition equal to that which existed prior to this construction. 3.05 RIGHT-OF-WAYS AND/OR EASEMENTS IN GRASS AND SHRUBBERY PLOTS Rights -of -way and/or easements in grass and shrubbery plots shall be restored to the condition existing prior to making the excavation. All shrubbery, ornamental trees and other plantings shall be fully protected. If it is found necessary to remove any grass, shrubbery or plants to accomplish the work, they shall be satisfactorily replaced before the work will be accepted or paid for. Grass shall be replaced with sod. 3.06 CLEANUP Cleanup is an essential part of the project and this portion of the work will not be considered complete and no payment made until the cleanup is gpMplete to the satisfaction of the Engineer. PART 4 - CONCRETE SIDEWALK AND/OR CURB RESTORATION 4.01 SCOPE The work to be performed under this item shall include the selling and delivering and the installing of concrete sidewalk which have been removed and/or damaged during the course of construction of the work performed under this Contract. The sidewalk shall be replaced to the same width as the original sidewalk. 4.02 REFERENCES Work shall conform to Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, Section 520 and 522 "Concrete, Gutter, Curb Elements and Traffic Separator" and "Concrete Sidewalk". 02577-SPC/ 158P/3-27-02 02577-5 EXHIBIT "1" Temp. Reso. #9824 Page 121 of 133 4.03 ACCEPTABLE MATERIALS SURFACE RESTORATION The concrete used shall be Class 1(2,500 psi in 28 days) in accordance with FDOT Standard Specification Section 345. 4.04 EXECUTION OF WORK All material, labor, forms, tools and equipment for restoration of the sidewalk shall be supplied by the Contractor. All disturbed sidewalk shall be replaced with 4-inch thick (6- inches thick at driveways and Broward County right-of-way) to the widths required. The sidewalk finish shall match as near as possible the original finish_ Broken or cracked sidewalk shall be removed and disposed of as directed by the Engineer. Subgrade shall be fully compacted, scored joints shall be placed at a maximum of 5 foot intervals, 3/4" expansion joints shall be placed at changes in direction and at maximum 20 foot intervals. END OF SECTION 02577-SPC/ 158P/3-27-02 02577-6 EXHIBIT "1" Temp. Reso. #9824' IPage 122 of 133 SECTION 02730 SEWER FLOW CONTROL 1.01 SCOPE OF WORK SEWER FLOW CONTROL This work covers flow control of sewage so work can continue while sewer service is maintained. The Contractor shall notify the City 48 hours in advance of any plugging or by pass operations that are to take place and notify the City upon completion of flow control work. 1.02 DEPTH OF FLOW LINIITS Not Used 1.03 PLUGGING OR BLOCKING A sewer line plug shall be inserted into the line upstream of the section being worked. The plug shall be so designed that all or any of the sewage can be released quickly and safely. After the work has been completed, flow shall be restored to normal. Plugs must be designed for the specific purpose "make shift" plugs will not be allowed. Plugging without by pass pumping shall only be allowed for very short durations. The time allowed shall be coordinated with the City. 1.04 PUMPING AND BYPASSING When pumping and bypassing are required, the Contractor shall supply the pumps and other equipment to divert the flow of sewage around the structure in which work is to be performed. The bypass system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during a rainstorm or peak conditions and meet head requirements to pump flow into the force main system. The Contractor will be responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypassing system. Engines shall be equipped in a manner to keep noise to a minimum, below 65 dB at 24 feet day time, 55 dB 10:00 p.m. to 7:00 a.m. 1.05 FLOW CONTROL PRECAUTIONS When flow in a sewer line is plugged, blocked, or bypassed; sufficient precautions must be taken to protect the sewer lines from damage that might result from sewer surcharging. Further, precautions must be taken to insure that sewer flow control operations do not cause flooding or damage to public or private property being served by the sewers involved. 02730-SPC/ 15 8P/3-27-02 02730-1 EXHIBIT "1" Temp. Reso. #9824 Page 123 of 133 SEWER FLOW CONTROL Bypass pumping lines must be free of leaks, no sewage disposal will be allowed on the ground surface. The Contractor shall be responsible for any damage caused from sewer backups caused by his operations. 1.06 MEASUREMENT AND PAYMENT Flow control/by pass pumping shall be part of the lump sum price for each installation. END OF SECTION I 02730-SPCJ158P/3-27-02 02730-2 EXHIBIT "1" Temp. Reso. #9824 Page 124 of 133 ' ICONCRETE STRUCTURES FOR APPURTENANCES SECTION 03400 CONCRETE STRUCTURES FOR APPURTENANCES PART 1- GENERAL 1.01 REFERENCE STANDARDS I Work for concrete structures shall comply to applicable sections of the latest edition of the following references: A. Building Code Requirements for Reinforced Concrete, American Concrete Institute, ACI 318. B. South Florida Building Code. C. Florida Department of Transportation (FDOT), Standard Specifications for Road and Bridge Construction, Sections 345, 400, 415, 425, 430, 530 and applicable reference sections. D. ASTM C478, Precast Reinforced Concrete Manhole Sections. PART 2 - PRODUCTS 2.01 CLASS OF CONCRETE Structural concrete shall be Class IV as per Section 345 of the FDOT Standard Specifications for Road and Bridge Construction. Maximum aggregate size is 3/4 inch, use Type H cement, with 10 to 15 percent pozzolans conforming to ASTM C618, use water reducing agent for work ability requirements. Tremie concrete shall have a minimum average strength of 2,500 psi, well graded durable aggregate, 2" maximum size. The water/cement ratio shall not be greater than 0.6. Prior to placement of concrete, the Contractor shall furnish the Engineer, for approval, a statement of the materials and mix proportions (including admixtures) he intends to use. The statement shall include evidence satisfactory to the Engineer that the materials and the proportions will produce concrete conforming to this specification. The materials and proportions so stated shall constitute the "job mix". After a job mix has been approved, neither the source, character of grading the aggregates, nor the type or brand of cement or admixture shall be changed without approval. 03400-SPC/ 158P/3-27-02 03400-1 EXHIBIT 961" Temp. Reso. #9824 Page 125 of 133 CONCRETE STRUCTURES FOR APPURTENANCES 2.02 REINFORCING STEEL Rebar shall be Grade 60 conforming to ACI 318 requirements. Bars shall be fabricated as per code requirements, free from dirt, rust, grease, oil or cracks at time of concrete placement. Rebar shall be properly secured and supported according to code requirements. 2.03 INTERIOR AND EXTERIOR COATINGS Coatings are not required for drainage structures. 2.04 SAND CEMENT RIPRAP AND HEAD WALLS Sand cement riprap and head walls shall conform to FDOT Standard Specifications and standard details. Work shall conform to section 530 if the FDOT Standard Specifications for Road and Bridge Construction, 1991 edition. 2.05 CASTINGS Cast iron manhole frames, lids and castings shall conform to ASTM 48 No. 20 classes, frames and lids shall be machine ground to remove irregularities to minimize ratte form traffic. Lids shall be marked "Storm Sewer" or as per City standard details, or as indicated on the plans. Frames and lids shall be of the weight and model indicated on the details. I PART 3 - EXECUTION ' 3.0 EXECUTION AND TESTING ' The Engineer or his representative shall have free entry to the construction site, precast plant, or plant and equipment furnishing concrete. Proper facilities shall be provided for the Engineer to inspect materials, equipment and processes and to obtain samples of the ' concrete. All tests and inspections will be conducted so as not to interfere unnecessarily with manufacture and delivery of the concrete. ' Concrete shall be uniform and thoroughly mixed before placement. Variations in the slump of more than 1" will be considered evidence of inadequate mixing or improper 1 proportioning and shall be rejected or corrected. 3.02 EXCAVATION ' Excavated surfaces too steep to be safe and stable if unsupported shall be supported as Ex P necessary to safeguard the work and workmen, to prevent sliding or settling of the adjacent 03400-SPC/158P/3-27-02 ' 03400-2 EXHIBIT "1" Temp. Reso: #9824 Page 126 of 133 CONCRETE STRUCTURES FOR APPURTENANCES ground, and to avoid damaging existing improvements. The width of the excavation shall be increased if necessary to provide space for sheeting, bracing, shoring, and other supporting installations. All construction shall be in accordance with all State and Federal safety regulations. Sheeting and bracing shall be continuously maintained to prevent damage to property, injury to persons, or erosion and cave-ins. Bracing and sheeting shall be completely removed as the backfilling progresses. All voids caused by the removal of sheeting shall be backfilled immediately with sand or other approved fill material and compacted. 3.03 DEWATERING The excavation shall be dewatered for placement of poured -in -place concrete and backfill. In cases where floating of structures can occur, the site shall be continuously dewatered until backfill is placed to prevent floating or the structure is filled with water to provide equalization. Dewatering procedure shall be such as to prevent movement of soil causing erosion, settlement, silting downstream, or turbidity control requirements. Dewatering is not required for placement of precast sections provided floating of the structure is prevented and tremie concrete. 3.04 FOUNDATION PREPARATION Base slabs or tremie concrete shall be placed on stable material. All mud, organic material ' and muck shall be removed. The subgrade shall be stabilized with gravel or drain rock. The foundation shall be level and free from soft spots before placement of the base slab. Tremie concrete shall be pumped in place, not dropped from above. The top surface of tremie concrete shall be level and even. 3.05 BACKFILLING A. Excavations shall be dewatered during excavation to at least 1' below bottom of excavation unless backfill is with approved, well graded gravel and sand mix material. B. Do not backfill over existing subgrade surfaces which are muddy or spongy. Deleterious materials shall be removed. C. Backfill and compact carefully around pipes and below structure to completely fill voids and achieve specified density uniformly. D. Place and compacted approved fill to specified density in lifts not -to -exceed 12". 03400-SPG 15 8P/3-27-02 03400-3 EXHIBIT 491" Temp. Reso. #9824 Page 127 of 133 CONCRETE STRUCTURES FOR APPURTENANCES E. The moisture content of fill material shall be within 2% of the optimum moisture content based on the modified proctor maximum dry density test (AASHTO-180). The percent compaction shall be at least 90% of the modified proctor maximum dry density. Backfill to be under paved areas shall be at least 98% of maximum density. Imported gravel shall be vibrated to proper density. F. Backfill all areas to grades, contours, levels and elevations. Compact all areas of fill in each lift, including final lift to finish grade. G. Backfill shall be done systematically and as early as possible to allow maximum time for natural settlement and compaction. Do not backfill against walls below grade until concrete has a minimum compression strength of 3,000 psi or adequate bracing is provided as approved by the Engineer. H. Unsuitable or excess materials shall be removed from the site and disposed of by the Contractor as part of the bid price. END OF SECTION 03400-SPG158P/3-27-02 03400-4 EXHIBIT "1" Temp. Reso. #9824 Page 128 of 133 ELECTRIC GATE ACTUATOR SECTION 15001 ELECTRIC GATE ACTUATOR PART 1- GENERAL 1.01 SCOPE Actuators are to be capable of operating the existing gate under five feet of head. The actuator will be designed for outdoor service and capable of mounting on the existing metal gate frame. The actuators should include in one integral unit the motor, power terminals for motor power and controls and drive nut. The actuators are to be manufactured by AUMA Actuators, Inc. or approved equal. 1.02 CLOSING SPEED Actuators should be selected to open or close the gate approximately 12 inches per minute. 1.03 ENCLOSURE The entire actuator enclosure should be watertight according to the Standard NEMA 4. All covers and entries should be sealed be means of 0-rings. All conduit entries should ' be properly sealed to maintain the watertight housing. Terminal compartment and limit switch compartment covers will be fastened to the gear housing be stainless steel bolts which are "captured" to prevent loss when covers are removed. ' 1.04 HOUSING ' The gear housing and all load bearing enclosures will be cast iron. The non load bearing enclosures and covers may be of aluminum, cast iron or steel. All housings are to be adequately designed, manually inspected to assure against the ingress of moisture. ' 1.05 GEARING ' All power gearing will be made of hardened steel or bronze and operate in a lubricant. All limit switch gearing and feedback device reduction gearing will be steel or bronze and adequately lubricated. All rotating shafts will be supported by anti -friction bearings. ' 1.06 MOTOR The drive motor should be specifically designed for actuator service and should be characterized by high starting torque, low stall torque and low inertia. The motor should be capable of starting against the rated load in either the open or close direction when ' voltage to the motor terminals is plus or minus 10 percent of nameplate rating. The motor should be induction type with Class F — tropicalized insulation. Three thermal 15001-SPC-5590.01 15Q01-1 EXHIBIT 661" Temp. Reso. #9824 Pa2.9 of 133 F.T .F.C'TRIC GATE ACTUA`1'O . switches are to be imbedded in the windings — 120 degrees apart to insure safe motor shutdown during periods of high current draw resulting in a high temperature condition. The motor housing should be totally enclosed noti-ventilated with cooling fins to dissipate heat. Motor housing to be aluminum or cast iron. The motor should be capable of operating in any position. It should be properly sealed from the lubricant filled gearcase. Removal of the motor will not result in loss of lubricant. Motor will have plug and socket electrical connection to facilitate easy removal and replacement. 1.07 HANDWHEEL A handwheel shall be attached for manual operation. Positive declutch mechanism will engage the handwheel when required. The handwheel will not rotate during motor operation. A fused or inoperable motor will not prevent manual operation. Motor operation will always take precedence over manual operation. The handwheel shall be I removable to allow eventual operation of the wheel nut with a portable power wrench. 1.08 STEM NUT Actuator is to have a separate drive nut/thrust bearing assembly mounted to the base of the actuator. This provides easy actuator mounting and removal without unloading the valve stem, thereby, allowing the valve to remain in service. Stem nut should be of high tensile bronze; or other material compatible with the valve stem. Grease fitting on drive assembly will be furnished to allow periodic lubrication of drive nut and thrust bearings. 1.09 LIMIT SWITCHES Travel limit switches will be provided to de -energize the motor control circuit when the actuator reaches the limits of travel in the open and close directions. Limit switches and the limit switch drive will be an integral part of the actuator. The limit switch drive will be of the counter gear type and "in step" with the actuator output drive at all times in either the electrical or manual modes of operation. A minimum of four (4) contacts two (2) normally open and two (2) normally closed will be supplied art each end of valve travel. The contacts will be of silver and adequately rated to carry the control current. All contacts are to be completely sealed in a NEMA 4 enclosure to prohibit electrical shock while adjusting, eliminate shorting out and ensure that contaminants do not foul the contacts. Limit switches will be fully adjustable when power is applied to the actuator. ' 15001-SPC-5590.01 15001-2 EXHIBIT "1" Temp. Reso: #9824 Page 130 of 133 ' ELECTRIC GATE ACTUATOR 1.10 TORQUE SWITCHES Torque limit switches will be provided to de -energize the motor control circuit when the gate encounters an obstruction during travel. Each actuator will have an open direction torque switch and a close direction torque switch. The torque switches will be mechanically operated and settable in units of torque. Torque switches will be calibrated prior to the actuator's assembly to the gate. Torque switches will be adequately rated to carry the control current. The contacts are to be completely sealed. 1.11 HEATER An adequately sized space heater will be installed in the limit switch compartment to aid in the prevention of damage resulting from condensation. 1.12 ELECTRICAL TERMINAL HOUSING The electrical terminals are to be housed in a compartment that is isolated from the limit switch/torque switch compartment. All control terminations will be to plug and socket assembly in order that removal of the terminal compartment cover simultaneously disconnects the control wiring from the actuator. Motor termination will also be of the plug and socket design or hard wired as required. A minimum of two - 3/4 inch NPT conduit entries will be furnished. 1.13 CONTROLS (OPEN/CLOSE SERVICE) Motor controls will be furnished as an integral part of the actuator or in an enclosure for remote mounting as indicated on the drawing. In all cases, controls will be furnished in enclosures rated NEMA 4. In addition, a wiring schematic will be furnished with each actuator. Motor controls will consist of mechanical reversing contactors to reverse motor direction, transformer for control power, phase discriminator to protect against incorrect or incomplete power connection and monitor relay to signal loss of control power, phase discriminator to protect against incorrect or incomplete power connection and monitor relay to signal loss of control power, phase discriminator trip or thermal switch trip. Local control will be by an "open -stop -close" control switch. Selection of operation from local or remote source will be by a padlockable "local -off -remote" selector switch. Remote signals will be accepted by the actuator thru optical isolators or interposing relays. END OF SECTION 15001-SPC-5590.01 15001-3 EXHIBIT "1" Temp. Reso. #9824 F.T .F.C'TRIC GATE ACTU MP of 133 I 15001-SPC-5590.01 1500 i -4 i EXHIBIT "1" Temp. Reso. #9824 Page 132 of 133 FABRICATED SLIDE GATES SECTION 15002 FABRICATED SLIDE GATES PART 1-GENERAL This specification defines the design, materials of construction, fabrication, testing and supply of Fabricated Slide Gates as shown on the plans. The gates shall be self-contained with the guides designed to mount on the face of the concrete wall or metal frame as indicated on the plans. The fabricated slide gates shall be as manufactured by Rodney Hunt Company, or approved equal. The gates shall be designed and sealed by a professional engineer registered in I the state where the gates will be designed and manufactured as part of the shop drawing submittal (see section 01340). Manufacturers shall have a minimum of five years experience in the design and manufacture of equipment of this type. The actuator shall be right angle drive for opening with a power wrench and/or manual hand crank. PART 2-ALUMINUM SLIDE GATES A. Discs -The disc or sliding member shall be of aluminum plate ASTM B221 6061-T6 and will be reinforced with U-shaped aluminum extrusions welded to the plate. The disc will be designed to limit deflection of the gate to 1/360`h of its span under the design head. The working design stresses shall not exceed the lesser of 40% of the yield strength or 25% of the ultimate strength of the material. All disc components shall have a minimum material thickness of 0.114". B. Guides -The guides and inverts shall be of extruded aluminum ASTM 8221 60601-T6. The guides shall be designed for maximum rigidity and shall have a weight of not less than 3.0 lbs. per linear foot. The guides shall be designed to mount to the face of the concrete or metal frame. The invert of the frame shall be welded to the lower ends of the guides. The guides will incorporate an ultra high molecular weight double -winged polymer strip on both the upstream and downstream side of the disc. The polymer strips will be held in dovetailed grooves. The guides shall be designed for maximum rigidity. The invert of the frame will be an aluminum extrusion welded to the lower ends of the guides to form a seating surface for the resilient seal. Where the guides extend above the operating floor, they shall be sufficiently strong so that no further reinforcing will be required. On the self- contained gates, the yoke to support the. operating benchstand will be formed by two angles or channels welded at the top of the guides to form a one-piece rigid frame. The design of the yoke will be such to limit its deflection to 1/360`h of its span under full operating load. C. Seals -A specially extruded resilient neoprene seal will be mounted on the bottom of the disc or install ed into the invert member to provide flush -bottom closure. The shape of the seal will produce a seating surface having a minimum width of 0.314" and the seal will extend into the secondary slot of the vertical guide. The vertical face of the seal will by in contact with the seating surface of the guide to provide a proper seal at the comers. I15002-/ 15 8P03/ 13/021 15002-1 " EXHIBIT "1" Temp. Reso. #9824 FABRICATED 1. Under a design seating head of less than 20 ft. (measured from gate invert) the leakage shall not exceed 0.1 gallons per minute per foot of seating perimeter. 2. Under a design unseating head of less than 10 ft. (measured from gate invert) the leakage shall not exceed 0.2 gallons per minute per foot of seating perimeter. D. Stems- Sterns shall be ASTM A276 Type 304 stainless steel. Stem threads shall be of the machine -cut Acme type. Stems shall be designed to transmit in compression a minimum of two times the rated output of the hoist at 40 lbs. effort on the crank or handwheel. The Ur ratio of the unsupported stem shall not exceed 200. Stem guides, where required to limit the unsupported stem length, shall have polymer or bronze bushings. The stems shall be connected to the disc by means of a cast aluminum stem connector bolted to the stem and welded to the disc. E. Stets Covers -Rising stem gates shall be provided with clear polycarbonate stem covers (ATM D3935/D707) to provide visual indication of gate position, permit inspection of the stem threads, and to protect the stem from contamination. Vent holes shall be provided to prevent condensation. F. Actuator- the hoist shall be sized to permit operation of the gate under the full operation load with a maximum effort of 40 lbs. on the crank. The hoist nut shall be manganese bronze, conforming to ASTM 8584 C89500. The hoist nut shall be supported on roller bearings. A lubrication fitting shall be provided for lubrication of the hoist bearings without disassembly of the list. Suitable seals shall be provided to prevent entry of foreign matter. The direction of crank rotation to open the gate shall be clearly and permanently marked off the hoist. G. Fastners-All necessary attaching bolts, studs, and anchors will be ASTM A276 Type 344 stainless steel and will be furnished by the slide gate manufacturer. I15002-/158P03/13/022 15002-2 I 4 � It. EXHIBIT "2" Temp. Reso. #9824 Page 1 of 51 COMPANY NAME: (Please Print): centra.1 Florida F. uip. Rentals, lnc. Phone: (305) 888-3344 Fax: (305) 888-9305 --- NOTICE— BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... ® 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 72. Carefully read the Detailed Specifications, and then properly fill out the BID FORMS (Attachment "A"). 0 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B") and have it properly notarized. 4. Sign the CERTIFICATION page (Attachment "C). Failure to do so will result in your Bid being deemed non -responsive. 0 5. Fill out the BIDDERS QUALIFICATION STATEMENT (Attachment "D"). 0 6. Fill out the REFERENCES page (Attachment "E"). 7. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment R F79) ® 8. Fill out the LIST OF SUBCONTRACTORS (Attachment "G"). ® 9. Include a 5% BID BOND. (Attachment "H"). Failure to provide a bond will result in automatic rejection of your bid. Q 1 o. . Include proof of insurance. 11. Submit ONE (1) Original AND TWO (2) Photocopies of your bid, clearly marked with the BID NUMBER AND BID NAME on the outside of the package. 12. 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. 1 of 1 Bid Coverpage Checklist EXHIBIT "2" Temp. Reso,.�A824, Page 2 of 51 ATTACHMENT "A" BID FORM Submitted by: Central Fl . Equip. Rentals, Inc(Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager 7525 Northwest 881h Avenue Tamarac, Florida 33321 5-22-02 (Date) 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement 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 sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with 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. Attachment A 1 of 5 Bid Form/Agree to Complete EXHIBIT "2" Temp. Reso. #9824 Paged 3 of 51 ATTACHMENT "A" BID FORM (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to (project description) In order to be considered for this project, the vendor must meet the following conditions: We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. BID SCHEDULE BID NO. 02-22B WOODLANDS SUBDIVISION DRAINAGE IMPROVEMENTS NO. ITEM QUANITY UNIT UNIT PRICE TOTAL COST 1. Culvert A 1 LS 2. Culvert B 1 Ls 3. Culvert C 1 LS 40 qqa l- 4. Culvert D 1 LS 5. New Gate and Actuator Assemblies NW 44'" Street Structure 1 LS Op 9 %9' /9 8. Control Gate Rock Island Road Structure 1 LS 7. Control Gate adjacent to 451" Ave. & 44" Street 1 LS 8. Clean Existing Culverts 1 LS 3Vp sl? rc0 9. Allowance 1 LS LS $15 00 Total Amount nPff-T It n512aHU L] a0 Attachment A Page 2 of 5 Bia-Forrng;m �s Bid Price EXHIBIT "2" Temp. Reso.49824, Page 4 of 51 ATTACHMENT "A" BID FORM (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Central Fl. Equip. Rentals, Inc. Company Name Authorized Signature 9030 N.W. 97th Terrace Address Medley, FL 33178 City, State, ZIP E-308 / CUC041511 Contractor's License Number Robert Bae ,.Vi.e--President Typed/Printed Name Tel: (305) 888-3344 Fax: (305) 888--9305 Telephone & Fax Number 59-1782227 Federal Tax ID# Attachment A Page 3 of 5 Bid Form/Company Information y EXHIBIT "2" Temp. Reso. #9824 Page 5 of 51 ATTACHMENT "A" BID FORM (continued) Bidders Name: Central Fl. E ui . Ren Inc- TERMS:30 % DAYS: Delivery/completion: 150 calendar days after receipt of Purchase Order To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. 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. Attachment A Page 4 of 5 Bid Form/Terms/Completion EXHIBIT 612" Temp. Reso., #9824, Page 6 pf 51 ATTACHMENT "A" BID FORM (continued) Bidders Name: Central FL. Equip. Rentals, Inc. Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section L14- Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. Wanes Attachment A Page 5 of 5 Bid FormNariations EXHIBIT "2" Temp. Reso. #9824 Page 7 of 51 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of Florida )ss. County of bade Robert Baer being first duly sworn, deposes and says that: 1. He/she is the Vice President , (Owner, Partner, Officer, Representative or Agent) of —central Fl. Equip. Rentals, Inc. the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 3. Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. 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. fitness Printed Name - vice President Title Attachment B Page 1 of 2 . Non -Collusive Affidavit EXHIBIT "2" Temp. Reso.,#9824• Page 8 of 51 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of Dade On this the Z n day of May , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared Robert Baer, Vice President 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 NOTARY PUBLIC, STATE OF FLORIDA SEAL OF OFFICE: Maria Valentin (Name of Notary Public: Print, " �� aY p oc���� Stamp, or Type as Commissioned) Q11�� F,MARLA VlLL ENTIN 1.CCOAMMICAINUM M- A Q Personally known to me, or =47512 IiYCJi14"SsfOND3IFS El Produced identification: �OF Flo J! NE 21 004 (Type of Identification Produced) ❑ DID take an oath, or ® DID NOT take an oath Attachment B Page 2 of 2 Non -Collusive Acknowledgement EXHIBIT " 2" Temp. Reso. #9824 Page 9 of $1 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We (1) certify that we(1) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and :any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ If "Other", Explain: Authorized Signature Vice Title PARTNERSHIP ❑ CORPORATION © OTHER ❑ Central Fl. Equip. Rentals, Inc_ Company Name Medley, FL 33178 City/State/Zip (305) 888-9305 Fax Number Robert Baer Name (Printed Or Typed) 59--1782227 Federal Employer I.D./Social Security No. 9020 N.W. 97th Terrace Address (305) 888--3344 Telephone Robert Baer, V.P. Contact Person Attachment C Page 1 of 1 Certification EXHIBIT "2" Temp. Reso., #9824. Page 10 of 51 ATTACHMENT "D" OFFEROR'S (QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager ADDRESS: 7525 NW 88th Avenue Tamarac, Florida 33321 Check One Submitted By: Central Fl. Equip. Rentals, In($ Corporation Name: e V.P. ❑ Partnership Address: 9030 N.W. 97th Terr. ❑ Individual Principal Office: 9030 N.W. 97th Terr. ❑ Other Telephone No. 305) B88-3344 Fax No. (305) 888-9305 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: Central Florida Equipment Rentals. In The address of the principal place of business is: 9030 NW 97th Terr. Medley, FL 33178 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: 1:977 b) State of Incorporation: Florida c) President's name: _ James Baer d) Vice President's name: Robert Baer / Rirb rd 'Anor . e) Secretary's name: Carol Baer f) Treasurer's name: Carol Baer g) Name and address of Resident Agent: Robert Baer 9030 'Medley, FL 33178 Attachment D Page 1 of 5 Offeror's Qualification Statement EXHIBIT "2" Temp. Reso. #9824 Page 11 of 51 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A 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? N/A 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. See Attached 8. Have you personally inspected the site of the proposed work? Fx� YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? Fx-1 YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? x❑ YES ❑ NO Attachment D Page 2 of 5 Offeror's Qualification Statement EXHIBIT "2" Temp. Reso: #9824, Page 12 of 51 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: NO 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 See Attached 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). See Atta 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the'Offeror: N/A 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: James Baer, President 66% Richard Baer, Vice President 17% 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: N/A Attachment D Page 3 of 5 Offeror's Qualification Statement EXHIBIT ,,2" Temp. Reso. #9824 Page 13 of 51 18. State the name of Surety Company which will be providing the bond, and name and address of agent: See Attached 19. Bank References: Bank Address Telephone See Attached 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: see Attached a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: See Attached 22. Is this financial statement for the identical organization named on page one? © YES ❑ NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). Attachment D Page 4 of 5 offerors Qualification Statement EXHIBIT "2" Temp. Reso.49824: Rage 14 of 51 THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS 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) Robert Baer, Vice President ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of Dade On this the 22ndday of May , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared Robert Baer V.P. 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 NOTARY PUBLIC, STATE OF FLORIDA SEAL OF OFFICE: Maria Valentin (Name of Notary Public: Print, Stamp, or Type as Commissioned) O,��RY CG?e, Cf M � A sM �M«s:cHtU— [] Personally known to me, or cc�areta ❑Produced identification: �' 0.tF4o@'. Q0MMC59A{Yt�IPSc9 l j'g a1 (Type of Identification Produced) ❑ DID take an oath, or M DID NOT take an oath Attachment D Page 5 of 5 Offeror's Qualification Statement EXHIBIT "2" Temp. Reso. #9824 Page 15 of 51 ATTACHMENT "E" REFERENCES Please list government agencies and/or private firms with whom you have done business during the last five years: Your Company Name Central Florida F4 ral.s, Tnc - Address 9030 NW 97ht Terrace City State Zip Medley, FL 33178 Phone/Fax -Tel: (305) 8 -3344 (109- 888 2305 r Agency/Firm Name: Add ress 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 Attachment E Page 1 of 1 References EXHIBIT "2" Temp. Reso, #9824. Page 16 of 51 ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 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 implem tation of this section. As the person authorized to sign the statement, I certi t t this for omplies fully with the above requirements. CPntral FT E ui nta1S Inc - Authorized Signature Robert Baer, V.P. Company Name Attachment F Page 1 of 1 Drug -Free Workplace EXHIBIT "2" Temp. Reso. #9824 Page:17 of 51 ATTACHMENT "G" 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. Contractor Percent License of Total Subcontractor's Work to be Performed Number Contract Name and Address 1 �O�c 2. 3. 4. 5. 6. Attachment G Page 1 of 1 List of Subcontractors EXHIBIT "2" Temp. Reso; #9824! Page 18 of 51 ATTACHMENT "H" e . *0 STATE OF FLORIDA) ) ss: COUNTY OF BROWARD) Central Florida Equipment Rental KNOW ALL MEN BY THESE PRESENTS, that we,, of Dade County, Inc. as Principal, and Liberty Mutual Insurance Company 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 Dollars ($ 5% of 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, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated May 2z , 2002, for: WOODLANDS DRAINAGE IMPROVEMENTS PROJECT Bid No. 02-22B 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 C-ITY may accept such Bid; and said Surety does hereby waive notice of any extension. Attachment H Page 1 of 2 Bid Bond EXHIBIT "2" Temp. Reso. #9824 I Page 19 of 51 ACKNOw>.EDGEMENT BID BONA Signed and sealed this 8th day of May , 2002. Centr orida Equipment Rental. of IN PRESENCE OF: pad Co y, In Principal 9030 N.W. 97 Terrace (AFFIX SEAL) ATTEST: Please see attached Power of n Secretary ATTEST: Secretary *Impress Corporate Seal Business Address Medlye, El 33178 City/State/Zip (305) 888-3344 Business Phone Liberty Mutual Insurance Company Surety By Titl Attcrney-In-F Ct* & Resident Agent Charles J. Nielson BY Attachment H Page 2 of 2 Bid Bond Acknowledgement EXHIBIT "2" Temp. Reso-49824. THIS POWER OF ATTORNEY IS NOT VALID, -SS IT IS PRINTED ON RED BACKGROUND. Page 20 of 61985586 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"). a Massachusetts mutual insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint MARY C. ACEVES, CHARLES J. NIELSON, WARREN ALTER, KRISTI MESSEL, LAURA CLYMER, CHARLES D. NIELSON, ALL OF THE CITY OF MIAMI LAKES, STATE OF FLORIDA... , each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100****************** * DOLLARS (S 50,000,000.00***** each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ti 0 CL ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. N 0 Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as e Ypj the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the company to make, =3 O as execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in - fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and C: to execution of any such instruments and to attach thereto the seal of the company. When so executed such instruments shall be as binding as if W signed by the president and attested by the secretary. _ c 0 0 W By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys -in -fact: v U) 9+ O O Pursuant to Article XVI, Section 5 of the By-laws, Timothy C. Mulloy, an official of Liberty Mutual Insurance Company. is hereby authorized to appoint O W a Y, such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all 0 m undertakings, bonds, recognizances and other surety obligations. All Powers of Attorney attested to or executed by Timothy C. Mulloy in his capacity Q G as an officer or official of Liberty Mutual Insurance Company, whether before, on or after the date of this Authorization, including without limitation — O O i Powers of Attorney attested to or executed as Assistant Secretary of Liberty Mutual Insurance Company, are hereby ratified and approved. -p G That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. «- O G IN WITNESS WHEREOF. this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty O E 0. to a Mutual Insurance Company has been affixed thereto in Plymouth Meeting. Pennsylvania this 19th day of _February2002 c a Ot to,� Cm LIBERTY MUTUAL INSURANCE COMPANY of 0r- 0 G + " E- =03 ... 0 M By Timo C. Mull ssistant Secre ary U ty >, COMMONWEALTH OF PENNSYLVANIA ss OCD = U COUNTY OF MONTGOMERY Y N On this 19th day of February 2002 before me, a Notary Public, personally came Timoth C. Mull to me known, and '4 Cen v acknowledged that he is an official of Liberty Mutual Insurance Company: that he knows the seal of said corporation; and that he executed the above Power of O 0 Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting. Pennsylvania, on the day and year first 0 tD r above written. Notary Public CERTIFICATE I, the undersigned, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article XVI, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980, VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF. I have hereunto subscribed my name and affixed the corporate seal of the said company, this 8th day of May 2002 n �XHAssistant Secretary EXHIBIT "2" Temp. Reso. #9824 Page 21 of 51 tundm000� EARTHWORK & ENGINEERING CONTRACTORS A COMPLETE LINE OF EQUIPMENT RENTALS 9030 N.W. 97th Terrace, Medley, FL 33178 Tel: (305) 888-3344 Fax: (305) 888-9305 Company Name Central Florida Equipment Rental of Dade County, Inc. Company Address 9030 NW 97th Terrace, Medley, FI.. 33178 Company Phone / Fax (305)888-3344 (305)888-9305 President James Baer Vice -President's Robert Baer Richard Baer Years of Incorporation 1977 Years in Business 25 Licensing State of Florida Underground Utility Contractor # CU C041511 Dade County Engineering Contractor #E-308 Dade County General Building Broward County Major Roads Contractor #87-989 State of Florida Fire Protection Class V #575528000195 Experience Site Work / Site Utilities (Earthwork, Paving, Storm, Sewer, Drainage, etc.) References General Asphalt Co. 4850 NW 72nd Ave, Miami FI. 33166 305-592-3480 Austin Tupler Trucking Inc. 6570 SW 47th Court, Davie Fl. 33314 954-583-0801 Ferguson Underground, 7480 NW 48th St. Miami, FI. 33166-5519 305-716-0086 US Precast Corporation, 8351 NW 93rd St., Miami, FI 33166, 305-885-8471 Bonding Company Liberty Bond Services Nielson, Alter & Associates 5979 NW 151st Street, Suite 105, Miami Lakes, FL 33014 Chuck Neilsen 305-822-7800 Bank Reference Commercial Bank of Florida 1550 SW 57th Ave., Miami FI. 33144 Mr. Tony Maroon 305-267-1200 Insurance Company Liberty Mutual Group 3040 Universal Blvd., Suite 100, Weston, FL 33331 Alex Perez 954-851-1050 EXHIBIT "2" Temp. Reso. #9824. Page 22 of 51 EARTHWORK & ENGINEERING CONTRACTORS A COMPLETE LINE OF EQUIPMENT RENTALS 9030 N.W. 97th Terrace, Medley, FL 33178 Tel: (305) 888-3344 Fax: (305) 888-9305 ORGANIZATIONAL CHART PRESIDENT JAMES BAER VICE PRESIDENT'S ROBERT BAER RICHARD BAER SECRETARY CAROL BAER PROJECT MANAGER'S MARCUS THERMES GEORGE BREWSTER VICTOR SAN GERMAN ANA DEPRIEST ASSISTANT PROJECT MANAGER MARIA VALENTIN SUPERINTENDENTS MARTY HOLMAN BENNIE CHAMPION ADMINISTRATIVE ASSISTANT'S PATRICIA GARCIA SAFETY COORDINATOR MICHELLE VASQUEZ SURVEYOR BILL RATCLIFF CONTROLLER LOIS WAINWRIGHT ACCOUNTS PAYABLE SUSAN CHEN EXHIBIT "2" Temp. Reso. #9824 Page 23 of 51 �c�01iWi! �Q EARTHWORK & ENGINEERING CONTRACTORS A COMPLETE LINE OF EQUIPMENT RENTALS 9030 NW 97`hTerrace, Medley, FL 33178 Tel. 305-888-3344 Fax. 305-888-9305 Mr+'� EMERGENCY PHONE NUMBERS ROBERT BAER (Vice President) Office: (305) 888-3344 Mobile:(305) 796-9607 Beeper: (305) 795-4161 MARCUS THERMES (Project Manager) Office: (305) 805-7121 Mobile:(305) 796-9610 Beeper: (305) 334-1218 VICTOR SAN GERMAN (Project Manager) Office: (305) 888-3344 Mobile: (786) 236-4510 Beeper: (305) 286-6152 MARTY HOLMAN (Superintendent) Office: (305) 888-3344 Mobile:(305) 796-9613 Beeper: (305) 286-4626 RICHARD BAER (Vice President) Office: (305) 888-3344 Mobile: (305) 796-9609 Beeper: (305) 549-2896 ANA DEPRIEST (Project Manager) Office: (305) 888-3344 Mobile:(786) 402-4189 Beeper: (305) 286-5756 GEORGE BREWSTER (Project Manager) Office: (305) 888-3344 Mobile: (305) 796-9614 Beeper: (305) 286-1578 BENNIE CHAMPION (Utility Superintendent) Office: (305) 888-3344 Mobile: (305) 796-9611 Beeper: (305) 795-8741 EXHIBIT "2" Temp. Reso:, #9824, Page 24 of 51 ROBERT ANTHONY BAER 7252 S.W. 98`4 Street Pinecrest, Florida 33156 Telephone: (305) 704-8272 PERSONAL INFORMATION: D.O.B. September 20,1963, Miami, Florida Married, 3 Children Miami -Dade County Resident 38years. EDUCATION: High School: South Miami Senior High School, Graduated June 1981 College: Florida State University August 1981 thru May 1982 University of Florida August 1982 thru December 1983 Florida International University Graduated May 1989 Construction Management Degree LICENSES State of Florida — Underground Utility Contractor (CUC041511) State of Florida -- Fire Main Contractor Dade County General Building Dade County — General Engineering (E-308) Broward County — Major Roads (87-989) Palm Beach County — Paving Commercial AFFILIATIONS: Dade County Community Small Business Enterprise (CSBE) Advisory Board Member Engineering Contractors Association member since 1994 Past President and Board of Directors member since 1994 Construction Association of South Florida (CASF) Associated General Contractors (AGC) member BOARDS: Dade County Construction Trades Qualifying Board Member (CTQB) since 1994 Community Small Business Enterprise Advisory Board (CSBE) since 1997 QUALIFICATIONS: 18 years experience in Industrial/Commercial Construction including both Private and Public Work. EXPERIENCE: December 1983 to Present: Central Florida Equipment Rental of Dade Co., Inc. 9030 N.W. 97`h Terrace, Miami, Fl 33178 Telephone (305) 888-3344 Vice President — Duties include all phases of bidding and project management including estimating, purchasing, scheduling and supervising job from start to finish. Personal and trade references available upon request. EXHIBIT "2" GEORGE L. BREWSTER 11918 W. Sample Road Coral Springs, Florida 33065-4200 (954) 796-7550 Employment: Temp. Reso. #9824 Page 25 of 51 2/98 to Present Central Florida Equipment Rental of Dade County, Inc. (Estimator/Project Manager) Responsibilities: Estimating prime and subcontracts for the public and private sectors and managing those construction projects. Prime Contracts: Airports, Public Works, Department of Transportation, Water & Sewer Construction, Subcontracts: Hospitals, Office Buildings, Office/Warehouse space, Manufacturing Facilities, Shopping Centers, Hotels, Condominiums and residential development. 8/92 to 2/98 S&S Contracting, Inc. (Estimator/Project Manager) Responsibilities: Estimating prime and subcontracts for the public sector and managing construction projects for the public sector. Airports, Public Works, Department of Transportation, and Water & Sewer Construction. Specializing in concrete: paving, barrier wall, curbs, sidewalks, and gravity walls. 9/91 to 7/92 Dobek Trucking, Inc. (Superintendent) Responsibilities: Sitework construction of shopping center Galt Ocean Mile in Ft. Lauderdale. 7/91 to 9/91 Cavo Development, Inc. (Estimator) Responsibilities: Estimating private sector sitework and utilities for land developers, and public sector dredging and water & sewer projects, 5/91 to 7/91 Downrite Engineering, Inc. (Estimator) Responsibilities: Estimating private sector sitcwork and utilities for land dcvclopers, and sitcwork packages for public schools. 8/90 to 4/91 Johnson -Davis, Inc. (Field Operations) Responsibilities: Worked with pipe crews on water, sewer, and drainage projects at various locations around Palm Beach County 8/89 to 5/90 Archer-Western/Traylor Bros. Joint Venture 1-95 Widening Project, Broward County (Superintendent) Responsibilities: Supervised installation of geogrid temporary shoring, and subcontracts for reinforced earth retaining walls, drainage system, curb, gutter, and sidewalk on 70 million dollar highway project. 5/89 to 7/89 Contracting Technologies Intel•national, Inc. (Estimator) Responsibilities: Estimating private sector sitework and utilities for land developers, industrial parks and residential developments. 1/81 to 5/89 Brewster Excavating Corp. (Vice President Operations) Responsibilities: Managing and estimating private sector sitework and utilities for land developers, industrial parks and residential developments. Temp. Reso:. #9824.. Page 26 of 51 Education: Utica College of Syracuse University Bachelor of Science, Construction Management Licensing: State of Florida Department of Professional Regulation Underground Utility Contractor License (inactive) Metropolitan Dade County Public Works Department Pipe Line Engineering Contractor License (inactive) Structural Engineering Contractor License (inactive) Paving Engineering Contractor License (inactive) Excavation & Grading Contractor License (inactive) Graduated 1981 Licensed 199-1 Licensed 1995 Broward County Central Examining Board of Engineered Construction Trades General Engineered Construction Builder License (active) Licensed 1995 Qualifying: Dobek Trucking Inc. 2551 NW 15`h Court Pompano Beach, Florida 33069 Continuing Education: OSl IA Trench and Excavation Standards Underground Contractors Association G hour Trench Safety Course Airfield Operations Area Driver Training Program Security and Driver Training course for Dade County Aviation Department American licart Association, CI'R Training OSHA 40 1-lour Training Course for Hazardous Materials 173roward Safety Counsel First Aid Training Computer Skills: Certifted 1990 Certified 1992 Certified 1992 Certified 1993 Certified 1993 • Primavera Expedition Project Management Software. • Agtek Estimating System for Sitework Take Offs. • Spectra -Physics Paydirt Estimating System for sitework take -offs. • Construction Link Estimating System for Heavy & Highway Construction. • Microsoft Project for Windows project management software. • Various Spreadsheets and Word Processors for DOS and Windows. EXHIBIT "2" Temp. Reso. #9824 Page 27 of 51 George Brewster 11918 W. Sample Road Coral Springs, Florida 33065-4200 Summary of Construction Projects for past rive years Gentlemen: December 5, 1997 I am outlining my construction experience for the past five years so you can evaluate my work experience more accurately. I have grouped the jobs into six categories: plant construction, environmental construction, airport construction, public works construction (County work), utility and pipeline construction, and Florida Department of Transportation construction. Plant Construction Miami -Dade Water and Sewer Department, Contract No. S-409, South District Waste Water Treatment Plant, Injection Wells. Estimator and project manager for S&S Contracting, Inc. Subcontract to Youngquist Bros., Inc. for sitcwork excavating and grading, constructing concrete well pad structures, and paving driveways. Contract Amount approx. $450,000.00 Miami -Dade Water and Sewer Department, Contract No. W-712, West Well I:ield. Estimator and project manager for S&S Contracting, Inc. Subcontract to Jaffer & Associates, LTD., for sitcwork excavating and grading, constructing concrete well pad structure, and temporary paving for driveways. Contract Amount approx. $146,459.00 Environmental Construction Metro -Dade Solid Waste Management Department, NW 58th Street Landfill Closure. Project Manager for S&S Contracting, Inc., Subcontract to Lowell Dunn Co. for constructing leachate pump station, wash down pad for decontamination area, drainage system, and rip rap erosion control structures. Contract Amount approx. $850,000.00 Airport Construction Dade County Aviation Department, Project No. 91-0540-M1 I Miami International Airport Taxiway "P" and Midfield Tunnel Improvements. Project Manager for S&S Contracting Inc.. Subcontract to State Paving Corp. for drainage system. Contract Amount approx. $350,000.00 Dade County Aviation Department, Project No. RM6-92, Various Airports Pavement Repairs. Project Manager for S&S Contracting, Inc.. Subcontract to General Asphalt for pavement base work, concrete pavement repair, and joint sealing. Contract Amount approx. $50,000.00 EXHIBIT "2" Temp. Reso. ,#9824 Page 28 of 51 Airport Construction co . Dade County Aviation Department, Miami International Airport Cargo Building. 2134 Project Manager for S&S Contracting Inc. Subcontract to Marks Bros. Inc. for drainage system including oil/water separators, grit chambers, and industrial waste lines. Contract Amount approx. $800,000.00 Dade County Aviation Department, Miami International Airport Cargo Building. 2132 Estimator and project manager for S&S Contracting Inc. Subcontract to Recchi of Florida, Inc. for Portland Cement Concrete Pavement. Contract Amount approx. $30,500.00 Dade County Aviation Department, Miami International Airport Concourse" A" Northeast Gate Improvements. Projeci Manager for S&S Contracting Inc. Subcontract to Marks Bros. Inc. for 96" BCCMP Drainage Line. Contract amount approx. $70,000.00 Dade County Aviation Department, Opa Locka Airport Runway 12-30 Improvements. Estimator and project manager for S&S Contracting Inc. Subcontract to State Paving Corp, for Drainage System. Contract amount approx. $340,000.00 Dade County Aviation Department, Miami International Airport Concourse" H"Aircraft Apron Improvements. Estimator and project manager for S&S Contracting Inc. Subcontract to Marks Bros. Inc. for 96" RCP Double Barrel Drainage Line, Apron Drainage System, and Portland Cement Concrete Pavement. Contract amount approx. $2,000,000.00 Dade County Aviation Department, Miami International Airport, Roads Phase I. Estimator and project manager for S&.S Contracting Inc. Subcontract to Marks Bros. Inc. for Storm Drainage System and Roadway Concrete Items. Contract amount approx. $440,000.00 Palnt Beach County, Palm 13each International Airport, Cargo I-acilitics Phase 1. Estimator and project manager for S&S Contracting, Inc. Subcontract to Ranger Construction Industries for concrete pavement items. Contract amount approx. $910,000.00 Dadc County Aviation Department, Miami International Airport. Employee Parking Lot Project. Estimator for S&S Contracting, Inc. Subcontract to Central Florida Equipment Rental, Inc. for roadway concrete items. Contract amount approx. $107,000.00 Dade County Aviation Department, Miami International Airport. Estimator and project manager for S&S Contracting, Inc. Subcontract to State Contracting & Engineering, Inc. for 12' x 9' Box Culvert, Storm Drainage System, Pollution Control System, Sanitary Sewer System and Water Distribution System. Contract Amount approx. $1,415,000.00 Dade County Aviation Department, Miami International Airport, Concourse A Apron and Utility Corridor, Phase II. Estimator and project manager for S&S Contracting, Inc. Subcontract to Gilbert Southern, Corp. For Storm Drainage System. Contract amount approx. $1,410,000.00 Dade County Aviation Department, Miami International Airport, Northside Utilities and Drainage Project, Phases 1 &2, Package A. Estimator and project manager for 12' x 9' Box Culvert and drainage laterals. Contract Amount approx. $850,000.00 EXHIBIT "2" Temp. Reso. #9824 Page 29 of 51 Public Works Construct► a Palm Beach County, Haverhill Road from 45th Street towards Okeechobee Blvd., Road Improvements. Project Manager subcontract for roadway concrete items with Bergeron Land Development Company, Inc. Contract amount approx. $193,000.00 Metro -Dade Public Works Department, Project #647344, SW 132 Ave from SW 31 Street to SW 35 Street, Road Improvements. Estimator and project manager for prime contract with Dade County. Contract amount approx. $135,000.00 Metro -Dade Public Works Department, Project #662272A, SW 132 Ave from SW 31 Street to SW 35 Street, Road Improvements. Project Manager for prime contract with Dade County. Contract amount approx. $135,000.00 Metro -Dade Public Works Department, Project #662272A & 4662273, SW 117 Ave from Bird Road to Kendall Drive, Road Improvements. Estimator for subcontract with Redlands Construction Co. Combined contract amount approx. $363,000.00 Pipeline & Utilities Construction Miami -Dade Water and Sewer Department, Project #W-668, Installation of 16" Water Main in SW 97 Ave, from SW 186 St to SW 212 St. Estimator and project manager for prime contract with Dade County. Contract amount approx. $344,000.00 Miami -Dade Water and Scwcr Department, Project 11W-720, Installation of 24" Water Main for West Well field. Estimator and project manager for prime contract with Dade County. Contract amount approx. $221,000.00 Miami -Dade Waiter and Sewer Department, Project #W-754, Installation of 16" Water Main in SW 147"' Ave and Coral Way. Estimator and project manager for prime contract with Dade County. Contract Amount approx. $205,523.00 Miami -Dade Water and Sewer Department, Project #S-427, Division 2, Utility Improvements for South Dixie Highway. Subcontract for pavement restoration with Coastal Utilities, Inc. Contract Amount approx. $328,000.00 Florida Department of Transportation, Highway Construction Sheridan St and 1-95 interchange improvements, Broward County. Estimator and project manager for S&S Contracting Inc. Subcontract to Weekley Asphalt Paving, Inc. for roadway concrete items. Contract amount approx. $190,000.00 Cypress Creek Park and Ride, Broward County. Project Manager for S&S Contracting Inc. Subcontract to State Paving, Corp. for roadway concrete items -Contract amount approx. $177,000.00 University Drive and Peters Road intersection improvements, Broward County. Project Manager for S&S Contracting Inc. Subcontract to Weekley Asphalt Paving, Inc. for roadway concrete items, and drainage items. Contract amount approx. $70,000.00 EXHIBIT "2" Temp. Reso.,#9824 Page 30 of 51 Florida Department of I, ansportation, Highway Construction cont. Homestead Extension Florida Turnpike Interchange Improvements at Allahpatta, Tallahassee, Biscayne, and Campbell, Dade County. Estimator and project manager for S&S Contracting, Inc. Subcontract to PCL Civil Constructors for roadway concrete items. Contract amount approx. $115,905.00 US-1 Bridge Contract for Bus Lane Project, Dade County, estimator and project manager for S&S Contracting, Inc. Subcontract to PCL Civil Constructors, Inc. for storm drainage system and roadway concrete items. Contract amount approx. $150,000.00 Milam Dairy Road from NW 25`h Street to NW 72"d Street, Dade County, estimator and project manager for S&S Contracting, Inc. Subcontract to Community Asphalt for roadway concrete items. Contract amount approx. $582,000.00 Sunrise Blvd from I-95 to NW 31` Ave, Broward County, estimator and project manager for S&S Contracting, Inc. Subcontract to Russell Engineering, Inc. for roadway concrete items. Contract amount approx. $108,647.00 US-1 from Newcastle Street to Bailey Street, Palm Beach County, estimator and project manager for S&S Contracting, Inc. Subcontract to Russell Engineering, lnc. for roadway concrete items. Contract amount approx. $77,000.00 Commercial Blvd from US-1 to Dupont Blvd, Broward County, estimator and project manager for S&S Contracting, Inc. Subcontract to Ilan American Construction Co. for storm drainage system and roadway concrete Items. Contract amount approx. $85,000.00 State Road A-1-A and Sunrise Blvd, Broward County, estimator and project manager for S&S Contracting, Inc. Subcontract to Pan American Construction Co. for roadway concrete items. Contract amount approx. $264,000.00 University Dr. and SW 30`h Street, Davie, Broward County, estimator and project manager for S&S Contracting, Inc. Subcontract to Ilan American Construction Co. For roadway concrete items. Contract amount approx. $50,000.00 Sincerely, George Brewster EXHIBIT "2" Temp. Reso. #9824 Page 31 of 51 CENTRAL FLORIDA EQUIPMENT RENTAL, INC. 9030 NW 97TH TERRACE MEDLEY, FL. 33178 PHONE:305-888.3344 FAX:305-888.9305 General Asphalt Co. Mr. Robert Lopez 4850 NW 72nd Ave. Miami, FI. 33166 Phone: 305-592-3480 Austin Tupler Trucking Inc. Mr. Glen Tupler 6570 SW 47th Court Davie, FI. 33314 Phone: 954-583-0801 Bovis Construction Company Mr. Jim Cisz 80 sw 8th Street Suite 120 Miami, FI. 33130 Phone - 305-373-8006 LIST OF CREDITORS / VENDORS Miami Crushed Rock Mr. Larry Cap P.O. Box 650309 Miami FI. 33265 Phone: 305-593-2071 Kelly Tractor Company Mr. Ernie Thomas 8255 NW 58th St. Miami, FI. 33166 Phone: 305-592-5360 LIST OF GENERAL CONTRACTORS Codina Construction Corp. Mr. Hector Rodriguez 2 Alhambra Plaza, P.H. 1 Coral Gables, FI. 33134 Phone - 305-520-2309 Centex Rodgers Const. Co. Mr. Craig Eckert 4101 NW 3rd Court, Suite. 16 Plantation, FL 33317 954-581-1988 Dade Aviation consultants Gary Abernathy 4200 NW 36th St. Bldg 5A S-200 Miami, FL 33122 305-876-0744 Miller Construction CO. Mr. Chris Hauser 614 South Federal Highway Fort Lauderdale, FI. 33301 954-764-6550 Broward County Commissioners Jim Nicotra 115 S. Andrews Ave Room 321 Ft. Lauderdale, FI. 33301 954-357-6233 LIST OF ARCHITECTS: Bruno -Elias & Assoicates Civil Works, Inc. Rudolpho Ibarra James Gran 4217 Ponce de Leon Suite 200 3195 Ponce de Leon Blvd., St. 200 Coral Gables, fl. 33146-1626 Coral Gables, FL33134 305-461-2053 305-448-5076 Calvin, Giordano & Associates Don Windham 1800 Eller Drive Port Everglades, FL 954-921-7781 Hellmuth, Obata+Kassubaum, Inc. Mr. Hellmuth 3077 E. Commercial Blvd. Ste. 301 Ft.Lauderdale, FL 33308 954-938-8750 Ferguson Underground Mr. Hank Carroll 7480 NW 48th St. Miami, FI. 33166-5519 Phone: 305-716-0086 U.S. Precast Corp. Mr. Luis Vidal 8351 NW 93rd St. Miami, FI. 33166 Phone: 305-885-8471 Turner Construction CO. Mr. Steven Kern 2500 SW 3rd Ave Miami FI 33129 Phone-305-860-8600 C.G. Chase Construction Co. Mr. Bill Southern 8491 NW 17th St. Suite 101 Miami, FI. 33126 305-597-8700 City of Miami - Public Works Dept. John Jackson 111 NW 1 st Street Miami, FL 305-373-2142 Craven Thompson Associates, Inc. Tim Hall 3563 NW 53 STREET Ft. Lauderdale, FI 33309 954-739-6400 Leiter, Perez & Associates Mr. Perez 160 N.W. 176th Street, Suite 403 Miami, FL 33169 305-652-5133 No Text FAX NO, 887 7804 P. I SUN-LU-U.L THU yAb AM CENTRAL FL EQUIPMENT AcoRD CERTIFICATE OF LIABI PRODUCER Brawn & Brown, Inc. 5900 N. Andrews Ave. #300 P.O. BOX 5727 Ft. Lauderdale YL 33310-5727 Phone:954-776-2222 Fax:954-776-4446 INsuReo ...........� Central Florida Equipment Rental of Dade County, Inc. k1t M amiNFL 971th Terrace I LITY INSURANCFj, p7 DA06/17/02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, INSURERS AFFORDING COVERAGE INSURER A: Ame)risure Insurance Company _ INSUR-_RB: American Guarantee & Liabilit INSURERC: Associated Industries Ins Co INSURER 0: Fireman's Fund Ins Co/McGeeb:q INSURER E; J nd COVERAGES POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING THE 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._ b1 VEkPl�7Cil gATfi MM/DD LIMITS W LTR ; TYPE OF INSURANCE POLICY NUMBER `-00CPEF-F`ECT)4 DATE MM/DD/YY EACH OCCURRENCES 1 O O v 0 C 0_ GENERAL LIABILITY A X GENERAL LIABILITY CPP1386136 04/01/02 04/01/03 ---- -- FIREDAMAGE(Anyonertre)- --- S 300_000 ME:D EXP (Any one person) --_ $ 10000 _COMMERCIAL CLAIMS MADE EX] OCCUR pER50NALSADVINJURYT $I000OQO- )C' rtunM ea Pro7t nLA)MZT ADDL rNSD WCHT $2 GENERAL AGGREGATE S 2000000 gate limit CONTRACT LIAE A XCD XNCL PRODUCTS -COMPlOPAGG S2000000 —� _ GEN'L AGGREGATE LIMIT APPLIES PER: E Ben" 1000000 POLIGY�PRO' LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $1 OOo O00 A X ANY AUTO CA1386135 04/01/02 04/01/03 (Eaeccrdenq , , --� ALL OWNED AUTOS V BODILY INJURY $ SCHEDULED AUTOS (Per person) \ f e or' X HIRED AUTOS • BODILY INJURY $ X NON -OWNED AUTOS pa of Review'. (Par eotldenl) --- PROPERTY DAMAGE (Per secidenl) — - - s _ eptable GARAGE LIABILITY NQ Acceptable AUTO ONLY - EA ACCIDENT �FA ANY AUTO Betow) ACC OTHER THAN S S (N)to Deficiencies AUTO ONLY: AGG _ EXCESS LIABILITY EACH OCCURRENCE $5 , 000 , 000 AGGREGATE_N�- �v )C OCCUR [� CLAIMS MADE AVC 0 0 Of 04 / 01 04/01/03 Follow s DEDUCTIBLE A thor d Signature Form S X RETENTION S -0- V/On1i-R3 COYPENSAT!ON ANP - OIH_ TORY EMIT$ ER _ _-_„— C EMPLOYERS'LIAEIILITY 2002329386 04/01/02 04/01/03 E.L. EACH ACCIDENT — $ 10_0000_0 FL DISEASE - EA EMPLOYEE $1000000 E.L. DISEASE• POLICY LIMIT 1 S 1000000 �— OTHER D Equipment Floater MZX97503992 04/01/02 04/01/03 Scheduled 5,111,540 Fo2iL WIND 7NCL 3% DCD/5000 KAX Ded various DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Bid No. 02-22B Woodlands Drainage improvements Projec CERTIFICATE HOLDER N I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CXTYOFT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3 _0�-. DAYS WRITTEN City of Tamarac: NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City Manager IME'OSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR 7525 NW 88th Ave Tamarac FL 33321 REPRESENTATIVES. AUTOO RES . ATIVE ACORD 25•S (7/97) (DACORD CORPORATION 1988 No Text Lu w J Z a CL C Q O 04 0 LLJ .2 .ry W �� a' h a LD `71 a o 4 z r �- d oc z o z a O M uj (DW f O 0 ¢J y c .4 ..w 4 UCH w-wZ HA►� W 958 a��. Z n O cra a M Qlzn � z z n u U.)FL z Lb Z f1C Q �+ W co �{ n waz M MOW N cc UGH CXCP% z'^ Mn + ua ,,,� coin I :iw Oo%LU OOM n O r n lLl 4 -N W N ►r-� QC3LLL •$Luse zw u'Iu •a • m km-4 ,.j MMO 0(n.2. wU-W4 Z Z w bi Z"Cexc •1 LL {W/IClGQZ u�N . �LLI�KW PQUWLi • • • UMA Temp;. Reso. #9824 Page 34 of 51 • LU • 1-N ,4Ln zwa W w rl X Ca .CMW Jaw .- i 0.9 A � 00 LL Z LL 40 LJJ ' Z • O Z►^•� F� �LL�o CLC3=u ..(b zZww u©C1CA 4W a rH�ca ►•-uz . •4WQW 0 z 1 CCWN W O-M QuWLL ua 0 HCA: W LO-= W riZF-A h-C�°•O WU -u u)I-�w ZMCMF- l0-W.. r-+0 M LL (n Z ac] • • • W Nam LL. 0 J as a r Z rrn uj (n J LL z $LU n.0 v� WW 4 ...Ir LLQ1 J x ara- hui O.J Zrn A wO Lli uo. r- EXHIBIT "2" Temp. Reso..#9824,, Page 35 of 51 cn lu M M 0 R 71 3 a IMP W Z M. > MMMZ M'u a 1 '.N..: x Mw LL3fT1' 0 %J r7, m. -i cln* zr rn 1.,A;z 0 a e, W . M-4 tit N. PMI-4 rJ Mz OwMr- -n 30. c CO2 X1 0 Ix - i� W 71 Zo? -VZ?-4x"-A Ch- ri ;P4 0. rn x. 0 In M- wc-'— t EXHIBIT "2" Temp. Reso. ##9824 Page 36 of 51 �rn) EARTHWORK & ENGINEERING CONTRACTORS -\ 1 RwA j►�� A COMPLETE LINE OF EQUIPMENT RENTALS �� ,Y+ �I 9030 N.W. 97th Terrace, Medley, FL 33178 0 Tel: (305) 888-3344 Fax: (305) 888.9305 i ;06 Status of Contracts on Hand MARCH, 2002 Scope of Work - Water, Sewer, Paving, Drainage, Site Utilities. CONTRACT % COMPLETED PROJECT NAME: GENERAL CONTRACTOR: OWNER: AMOUNT TO DATE POM Terminals 3,4,5 C.G. Chase Construction Inc. Royal Caribbean Cruises, Ltd. $2,413,596.00 $2,391,803.75 909 S. America Way 900 Port Blvd. 1050 Caribbean Way Miami, FL Miami, FI. 33132 Miami, FI 33132 99.10% Dave Whelpley C0515 305 381-6886 The Parkshore C.G. Chase Construction Co. ZOM South Beach Ltd. $648.052,35 $631,161.35 1330 West Avenue 1330 West Avenue 1950 Summit Park Dr,. Ste 300 Miami Beach, FL 33139 Miami Beach, FL 33139 Orlando, F132810-5945 97,39% Robert Mcgill C0520 305-695-8410 McNab Road Extension Craig A. Smith & Associates Broward County $4.596,387.15 $4.436,968,96 From Pine Island to 1000 W. McNab Road Board of Commissioners University Drive Pompano Beach, FL 33069 115 South Andrews Avenue 96,53% Greg Jeffries FT. Lauderdale, FI. 33301 C0533 954-782-8222 Northside Utilities & Drainage Dade Aviation Consultants Dade Aviation Consultants $1.913.257.50 $990.479.65 Miami International Airport P.O. Box 592075 P.O. Box 592075 Miami, FL 33159 Miami, FL 33159 51.77% Miriam Gerov, Miriam Gerov C0548 305-876-7000 305-876-7000 Four Seasons Hotel & Tower Bovis Construction Co. Terremark Brickell 11. Ltd. $2,105,290.00 $1,016,112.15 1441 Brickell Ave. 1441 Brickell Ave. 2601 S. Bayshore Drive, PH-1 B, Miami, Fl. 33131 Miami, FI, 33131 Coconut Grove, FL 33133 48.26% C0557 Jim Cisz 305-373-S560 DMS/FDLE Office Bldg. Centex Rooney Construction Co. Law Enforcement $3.073.611.00 $1,588,488.00 6300 NW 5th Way Regional Ft. Lauderdale, FL 33309 Operating Facility 51.68% Paul Marrow C0561 954-771-7122 C-D Underground & Utilities Turner Austin Airport Team American Airlines $10,191,175.94 $10,159.517.05 Miami International Airport Miami International Airport Miami -Dade County Bldg. 3030, 2nd Floor, Wing 0 Department of 99,69°% Miami, FI 33159 Aviation C0563 Don Culver 305) 869.4030 U.M. Metrorail Parking Lots U.M. Facilities Planning & Const. University of Miami $733.555.12 $103,081.12 1535 Levante Ave. Suite 205 1535 Levanle Ave. Suits 205 Coral Gables, FI. 33146 Coral Gables, FI.33146 14.05% Eddy Lopez C0566 305-284-6726 Siena at Deering Bay Coastal Condominiums WCI Communities $256,974.00 $284,317.00 13611 Deering Bay Dr. 13611 Deering Bay Dr. 13611 Deering Bay Dr. Coral Gables, FL Coral Gables, FL Coral Gables, FL 110.64% C0567 Oceanside Bldg, 6 Turner Construction, Co. Fisher Island $633,200.00 S569,804.00 Fisher Island 7600 Fisher Island Dr. Holdings 7600 Fisher Island Drive Fisher Island FI.33109 One Fisher Island Drive 89.99°% Fisher Island. FL 33109 Ray Davis Fisher Island, FL C0568 305-538.0015 Ocean Tower One Ocean Club Developmet Key Biscayne Ocean $207,500.00 $66.996.00 755 Crandon Blvd. Club Limited Part Key Biscayne, FL 33149 169 Miracle Mile, st 200 32 29% Rick Chitwood Coral Gables, FL 33134 C0569 305-361-7942 The Espirito Santo Plaza AMEC Construction Mngt, Inc. Estoril Incorporated $410,008.00 $399,610.00 1395 Brickell Avenue 1395 Brickell Avenue 1395 Brickell Avenue Miami, FL 33131 Miami, FL 33131 Miami, FL 33131 97.46% Thomas Telesco C0573 305-377-8810 EXHIBIT "2" Temp. Reso.. #9824- Pago 37 of 51 CONTRACT % COMPLETED PROJECT NAME: GENERAL CONTRACTOR: OWNER: AMOUNT TO DATE AIA (Collins Avenue) Florida Dept. of Transportation FOOT $6,885.005.00 $4,985,132.24 Reconstruction 1000 N.W. 111th Ave. 1000 N.W. 111th Ave. From Lincoln Rd. to 26th St. Miami, FL 33172 Miami, FL 33172 72.41% Nancy Lyons C0574 305-470-5100 Lake Villa One Ocean Club Development Co. Key Biscayne Ocean $219,394.93 $215.152.43 at the Ocean Club 755 Crandon Blvd. Club Limited Part 755 Crandon Blvd. Key Biscayne, FL 169 Miracle Mile, st 200 98.07% Key Biscayne, FL Coral Gables, FL 33134 C0575 Lake Tower Ocean Club Development Co. Key Biscayne Ocean $369,271.00 $220,086= at the Ocean Club 755 Crandon Blvd. Club Limited Part 755 Crandon Blvd. Key Biscayne, FL 169 Miracle Mile, st 200 59.60% Key Biscayne, FL Coral Gables, FL 33134 C0576 Aston Gardens at Aston Care Systems Commons Ltd./ $393,817.00 $369.875.00 Parkland Phase II 5900 University Dr. Aston Care Systems Parkland, Fl, 33037 137 Pebble Beach Blvd. 93.92% Pete Yaslremski Sun City Center, Fl. 33573 C0577 954-341-3037 Alexan of Coral Gables Turner Construction Company Trammell Crow Residential $678,239.00 $291,443.75 14201 NW 60th Avenue 201 North New York Avenue Miami, FL 33014 Winter Park, FL Suite 200 42.97% Charles Raymond Keith Beasly C0579 Brickell Bay Plaza Beauchamp Construction Co. South Florida East Coast Realty $95.000.00 $78,723.32 247 Minorca Avenue 1000 S. Biscayne Blvd. Coral Gables, FL 33134 Suite 1100 82.87% Jamie Artzt Miami, FL 33131 C0580 305-445-0819 SSDI Temp. Parking Lots KVC Constructors KVC Constructors $560,708.70 $543,787.50 Alton Road, Miami Beach, FL 4460 Pine Tree Drive 4460 Pine Tree Drive Miami Beach, FL 33140 Miami Beach, FL 33140 96.98% Andres Rodriguez Andres Rodriguez 305-532-5423 305-532-5423 C0587 Tumberry Associates 19800 West Country Club Drive N-Site Partners Limited Partnership $539,627.00 $288,164.30 Marriott Residence Inn Aventura, FL 33180 53.40% Rudy Fretz C0589 305-933-1123 BC Infill Civil Demo-745A Turner Austin Turner American Airlines $4,396,425.50 $1.821.954.99 Miami International Airport Miami -Dade County Bldg, 3030, 2nd Floor, Wing D Department of 41.44% Miami, FI 33159 Aviation C0590 Don Culver (305) 869-4030 Performing Art Center of Performing Arts Center Builders Miami -Dade County $2,600,000.00 $349,615.10 Greater Miami Greater Miami 111 NW 1st Street 240 N.E. 13th Street 4770 Biscayne Boulevard Miami, FI 33128 13.45% Miami, FL 33132 Suite 500 Miami, FL 33137 C0592 305-576-5595 San, Serv. For Marina KVC Constructors KVC Constructors $60,000.00 $26.400.00 Piers 1, K, & L 4460 Pine Tree Drive 4460 Pine Tree Drive Miami Beach, FL Miami Beach, FL 33140 Miami Beach, FL 33140 44.00% Andres Rodriguez Andres Rodriguez C0594 305-532-5423 305-632.5423 Bayview 8 Turner Construction, Co. Fisher Island $565,000.00 $127,500.00 Fisher Island 7600 Fisher Island Dr. Holdings 7600 Fisher Island Drive Fisher Island Fl. 33109 One Fisher Island Drive 22.57% Fisher island, FL 33109 Ray Davis Fisher Island, FL C0595 305-538-0015 Brickell View Bovis Lend Lease BAP Development $228.834,00 $90,465.00 1200 S. Miami Avenue 2601 South Bayshore Dr, Miami, FI, 33130 10th Floor 39.63% Luis Latorre Miami, FL 33133 C0596 305-373-0120 305-860-3708 St. Regis Hotel AMEC Construction Mngt., Inc. Vector Investments, Inc. $454.215.00 $0.00 6600 N. Andrews 9850 S. Tamiami Trail Ft. Lauderdale, FL 33309 Sarasota, FL 34236 0.00% Ellen Anderson C0598 954-771-6677 EXHIBIT "2" Temp. Reso. #9824 Page 38 of 51 CONTRACT % COMPLETED PROJECT NAME: GENERAL CONTRACTOR: OWNER: AMOUNT TO DATE Miami Lemans Series Bovis Lend Lease Raceworks $1,299,898.73 $613,219.00 Race Circuit 80 SW 8th Street, Suite 1800 800 Brickell Avenue Downtown Miami Miami, FI. 33130 Suite 650 47.17% Mark H. Seerte Miami, FL 33133 C0599 305-37MI20 Mercy Hospital Garage & Bovis Lend Lease Mercy Hospital $861,345.00 $0.00 Ambulatory 3663 South Miami Avenue 3663 South Miami Avenue Miami, FL 33133 Miami, FL 33133 0.00% Ed Baro C0600 305-373-8006 POM Terminals 8 & 9 The Haskell Company P & O Ports Florida. Inc. $106.100.00 $0.00 920 N. American Way Miami, FL 33132 0.00% Ed Curry C0601 786-777-0017 EXHIBIT "2" Temp. Reso. #9824- . Page 39 of 51 ♦�O���O� EARTHWr+ .;INEERi P NT C7GP.5 A COMPLETE LINE OF EQUIPMENT RENTALS 9030 N.W. 97th Terrace, Medley. FL 33178 av Tel: (305) 888.3344 Fax: (305) 888-9305 DESCRIPTION: Sitework, Site Ublities, Water, Sewer, Drainage, Paving. GENERAL CONTRACTOR: PROJECT NAME CONTRACT AMOUNT: COMPLETE: OWNER OR ENGINEER: Bovis Constructions Corp. Blue Diamond $625,897.70 2002 Blue & Green Diamond 4775 Collins Avenue 4775 Collins Avenue Condominiums Miami Beach, FL 33140 Miami Beach, FL 4775 Collins Avenue Jahn Kuncher Miami Beach, FL 305-695-2778 C0461 Ocean Club Development Ocean Tower 1 - Drainage $28,800.00 2002 Key Biscayne Ocean 755 Crandon Blvd 755 Crandon Blvd. Club Limited Part Key Biscayne, FL 33149 Key Biscayne, FL 169 Miracle Mile, st 200 Rick Chitwood Coral Gables, FL 33134 305. 361-7942 C0552 Florida Keys Aqueduct Authority Ocean Reef Club Phase 1 $1.256.052.69 2002 Florida Keys Aqueduct Authority 1100 Kennedy Drive Ocean Reef Club 1100 Kennedy Drive Key West, FL 33041.1239 100 Anchor Drive Key West, FL 33041-1239 Peggy Medina Key Largo, FL Peggy Medina 305-296-2454 C0560 305-296.2454 WCI Communities Property Mngt. Deering Bay $174,050,00 2002 WCI Communities 13610 Deering Bay Drive Drainage Inprovements 13610 Deering Bay Drive Coral Gables, FL 33158 13610 Deering Boy Drive Coral Gables, FL 33158 Coral Gables, FL 33158 C0571 Teitelbaum Concrete Company Merrick Park South Deck $306.192,00 2002 Rouse - Coral Gables, Inc. 1721 NW 22nd Court 4400 Ponce de Leon Blvd 10215 Line Patuxent Prkwy. Pompano Beach, FL 33060 C.G., FL 33146 Columbia, MD 21044 Ron Laudone C0572 ACIIMDI Concourse "B" Task'C" $887,000,00 2002 Broward County 1955 N. Perimeter Road Board of Commissioners Dania, FL 33004 115 South Andrews Avenue Joe Thompson FT. Lauderdale, Fl. 33301 954-359-6300 C0578 Miller Construction Company Perez Trading $12.308.00 2002 Perez Trading Company 614 South Federal Highway 114th St. Between 32nd & 36th Ave Project on Hold 3498 NW 125th Street Fort Lauderdale, Fl. 33301 Miami, FL Miami, FL 33167 Chris Hauser 954-764.6550 C0583 Gumenic;: Properties 721 Alton Road Parking Lot $55.050.00 2002 East Alton Apartments, 900 West Avenue 721 Alton Road, Miami Beach, FL a Florida General Partnership Miami Beach, FL 33139 Randy Gumenick 305.672-2412 C0586 Bovis Lend Lease Mercy Hospital Temp. $40.000.00 2002 Mercy Hospital 3663 South Miami Avenue Parking Garage 3663 South Miami Avenue Miami, FL 33133 3663 South Miami Avenue Miami, FL 33133 Ed Baro Miami, FL 33133 305.373-8006 C0593 The Hogan Group, a Florida 1000 Waterford Fill $49A02.00 2002 The Hogan Group, a Florida Partnership, with the Hogan Partnership, with the Hogan Group, Inc. Group, Inc. 701 Waterford Way, Suite 400. 701 Waterford Way, Suite 400. Miami, FL 33126 Miami, FL 33126 Rick Pugatch Rick Pugatch 305-262.6250 C0597 305-262-6250 C.G. Chase Construction, Co. Yacht Club ® Brickell II $542.803.00 2001 Related Companies 1111 Brickell Bay Or 1155 Brickell Bay Dr of Florida Miami, Fl. 33131 Miami, Fl. 33131 2828 Coral Way PH Suite Richard Watson _ Miami, Fl 33145 305-373-5116 C0527 City of Miami Beach City of Miami Beach $598,586,62 2001 City of Miami Beach 1700 Convention Center Dr. 20' Water Main Repair 1700 Convention Center Dr. Miami Beach, FL 33139 Miami Beach, FL 33139 Cart Hosting, Carl Hosting, 305-673.7000 Ext.6210 C0582 305 673-7000 Ext.6210 Stiles Construction Visa international $837,483.00 2001 Visa International 1G04 NW 65th Avenue (Latin America & Miami, FL 33150 Caribbean Region Ken Gent 305-261-9366 C0565 EXHIBIT "2" Temp. Reso. #9824 GENERAL CONTRACTOR: fiCT NAME CONTRACT AMOUNT: COM :j; I t ER: Ocean Club Development ocean Tower 2 $51,067.00 2001 Key Biscayne Ocean 755 Crandon Blvd Drainage Club Limited Part Key Biscayne. FL 3314 7755 Crandon Blvd 169 Miracle Mile, St 200 Rick Chitwood Key Biscayne, FL 33149 Coral Gables, FL 33134 305- 361-7942 C0556 Arellano Construction Co. Coral Gables General Hospital $255.191.42 2001 Tenet South 7255 NW 19th St. Suite B 3100 Douglas Road Florida Health System Miami, FI. 33126 Coral Gables, FL C0547 Turner Construction, Co. Fisher Island Oceanside 5 $652,147.00 2001 Fisher Island 7600 Fisher Island Dr. 7600 Fisher Island Drive Holdings Fisher Island FI. 33109 Fisher Island, FL 33109 One Fisher Island Drive Ray Davis Fisher Island. FL 305-538-0015 C0535 ACl/MDI Ft.Lauderdale Airport $1.485,238.00 2001 Broward County 1955 N. Perimeter Road New N. Passenger Terminal Board of Commissioners Dania Fl. 33004 1955 N. Perimeter Road 115 South Andrews Avenue Joe Thompson Dania FI.,33004 FT, Lauderdale, Ft. 33301 954-359.6300 C0523 The Hogan Group, a Florida Waterford Clearing $14,980.00 2001 The Hogan Group, a Florida Partnership, with the Hogan Tract South of Hotel Sofitel Partnership, with the Hogan Group, Inc. Miami, FL 33126 Group, Inc. 701 Waterford Way, Suite 400, Miami, FL 33126 Rick Pugatch 305-262-6250 C0588 Southwest Recreational Ind., Inc. F.I.U.• Play Field $254,908.19 2001 Florida International University 701 Leander Drive 11200 SW 8th Street, Miami, FL 11200 SW 8th Street, Miami, FL Leander, Texas 78641 Tom Stanfield 512-259-0080 ABI Companies, Inc. Aventura Assisted Living $491.437,60 2001 Royal Imperial Group 4301 Anchor Plaza Pkwy. 5-400 2777 NE 183rd Street Tishman Const. Corp, Tampa FI. 33634 Aventura, FI 33160 One S. Wacker Drive Ste. 2300 Doug Sutter Chicago, IL 60606 813-289-8808 GS2 Corporation Hidden Bay Condominium $661.633.00 2001 Bellmead Development Company 3370 NE 1901h St. 3370 NE 190th St. 4000 Old Dixie Highway Aventura FI. Aventura FI, Armond Beach, FI 32174 Ronny Gains 305.274-2702 The Hogan Group, a Florida Waterford Clearing $14.980.00 2001 The Hogan Group, a Florida Partnership, with the Hogan Tract South of Hotel Soritel Partnership, with the Flogan Group, Inc. Miami. FL 33126 Group, Inc. 701 Waterford Way, Suite 400, 701 Waterford Way, Suite 400, Miami, FL 33126 Miami, FL 33126 Rick Pugatch Rick Fugatch 305-262-6250 305.262-6250 Slobs Bros. Construction Co. FIU Mounds Removal $19,460.00 2001 Florida International University 580 N.E. 92nd Street 11200 SW 8th Street, Miami. FL 11200 SW 8th Street, Miami, FL Miami Shores, FL 33138 Barry Stevenson 305-751-1592 Bovis Lend Lease Coral View Apartments $16,864.00 2001 Bovis Lend Lease 80 SW 8th Street Suite 120 80 SW 8th Street Suite 120 Miami, Fl. 33130 Miami, FI. 33130 Turner Construction Co. J.W. Marriott $672.468.00 2001 Nichols Brosch Sandoval 8 Associates 1111 Brickell Avenue 1111 Brickell Avenue 161 Almeria Ave Miami, FL 33129 Miami, FL 33129 Coral Gables, FL 33134 Mike Lauter Phil Alleman 305-379-7200 306 443-5206 Turner Construction Co. Barclay Financial Center $730.231.76 2001 Consul -Tech Engineers, Inc. 1111 Brickell Avenue 1111 Brickell Avenue Mr. Marko Osodio Miami, FL 33129 Miami, FL 33129 10670 NW 271h St. Suite H101 Jim Werbelow Miami, FI. 33172 305-379-7200 Bovis Lend Lease NW Medical Medical Center $196.557.75 2001 Ardaman & Associates, Inc. 1801 West End Avenue Asok Ganpopadhyay Suite 600 2608 West Bath Street Nashville, TN 37203 Hialeah, FL Turner Construction, Co. Bayview 7 • Fisher Island $490,000.00 2001 Fisher Island 7600 Fisher Island Dr. 7600 Fisher Island Dr, Holdings Fisher Island FI. 33109 Fisher Island Fl, 33109 One Fisher island Drive Fisher Island, FL Ray Davis 305-538-0015 Arellano Construction Weslside Regional ICU $503,087.90 2001 Gresham Smith and Partners 7255 NW 19th St. Suite B 8201 W. Broward Blvd. 4507 NW 31st Avenue Miami, Fl. 33126 Plantation Fl. 33324 Ft.Lauderdale, FL 33309 Agustin R. Arellano 954-677-8022 EXHIBIT `r2" Temp. Reso: #9824 . _r GENERAL CONTRACTOR: iJECT NAME CONTRACT AMOUNT: $1,840,572.98 CO i E: 2001 vGic''R: Codina Construction Corp. N-_%.:I Office Building Sun -Tech Engineering. Inc. 901 Peninsula Carp Circle 901 Peninsula Corp Circle 3407 N.W. 9th Avenue, Suite 250 Boca Raton, Fl. 33487 Boca Raton, FI, 33487 FT.LAUDERDALE, FL 33309 John Elletson CLIFFORD LOUTAN 561.989-9448 254.568-2262 Ocean Club Developmet Ocean Tower Two $255.593.00 2001 Key Biscayne Ocean 755 Crandon Blvd. Club Limited Part Key Biscayne, FL 33149 169 Miracle Mlle, st 200 Rick Chitwood Coral Gables, FL 33134 Centex Rooney Construction Co. Centex Rooney Office Bldg. $639.186,00 2001 Sun -Tech Engineering, Inc. 6300 NW 5th Way 7901 SW 6th Court 3407 N.W. 91h Avenue, Suite 250 F►. Lauderdale, FL 33309 Plantation, FL 33324 FI.Lauderdale, FL 33309 Robert Gillette Andrea Smith 954-771-7122 954-568.2262 Bovis Constructions Corp. Green Diamond $261,418.50 2001 David Plumber & Associates 4775 Collins Avenue 4775 Collins Avenue 1750 Ponce de Leon Boulevard Miami Beach, FL 33140 Miami Beach, FL Coral Gables, FL John Kuncher Fernando Gomez 305-695.2778 305-447-0900 Clark Construction Group, Inc. Royal Crown Plaza Resort $460,638.00 2001 Coastal Systems International, Inc 3440 Hollywood Blvd, Suite 300 1535 & 1545 Collins Avenue 464 South Dixie Highway Hollywood, FL. 33021-6966 Miami Beach, FL Coral Gables, FL 33146 305-535-6987 Orestes Betansourt Bovis Construction Corp, Lois Pope Life Center $787,571.00 7001 Gold Coast Engineering 1580 NW loth Avenue 1580 NW 10th Avenue 7480 Fairway Dr, Suite 205 Miami, FI. 33136 Miami, Fl. 33136 Miami Lakes, FL 33014 Bill Hope George Seiler 305-243-1104 305.822-9533 Aston Care Systems Aston Gardens ® Parkland $1,074,190.00 2001 Gee & Jenson Engineers & Planners 5900 University Dr. 3300 University Dr: Suite 711 Parkland, FI. 33037 Coral Springs, FI. 33065 Pete Yastremski Pete Colussy 954-341-3037 954.752.4960 Bovis Construction Corporation Northwest Medical Center $196,557.75 2001 Ardaman & Associates, Inc. 1801 West End Avenue, Suite 600 2801 N. State Rd. 7 2608 West 84th Street Nashville, TN 37203 Margate, FL Hialeah, FL Jeff Bowman -- Don Renfrow Asok Ganpopadhyay 615-963-2600 305-825-2683 Centex Rooney Construction Co. 703 Waterford $899,669.00 2001 E. N. Bechamps and Associated, Inc. 6300 N.W. 5th Way 703 NW 62nd Avenue 5200 NW Blue Lagoon Drive, Suite 150 Miami, FL Miami, FL 33126 Miami, FL 33126 Morgan D. King Jean Bechamps 954-489-7270 305-266-7062 Morse Diesel American Amines Arena $1.191.869.92 2000 Civil Works, Inc. 601 Biscayne Blvd 601 Biscayne Blvd. 3195 Ponce de Leon Blvd., Suite 200 Miami, FL. 33132 Miami, FL. 33132 Coral Gables, FL33134 Steve Binford James Gran 305-377-8010 305-448-5076 Beauchamp Construction Co. Inc. Miramar Center Tower 1 $295.988.00 2000 Carr Smith Corradino 1756 N. Bdyshore Drive 1756 N. Bayshore Drive 4055 N.W. 971h Avenue, Suite 200 Miami, FL 33132 Miami, FL 33132 Miami. FL 33178 Walt Erhsam R. Lee Rogers 305-374-8558 305-594.0735 Brown & Root MOCC Interamerican Campus $238,975.73 2000 Seiler Keifer 627 SW 27th Avenue 627 SW 27th Avenue 7480 Fairway Dr, Suite 205 Miami FI 33135 Miami FI 33135 Miami Lakes. FL 33014 Jae Dignam George Seiler 305.541-7220 305-822.9533 Miner Construction Co. NBC 6 Studios $609.211.70 2000 Sun -Tech Engineering, Inc. 15000 SW 27th St. 15000 SW 27th St. 3407 N.W. 9th Avenue, Suite 250 Miramar Fl. Miramar Fl. FT.LAUDERDALE, FL 33309 Malt Relick CLIFFORD LOUTAN 954.436-6511 954-568-2262 Turner Construction, Co. Hertz Car Sales Facility $533,076.00 2000 Craven Thompson Associates. Inc. 265 Davidson Ave. Suite 210 1901 W. Sample Road 3563 NW 53rd St. Summersel New Jersey 08673 Pompano Beach, Fl, Ft. Lauderdale, FL 33309 Joseph Abbott Paul Knight 954-970-4531 954.739-0400 Overholt Construction Corp. FPL Lummus Substation $272,247.40 2000 Hazen and Sawyer, P.C. 18795 SW 105th Avenue Port of Miami 1905 South 251h Street Miami. FI 33157 Lummus Island Fort Pierce, FL 34947 Rod Overholt Joseph J. Franko 305-234.9677 561-489-0066 Bay Colony-Gateway/WCI Deering Bay Airforce Marina $313,962.97 2000 Dames & Moore 3300 University Drive, 6400 Congress Avenue. Suite 2500 Coral Springs, FL 33NS Boca Raton, FL 33487 Scott Davidson Daniel P. Johnson 954-752-1100 561-994-6500 Miller Construction Reach the Children $154.454.00 20oo John B. Smith Engineers, Inc 614 South Federal Highway Foundation 400 N.E. Third Avenue Fort Lauderdale, FI.33301 3111 SW IOth Street Ft.Lauderdale, FL 33301 Bill Scott Pompano Beach. FL 33069 Robert Smith 954.9794587 954-763-4177 EXHIBIT rr2" Temp. Reso. #9824 GENERAL CONTRAC OR: JECT NAME CONTRACT AMOUNT: COY Bovis Construction Co. Four Seasons Hotel & Tower $22.400.00 2000 Desimone Consulting Engineers 1428 Brickell Ave. 1441 Bnckell Ave. 2333 Ponce de Leon Miami, FI, 33131 Miami, FI.33131 Coral Gables, FL 305-373-8560 305-441-075$ Codina Development Corporation Union Planters Bank $62,610.50 2000 Ludovlcl & Orange Consulting Engineers, Inc. 9955 NW 1161h Way, Suite 10 Beacon SlafiordGran Park 329 Palermo Avenue Miami, FL 33178 NW 97 Street & 112 Avenue Coral Gables, FL 33134 Enrique Rodriguez Miami, FL Sarah V. Zimmermann 305-B8a-0990 305-448.1600 Codina Development Corporation Beacon Station Infrastructure $790,757.69 2000 Ludovid & Orange Consulting Engineers, Inc. 9955 NW 116th Way, Suite 10 Gran Park 3rd Addition 329 Palermo Avenue Miami, FL 33178 NW 97th Street & 112th Ave. Coral Gables, FL 33134 Enrique Rodriguez Miami, FL Sarah V. Zimmermann 305.888-0990 305-448.1500 Basketball Properties Arena Parting Lot $1,331,193.00 2000 Civil Works, Inc. One S.E. Third Ave., Suite 2300 Biscayne Blvd. NE 8th Street 3195 Ponce de Leon Blvd.. Suite 200 Miami, FL 33131 Miami, FL Coral Gables, FL33134 Bill Senn James Gran 305-533-6692 305-448.5076 Tvmberry Associates Aventura Jewish Center $46,220.00 2000. Fortin, Leavy, Skiles, Inc. 19501 Biscayne Blvd., Suite 400 29th Ave. NE 5th Street 180 NE 1681h St. Aventura, FI. 33180 Aventura, FL North Miami Beach, FI 33162 Steve Kessler Cart Skiles 306-937-6200 305-653-4493 Basketball Properties Arena Shoreline Stabilization $115.000.00 2000 Civil Works, Inc. One S.E. Third Ave.. Suite 2300 611 Biscayne Boulevard 3195 Ponce de Leon Blvd., Suite 200 Miami, FL 33131 Miami, FL Coral Gables, FL33134 Bill Senn James Gran 305 533.6692 305.448.5076 Ocean Club Development Ocean Tower 1 - Drainage $28,800.00 2000 Fortin, Leavy, Skiles, Inc. 755 Crandon Blvd 755 Crandon Blvd. 180 NE 168th St. Key Biscayne, FL 33149 Key Biscayne, FL North Miami Beach, FI 33162 Rick Chitwood Carl Skiles 305-361-7942 305-653-4493 Florida East Coast Property Sports Acres $63.700.00 2000 Florida East Coast Property 1200 NW 207 Street Miami, FL Ed Best Ed Best 305-970.6658 305-970.6668 Centex Rooney Construction Co. Kendall Comer $32.000,00 2000 Centex Rooney Construction Co. 6300 NW 5th Way SW 132nd Ave. & 68 St. 6300 NW 5th Way Ft, Lauderdale. FL 33309 Miami, FL Ft, Lauderdale, FL 33309 Robert Gillette Robert Gillette 954.771-7122 954.771.7122 . Lehrer McGovern Bavis Loews Miami Beach Hotel $1.624.759.00 1999 Loews Miami Beach Hotel 420 Lincoln Road, #285 1601 Collins Avenue 1601 Collins Avenue Miami Beach, FL 33139 Miami Beach, FL Miami Beach, FL G.G. Chase Construction Yacht Club Q Portofino $486,760.00 1999 Cohen, Freedman, Encinosa 8491 NW 17th Street #101 S. Alton Rd. & Michigan Ave. eoa5 NW 155th St, Miami, FL 33126 Miami Beach, FL Miami Lakes, FL 33016 305-597-8700 305-826-3999 Tumberry Associates Champion Retail $2.047.176.07 1999 Turnberry Associates 19501 Biscayne Blvd. #400 Biscayne Blvd & N.E. 192 St 19501 Biscayne Blvd. #400 Aventura, FL 33180 Aventura, FL Aventura, FL 33180 305-937.6200 305-937.6200 Centex Rooney Facilities Mizner Park Office Building $356,410.00 1999 Camero & Associates 18590 NW 67th Ave, #200 420 Plaza Real Miami, FL 33015 Boca Raton, FL 305-821.8646 561-417.3538 Codina Construction Co. Vincam Office Building $651.021,00 1999 Wollfberg Alvarez & Partners 2 Alhambra Plaza, PH I Sunset Dr. SW 102 Ave. Coral Gables, FL 305.520-2309 305-520.2309 Centex Rooney Construction Co. Highwoods Office Building $488.347.00 1999 Past Buckley Schuh & Jernigan 6300 NW Sin Way 2660 N. Military Trail 2001 N.W. 107th Avenue Ft. Lauderdale, FL 33309 Boca Raton, FL 33431 Miami, FL 954-359-1644 305-572.7276 Codina Construction Co. ABC Distributing Inc. $2.770.271.11 1999 ABC Distributing Inc. 2 Alhambra Plaza, PH I 42nd Ave. NW 119 Street 42nd Ave. NW 119 Street Coral Gables, FL Miami, FL Miami, FL 306-520.2309 Miller Construction Co. Airbus Training Facility $209,815.00 1999 Camera & Associates 614 S. Federal Hwy. 4355 NW 36 Street 7400 S.W. 50lh Terrace, Suite 204 Ft. Lauderdale, FL 33301 Miami, FL Miami, FL 33155 305-665.7602 Ocean Club Development Ocean Tower II $1.648,23a.00 1999 Fortin, Leavy, Skiles. Inc. 755 Crandon Blvd. 755 Crandon Blvd. 180 N.E. 1 Street Key Biscayne. FL 33149 Key Biscayne, FL 33149 M N. Miami Beacchh, 33162 Miami . 305-361.7942 305.653-4493 EXHIBIT "2" Temp. Reso: #9824, . GENERAL CONTRACTOR77.. JECT N ME CONTRACT AMOUNT: CDI. E: I R: Tumberry Associates Spoke Road $257,315.00 1999 Kim eyHom and Associates 19501 Biscayne Blvd. 1140 4431 Embarcadero Dr. Avenlure, FL 33180 West Palm Beach, FL 33407 305-937-6200 561-845-0665 Eaep Federal ress deral Express -Gale 5 $220,283.00 1999 Cecil Jones S Assoc. 2930 Airways Blvd. Fl.Lauderdalenlollywood 5004 FIFTH AVE. SOUTH Memphis, TN 381944231 Airport Birmingham, AL 35212 901-922-6071 205-591-3800 Grinnell Fire Protection ABC Distributing Fire Lane $90.000.00 1999 ABC Distributing Inc. 2700 W 81s1 Street NW 1191h Street 3 42nd Ave. 42nd Ave. NW 119 Street Hialeah, FL 33130 Miami, FL Bovis Construction Co. Sheridan Street Entrance $177,597,00 1999 Calvin, Giordano S Associates, Inc. 8o SW 8lh Street, Suite 120 2301 N. University Drive 2 Oakwood Boulevard, Suite 120 Miami, FL 33130 Pembroke Pines, FL 33024 Hollywood, FL 33020 305-373-8006 954.921.7781 G.G. Chase Construction Co. Port of Miami Terminal $428.062.00 1999 Bruno -Elias 8 Associates, Inc. 8491 NW 111h Street #101 1015 N. American Way 9310 S.W. 69th Street Miami, FL 33126 Miami, FL Miami, FL 33173 305-597.8700 305-273-1830 City of Coral Gables San Pedro Walermain $130.158.00 1999 Hazen and Sawyer Public Works Department San Pedro Ave. It Lugo Ave. 999 Ponce de Leon Blvd 285 Aragon Avenue Coral Gables, FL 33134 Coral Gables, FL 33134 305-443-4001 (305)460-5000 Bovis Construction Co. Dietary Support Services $113,483.00 1999 Calvin, Giordano B Associates, Inc. 80 SW etn Street, Suite 120 Memorial West 2 Oakwood Boulevard, Suite 120 Miami, FL 33130 703 N. Flamingo Road Hollywood, FL 33020 305-373-8006 Pembroke Pines, FL 33028 954-921.7781 Centex Rodgers Construction Co. Plantation Hospital $555,649.00 1998 Gold Coast Engineering Consultants, Inc. 11382 Prosperity Farms Rd. # 222 7480 Fairway Dr. Suite 205 Palm Beach Gardens, Fl. 33410 Miami Lakes, FL 33014 561-625.3317 George Seiler 305-822-9533 C.G. Chase Construction Co. Yacht Club at Bricked $485.000,00 1998 Consulting Engineering 8 Science, Inc 8491 NW 17th Street 0101 1111 South Bayshore Drive 8925 SW 1481h Street Miami. FL 33126 Miami, FL Miami, FI.33176 305.597-8700 305-378.5555 Morse Diesel Construction Co. Blue S Green Diamond $414.960.00 1996 David Plumber 8 Associates 6600 N. Andrews Ave. Suite 590 4775 Collins Avenue 1750 Ponce de Leon Boulevard Ft. Lauderdale Fl. 33309 Miami Beach. FL 33140 Coral Gables. FL 954-771-6677 306-447-0900 C.G. Chase ConMction Northport Marketplace $261,995.00 1998 Craven Thompson Associates, Inc. 8491 NW 17th Street #101 1001 S.E. 20th Street 3563 N.W. 53rd Street Miami, FL 33126 Ft. Lauderdale, FL Ft. Lauderdale, FL 33309 305-597.8700 954-739-6400 ABC Distributing Inc. Towers $179,889.00 1998 ABC Distributing Inc. 42nd Ave. NW 119 Street South Highdse. Aventure 42nd Ave. NW 119 Street Miami, FL Miami. FL Morse Diesel Construction Co. Club Tower 1 b III $433.250.00 1998 Fortin, Leavy, Skiles, Inc. 6600 N. Andrews Ave. Suite 590 755 Crandon Blvd 1110 N.E. 168th Street Ft. Lauderdale Fl. 33309 Key Biscayne, FI 33149 N. Miami Beach, FL 33162 954-771-6677 306-6534493 Overholt Construction Co. FPL Substation S175,900.00 1998 Florida Power 8 Light Co. 17986 S.W. 971h Avenue 14299 NW 8 Street Miami, FL 33167 Sunrise, FL 305-234-9677 Whiting Turner Const. Co. Surdines Bldg. Pad S130,651.00 1998 1000 Corporate Dr. Suite 290 19503 Biscayne Blvd. Fort Lauderdale, Fl. 33334 Aventura, FL 33180 954-776-0800 Codina Construction Co. Weslpointe Business Paris $445,517.00 1998 2 Alhambra Plaza, PH 1 N.W. 33 Street G 89th Ave. Coral Gables, FL Miami, FL 305-520-2309 GS2 Corporation Pinnade Condominiums $104,300.00 1998 Fortin, Leavy, Skiles, Inc. 9300 S.W, 87th Avenue 17555 Collins Avenue 180 N.E. 1681h Street Miami, Fl. 33176 Miami Beach, FL 33160 N. Miami Beach, FL 33162 305-274-2702 305.653-4493 Turner Construction Co. Harborage Place $109,921.00 1998 2500 SW 3rd Ave 3055 Harbor Drive Miami FI 33129 Ft. Lauderdale, FL 305-860-0600 EXHIBIT "2', Temp. Reso. #9824 GENERAL CONTRACTOR: .JECT NAME 1 CONTRACT AMOUNT: COt : E: ER: Ocean Club Development 1-dan Club Phases $1,120.500.00 1998 Fortin, Leavy, Skiles, Inc. 755 Crandon Blvd. 781 to 785 Crandon Blvd. 180 N.E, 168th Street Key Biscayne, FL 33149 Key Biscayne, FL N. Miami Beach. FL 33162 305-361.7942 305-653-4493 Bovis Construction Co. White Diamond $120,350.00 1998 80 SW Sth Street, Suite 120 641h Street & Collins Avenue Miami, FL 33130 305-373.8006 A82MT Corporation Rothman Property $121.959.00 1998 9400 S. Dadeland Blvd. 0370 Krome Avenue S.W. 272 St. Miami, FL 33186 Miami, FL Bovis Construction Co. Pediatric E!R Addition $74.165.00 1998 Calvin, Giordano 8 Associates, Inc. 80 SW 6th Street, Suite 120 Memorial West 2 Oakwood Boulevard, Suite 120 Miami, FL 33130 703 N. Flamingo Road Hollywood, FL 33020 305.373.8006 Pembroke Pines, FL 33028 954.921-7781 CMC Construction Inc. The Collections $44.000.00 1998 Luis Revuelta, PA 701 Brickeli Avenue, #3150 125.35 South Dixie Hwy. 4280 S.W. 73rd Avenue Miami, FL 33131 Coral Gables, FL Miami. FL 331SS Centex Rooney Const. Co. Headquarters $1,714.990.00 1997 6100 Blue Lagoon Dr. #160 Carnival Cruise Lines Miami, FL 33126 3655 N,W. 871h Avenue 305-265-1225 Miami, FL 33178-2428 Turner Construction Co. Courvoisier Courts $291.768,00 1997 2500 SW 3rd Ave Brickell Key, FL Miami FI 33129 305-860-8600 Morse Diesel Construction Co. Portofino Towers $146.185.00 1997 6600 N. Andrews Ave. Suite 590 5050 Washington Avenue Ft. Lauderdale Fl. 33309 Miami Beach, FL 33139 954.7?1.6677 Coscan Waterways, Inc. Life Style Center $319,295.00 1997 31125 Yacht Club Drive 21205 Yacht Club Drive Aventura. FL 33180 Aventura,FL 305-935-4061 C.G. Chase Construction Contender Boats 510B,327.00 1997 8491 NW 17th Street #101 1820 S.E. 38th Avenue Miami, FL 33126 Homestead, FL 305-597-8700 , C.G. Chase Construction A.B.I.G. Office $191.450,00 1997 8491 NW 17th Street #101 11222 Quail Roost Drive Miami, FL 33126 305-597-6700 Crown Sterling Suites Crown Sterling Suites $18.500.00 1997 3974 N.W. South River Drive 3974 N.W. S. River Of. Miami Springs, FL 33142 Miami, FI Skip Properties NV Sasson Sales Center $33.669.00 1997 136 21st Street 2001 Collins Avenue Miami Beach, FL 33139 Miami Beach, FL Harrison Construction Co. Interim Services Inc. $589.399.00 1997 1000 N.W. 54th Street N.W. 49th St. & 21s1 Avenue Miami, FL 33127 Ft. Lauderdale, FL Centex Rooney Const. Co. Homestead Air Rescue Base 53,159,491.00 1997 6100 Blue Lagoon Dr, #180 482nd Fighter Squadron Miami, FL 33126 Homestead, FL 305.265.1226 Centex Rooney Const. Co. Eastern Financial Credit Union $663.321.00 1997 6100 Blue Lagoon Dr. 0180 3700 Lakeside Or, Miami, FL 33126 Miramar, FL Coscan Waterways, Inc. 10 Tower Q Pant T113,575.00 1997 31125 Yacht Club Drive 21205 N.E. 37 Avenue Aventura, FL 33180 Aventura, FL 305.9354061 /997 Coldwell Construction Co. Saturn of Miami Lakes $621.378.00 1022 N.E. 45th Street 6200 NW 167 Street FL Lauderdale, FL 33334 Miami Lakes, FL C.G. Chase Construction NMB Public Safety Fac. $512.536,00 1996 8491 NW 17th Street 0101 Miami, FL 33126 305-597.8700 EXHIBIT "2" Temp. Reso: #9824 - Qnne dr. r%f r.4 GENERAL CONTRACTOR: I -CT NAME CONTRACT AMOUNT: S748,168,00 COMF 1996 dW7�1YR ENGINEER: Crompton Construction Co. WyattAvlation 9769 S. Dixie Hwy. #203 Homestead Airforce Base Miami, FL 33126 Homestead, FI Centex Rooney Cdnst. Co. 6505 Waterford $630,566.00 1996 6100 Blue Lagoon Dr. #180 Miami, FL 33126 305.265•1225 Duffy Construction S404,019.00 1996 1395 N.W. 21st Street Miami, FL 33142 Cowan Land Development Tower II ® Waterways $250.531.00 1996 21055 Yacht Club Dr. 21550 N.E. 38th Avenue Aventura, FL 33180 Aventura, FL Romano Brothers Conti. Ca, Westchester Shopping Center $96,282.00 1996 3084 Aviation Ave. 87th avenue S.W. 24 Street Coconut Grove, FL 33133 Miami, FL Centex Rodgers Construction Co. Kendall Regional $730,816.00 1996 11382 Prosperity Farms Road # 222 11750 Bird Road Palm Beach Gardens, FI. 33410 Miami, FL 33175 561.625.3317 M-P Contractors The Falls $4,394.129.00 1996 411 Lake Zurich Rd. 8888 S.W. 136 Street Barrington, 60010 Miami, FL Turner Construction Co. University of Miami $297,047.00 1996 2500 SW 3rd Ave Wellness Center Miami FI 33129 305-860-8600 CESP, Inc. Plantation General S504,265.00 1995 402 RNA Dr. Bldg. 100 Nashville, TN 37271 Morse Diesel Construction Co. Deering Bay Clubhouse $371,015.00 1995 6600 N. Andrews Ave. Suite 590 60 Edgewater Dr. Ft. Lauderdale FI, 33309 Coral Gables, FL 33133 954.771-6677 Turner Construction Co. Tequesla $343.320.00 1995 2600 SW 3rd Ave Miami FI 33129 305.860-8600 , Crompton Construction Co. Tamiami $93.624.00 1995 9769 S. Dixie Hwy., #203 Miami, FL 33156 Gerrits Construction Co. Mercy Hospital Parking Lot $67.550.00 1995 3465 N.W.2nd Avenue Miami, FL 33127 MAA General Construction AFSS Tamiami $45,246.00 1995 2701 N. Himes Avenue 9204 Miami, FL 33162 Tri-County Marine Hughes Cove $429.679.00 1995 2901 N.E. 1851h Street North Miami Beach, FL 33180 Turnberry Construction Co Aventura Mall $370,365.00 1995 2875 N.E. 191s1 Street #400 Aventura, FL 33180 Centex Rodgers Construction Co. Memorial West $352.700.00 1996 11382 Prosperity Farms Road 0 222 703 N. Flamingo Road Palm Beach Gardens, FI.33410 Pembroke Pines, FL 33028 561-625.3317 Codina Construction Co. Beacon Ctr. Miami Subs $319,367.00 1995 2 Alhambra Plaza, PH 1 8323 N.W, 12 Street #208 Coral Gables, FL Miami, FL 33126 - 305-520-2309 American Bankers Ins. Group ABIG Parking S247,365.00 Ism 11222 Quail Roost Drive Miami, FL 33157 Porto Vita Construction S. Tower Excavation $141.940.00 1 995 20001 E. Country Club Drive Aventura, FL 33180 EXHIBIT "2" Temp. Reso. #9824 Page 46 Of 51 CENTRAL FLORIDA EQUIPMENT RENTAL OF DADE COUNTY, INC. FINANCIAL STATEMENTS OCTOBER 31, 2001 CO li tL 0 ff I'E7 Co o CERTIFIED PUBLIC ACCOUNTANTS (A PARTNERSHIP OF PROFESSIONAL ASSOCIAT.ONS) EXHIBIT "2" Temp. Reso: #9824 . Page 47 of 51 CENTRAL FLORIDA EQUIPMENT RENTAL OF DADE COUNTY, INC. FINANCIAL STATEMENTS OCTOBER 31, 2001 CENTRAL FLORIDA EQUIF OF DADE COUNTY, INC. FINANCIAL STATEMENTS OCTOBER 31, 2001 [Ole] R 1:"1 16 Independent Auditors' Report Financial Statements Balance Sheet EXHIBIT "2" .NT RENTAL Statement of Income and Retained Earnings Statement of Cash Flows Notes to Financial Statements Additional Information ,N Temp. Reso. #9824 Page 48 of 51 PAGE 3 4 5 5 8 12 CaTTorf& Cook CERTIFIED PUBLIC ACCOUNTANTS (A PARTNERSHIP OF PROFESSIONAL ASSOCIATIONS) EXHIBIT "2" Temp. Reso. #9824 . Page 49 of 51 HuWARD L. CARROLL. C.P.A., P.A. LORETTA D. COOK, C.P.A., P.A. 4800 S.W. Both AVENUE SUITE 110 FORT LAUDERDALE, FLORIDA 33314 (954) 581.1ON INDEPENDENT AUDITORS' REPORT To the Board of Directors and Stockholders of Central Florida Equipment Rental of Dade County,; Inc. We have audited the accompanying balance sheet of Central Florida Equipment Rental of Dade County, Inc. (a Sub -Chapter S, Florida Corporation) as of October 31, 2001, and the related statements of income and retained earnings and cash flows for the year then ended. These financial statements are the responsibility of the Company's management. Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audit. provides a reasonable basis for our opinion. In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Central Florida Equipment Rental of Dade County, Inc. as of October31, 2001, and the results of its operations and its cash flows for the year then ended in conformity with accounting principles generally accepted in the United States of America. C&„n,nt.-'+ E.os,r— Carroll & Cook Ft. Lauderdale, FL January 14, 2002 Member American Institute of Certified Public Accountants Florida Institute of Certified Public Accountants EXHIBIT "2" CENTRAL FLORIDA EQUIF OF DADE COUNTY, INC. -NT RENTAL BALANCE SHEET OCTOBER 31, 2001 ASSETS CURRENT ASSETS Cash Accounts receivable - trade Prepaid expenses Costs and estimated earnings in excess of billings on uncompleted contracts TOTAL CURRENT ASSETS PROPERTY, PLANT AND EQUIPMENT, (Net of accumulated depreciation of $5,757,992) OTHER ASSETS Deposits LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts payable - trade Accrued liabilities Billings in excess of costs and estimated earnings on uncompleted contracts Current portion of long-term debt TOTAL CURRENT LIABILITIES LONG-TERM DEBT STOCKHOLDERS' EQUITY Capital stock $10 par value, 100 shares authorized, issued and outstanding Retained earnings .N Temp. Reso. #9824 Page 50 of 51 $ 3,786,633 6,324,157 88,107 2996 9908 10,495,805 2,386,587 1 525 $12�883,917 $ 1,652,732 789,227 1,647,570 397,989 4,487,518 24,911 1,000 8,370,488 $12 8� 8�17 SEE ACCOMPANYING NOTES PAGE 4 EXHIBIT "2" CENTRAL FLORIDA EQUIPp- `'VT RENTAL OF DADE COUNTY, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED OCTOBER 31, 2001 REVENUES Contract revenues earned COST AND EXPENSES Cost of revenues earned Depreciation Interest General and administrative INCOME FROM OPERATIONS OTHER INCOME Gain on disposal of assets Interest and other income INCOME BEFORE INCOME TAXES INCOME TAXES NET INCOME RETAINED EARNINGS, November 1, 2000 Less: Stockholder distributions RETAINED EARNINGS, October 31, 2Q01 Temp. Reso: #9824 . Page 51 of 51 $ 23 1-17i 17.111,028 698,018 13,131 2 �,165 20— ,125�342 2, 986, 728 27,086 115.155 3,128, 969 -0- 3,128, 969 5,872,605 631 086 $ 8 370 488 Z= SEE ACCOMPANYING NOTES EXHIBIT "3" Temp. Reso. #9824 City of Tamarac Page 1 of 8 "Committed to Excellence... Always" Purchasing Division June 12, 2002 Robert Baer Vice President Central Florida Equipment Rentals, Inc. 9030 NW 97th Terrace Medley, FL 33178 Subject: Agreements for Woodlands Drainage Improvements Project Dear Mr. Baer: Enclosed for execution are three (3) copies of the Agreement between the City of Tamarac and Central Florida Equipment Rentals, Inc. When executing the agreement, please ensure that your company's Corporate Secretary (if applicable), signs and seals each agreement, and that the Certified Resolution is completed as well. Return all three executed copies to my attention no later than Wednesday, June 19th. After Commission approval and execution by the City, an original agreement will be returned for your files. Please keep in mind that the following documents must be submitted prior to proceeding with the work on this project: 1) Insurance certificate showing the City as certificate holder and naming the City of Tamarac as additionally insured; 2) Payment Bond; and 3) Performance Bond (bonds must be submitted on City of Tamarac forms, included herein). If you have any questions concerning these requirements, please contact the Purchasing Division at 954-724-2450. Sincerely, 4Lya S. Flurry, CPPO Purchasing and Contracts Manager Attachments 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 M (954) 724-2450 ■ fax (954) 724-2408 ■ www.tamarac.org Equol Opportunity Employer No Text t AGREEMENT 1=3=11k"JI=1=1►19:1=tN11W991ar_1►'i/_1:7_T�7 AND CENTRAL FLORIDA EQUIPMENT RENTALS, INC. THIS AGREEMENT is made and entered into this �26 day of i4de, 20p,,I, by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Central Florida Equipment Rentals, Inc., a Florida corporation, with principal offices located at 9030 NW 97th Terrace, Medley FL 33178 (the "Contractor") to provide for completion of the Woodlands Drainage Improvements 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. 02-22B Woodlands Drainage Improvements Project (General, Supplementary and other Conditions), drawings, 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 if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to complete the Woodlands Drainage Improvements Project as specified in the plans, specifications and requirements. b) Contractor shall furnish all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Installation shall be by a licensed contractor and crew with at least three years of verifiable full- time experience with projects of similar nature or dollar cost. c) Contractor shall comply with all the terms of the Temporary Construction Easement for "Culvert A", which commences on June 1, 2002 and terminates on November 1, 2002. Should the Contractor not be able to complete the proposed work within this stipulated time for "Culvert A", the Temporary Construction Easement shall not be available to the Contractor until June 1, 2003 and will terminate November 1, 2003. d) Contractor shall clean up and remove each day all debris and material created by the work at the contractor's expense. No Text City of I,:rfrl:al .a e) 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. f) 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. g) 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. h) 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 ten (10) days after the date that Contractor receives the official Notice -to -Proceed. The work shall be substantially completed no later than, One Hundred Fifty (150) 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. No Text 5) Contract Sum The Contract Sum for the above work is Three Hundred Seventy Three Thousand, Four Hundred Seventy Five Dollars and no/100 ($373,475.00). The Contract sum is determined by cost of services, including labor and materials for the job also known as Bid No. 02-22B Woodlands Drainage Improvements Project. 6) Payments A monthly payment/progress payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the work against defect for a period of one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall 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. 3 No Text City of7parr, 1p� t- 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 Robert Baer, Vice President Central Florida Equipment Rentals, Inc. 9030 NW 97th Terrace Medley, Florida 33178 No Text C"ity Of 7 ia111aE 'w 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. I No Text a n Crty' 1f .r_sirur+,.rr, t=';,rr, (� r ,,';:. }r r•;i,>rr IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Central Florida Equipment Rentals, Inc., signing by and through its Vice President, duly authorized to execute same. ATTEST: Marion Swenson, CMC City Clerk r. DAf e ATTEST: CITY OF TAMARAC r 4C- f,4e, Schreiber, Mayor Date _ Jeffrey Mil r, City Manager Dag: to farm and yeggl sufficiency: �- & L ell S. Khbft, City Attorney Central Florida Equipment Rentals, Inc. d4o-e C. qC' (Corporate Secretary (Signature o Vice President) C,v4-e.c\ 6aer- f-4e+ Type/Print Name of Corporate Secy. (CORPORATE SEAL) Robert Baer Type/Print Name of Vice President 6 Date No Text by b U City u/ , ; r i t ` F CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA :SS COUNTY OF�G HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Robert Baer, Vice President of Central Florida Equipment Rentals, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he executed the same. WITNESS my hand and official seal this day of 1`1 , 20©-"a- ignature of Notary Public State of Florida at Large ,p,VLr P& OFROAL A-R—YWEAL Print, Type or Stamp 4� "AR1AV' Name of Notary Public COMMISSM NWMA 00%7sl2 OFF4p�4 `�YE' 2'-M Personally known to me or ❑ Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath. I No Text City of Tamarac e. Purchasing Division CERTIFIED RESOLUTION I, L� e- L (Name), the duly elected Secretary of 0tib%L rl-A (Corporate Title), a corporation organized and existing under the laws of the State of FL,. -,' 117A , 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. v� -��� - IT IS HEREBY �tESOLVED THAT I '�=��(Name)„ the. duly elected 4 1 U- (Title of Officer) of =- 1=-l. _ w Ca _ (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. y NAME y �LE N , URE - . -Givao under my hand and the Seal of the said corporation this ►' day of wQ. , 2002. (SEAL) Se^i etary _ �'►4rtol Baer �ecre�-o.rc� Corporate Title NOTE: The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. loft No Text EXHIBIT 441" Temp. Reso. #9824' IPage 100 of 133 -TRENCHING EXCAVATION BACKFILLING AND CO ^ MPACTING SECTION 02221 TRENCHING, EXCAVATION, BACKFILLING AND COMPACTING PART 1- GENERAL 1.01 WORK INCLUDED A. Excavate for all underground piping, B. Place and compact granular beds and Ells over services to rough -grade elevations. C. Dewater excavations as needed. D. Provide daily cleanup of site, backfilling of open trenches shall be done as soon as pipe work is complete. Stored materials shall not block.vehicular or pedestrian traffic. Provide access to adjacent properties, control dust and erosion. E. Provide turbidity control in drainage systems and water ways. 1.02 RELATED WORK A. Section 01410: Testing Laboratory Services B. Section 02577: Surface Restoration C. City's "Minimum Standards" D. FDOT standard specifications for road and bridge construction, latest edition. 1.03 SITE COMPACTION TESTING A. Testing of compacted fill materials will be performed in accordance with Section 01410, B. If, during progress of work, tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest as directed by the Engineer. C. Ensure compacted fills are tested before proceeding with placement of surface materials. 1.04 SAMPLES Not Used 02221-SPG158P/4-2-02 02221-1