Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (195)Temp Reso. #9803 May 28, 2002 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-195 A RESOLUTION BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 02- 23E TO, AND EXECUTE A CONTRACT WITH, THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, TLC DIVERSIFIED INC. FOR AN AMOUNT OF $428,999.00 FOR CONSTRUCTION OF THE DUAL MEDIA GRAVITY FILTERS 3,45 AND 6 REHABILITATION PROJECT, LOCATED AT TAMARAC UTILITIES WEST TREATMENT PLANT SITE; APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE BUDGETED UTILITIES OPERATIONAL ACCOUNT AND AN APPROPRIATION FROM RETAINED EARNINGS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Utilities Department of the City of Tamarac is responsible for the operation and maintenance of the water and wastewater utilities which requires the treatment and distribution of potable water in a safe, efficient and economical manner; and WHEREAS, to maintain the City's water consumption demands and to eliminate potential health hazards in the event of additional filter system disruptions at the Utilities West Treatment Plant, the rehabilitation of Dual -Media Filters 3,4,5 and 6 (hereinafter "Filters 3,4,5 and 6") is critical; and WHEREAS, the rehabilitation of Filters 3,4,5 and 6 is necessary to maintain maximum water production capabilities, ensure efficient treatment plant operations and to maintain compliance with water quality standards; and Temp Reso. #9803 May 28, 2002 2 WHEREAS, the City of Tamarac advertised Bid No. 02-23B for the Dual Media Gravity Filters 3,4,5 and 6 Rehabilitation Project (a copy of which is attached hereto as "Exhibit 1"); and WHEREAS, on May 1, 2002, the following bids were opened for the Dual Media Gravity Filters 3,4,5 and 6 Rehabilitation Project: COMPANY NAME TOTAL BID $ TLC Diversified $428,999.00 R.J. Sullivan $461,000.00 Florida Design $562,000.00 WHEREAS, TLC Diversified Inc. had the lowest responsive and responsible bid of $428,999.00 (a copy of which is attached hereto as "Exhibit 2"); and WHEREAS, approved funds are available in the amount of $200,000.00; and WHEREAS, it is recommended that additional funds in the amount of $228,999.00 be appropriated from retained earnings to fully fund this project; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing/Contracts Manager that the project be fully funded and that Bid No. 02-23B be awarded to the lowest responsive and responsible bidder, TLC Diversified Inc.; and Temp Reso. #9803 May 28, 2002 3 WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to approve the award of Bid No. 02-23B for the Dual Media Gravity Filters 3,4,5 and 6 Rehabilitation Project to TLC Diversified Inc. for the amount of Four Hundred Twenty -Eight Thousand_ Nine Hundred Ninety -Nine Dollars and No cents ($428,999.00). NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: Bid No. 02-23B for the Dual Media Gravity Filters 3,4,5 and 6 Rehabilitation Project is hereby awarded to and all appropriate City Officials are authorized to execute the contract between the City of Tamarac and TLC Diversified Inc.(a copy of which is attached hereto as "Exhibit 3") SECTION 3: Funding in the amount of $200,000.00 from the appropriate budgeted Utilities Operational account and an appropriation in the amount of $228,999.00 from Retained Earnings, is hereby authorized, fully funding this contract in the amount of $428,999.00. SECTION 4: The City Manager, or his designee, be authorized to make changes, issue Change Orders not to exceed $10,000 per Section 6-156(b) of the City Code, and close the contract award including, but not limited to, making final payment and releasing bonds when the work has been successfully completed within the terms and conditions of the contract and within the contract price. ',1 Temp Reso. #9803 May 28, 2002 4 SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part of application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 10t" day of duly, 2002. r JOE SCHREIBER ATTEST: MAYOR RECORD OF COMMISSION VOTE: MARION SWENSON, CMC MAYOR SCHREIBER AYE CITY CLERK DIST 1: V/M. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE I HEREBY CERTIFY that I have approved this RESOLUTION as to form. ITCHELL "KRAFT CITY AT,RNEY RG/J D/db 0 0 EXHIBIT "1" TR9803 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 CITY OF TAMARAC INVITATION TO BID BID NO. 02-23B Sealed bids, addressed to the Purchasing rchas nContracts ice,M525anager of the City of NW $8th AvenueTTamaracBFlorda County, Florida, will be received rn the P 9 Off 33321-2401 until Wednesday, May 1, 2002 at 2:OD p.m., at which time bids will be publicly opened and announced for: DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB 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 considted on an ered responsi el bThe subm tta shaid form furnished ll with plainly package and those submitted otherwise will marked Bid No. 02-23B, DUAL MEDIA GRAVITY de of the FILTERS velope 5 & 6 REHAB opening on Wednesday, May 1, 2002 at 2:00 p.m The work performed consists of the Contractor Therlg following all lis labor, geneaae outlined olf the sequence eand eof nt necessary as indicated in the specifications. construction: Removal of the existing surface uctures. Prepare and pa nt filter stru curies I,nsttall newuunderdda r str a n Make necessary repairs to the filter filter media and new surface wash system. Disinfect the filters and system including edge strips, new place the filters in service. n the amount of Bid Security: Each bid shall be accompanied by marac as ertified ouara tree that the Bidder, ifs er's check or Bid Bond IBid isa cepted, 5% of the total bid price payable to the Clty of T g ent and performance bonds will be required prior to will promptly execute the Agreement. Paym commencement of work. cept or reject any or all bids, or any part of any bid, to waive any The City reserves the right to ac informalities, and to award in the best interest of the City of Tamarac. iv Bid documents will be available for review and n a pae obtained from the office of Purchasing yment of $25 OD (non-refundable) for each set of 7525 NW 88"' Avenue, Tamarac, FL 33321 up p y documents (including drawings and specifnaccatons). For i issues contact John E (cal inquiries, contDoherty at (954) 7 4-25 4 Purchasing Office at (954) 724-2450; and for tech .,em ) i Steven J. Beamsderfer is Buyer Publish Sun Sentinel: Sunday, 3/31/02, 4/7/02 & 4/14/02 ITB-1 Ecluai opportunity Employer CITY OF TAMARAC UTILITIES DEPARTMENT BID # 02-23B DUAL MEDIA GRAVITY FILTERS 3, 4, 5 8,6 REHAB TABLE OF CONTENTS SECTION TITLE PAGE BIDDING AND CONTRACT REQUIREMENTS Invitation to Bid ITB-1 Instructions To Bidders ISTB-1 1. Submission of Bid ISTB-1 2. Bonding ISTB-2 3. Withdrawal of Bid ISTB-2 4. Public Entity Crimes Statement ISTB-2 5. Non -Collusive Affidavit ISTB-2 6. Quantities ISTB-2 7. Prices, Payments and Discounts ISTB-2 8. Delivery ISTB-2 9. Brand Names ISTB-3 10. Samples and Demonstrations ISTB-3 11. Conditions of Materials ISTB-3 12. Copyrights or Patent Rights ISTB-3 13. Safety Standards ISTB-3 14. Performance ISTB-3 15. Default ISTB-3 16. Termination for Convenience of City ISTB-3 17. Assignment ISTB-4 18. Employees ISTB-4 19. Taxes ISTB-4 20. Bid Preparation Expense ISTB-4 21. Site Inspection ISTB-4 22. Omission of Details ISTB-4 23. Insurance Requirements ISTB-4 24. Indemnification ISTB-6 25. Clarification to Terms and Conditions ISTB-6 26. Bid Tabulation ISTB-6 27. Records / Audits ISTB-6 Special Conditions SC-1 1. Assignment of Contract SC-1 2. Contractor's Responsibility SC-1 • • TG-1 s • PAGE SECTION TITLE 3. Damage to Public and/or Private Property SC-1 SC-1 4. Special Conditions SC-2 5. Site Inspection — Contractor SC-2 6. Site Inspection — City SC-2 7. Submittals SC-2 g. Waiver of Liens SC-2 9. Payment SC-3 10. Contract Documents SC-3 11. Change Orders A. Changes in the Work / Contract Price SC-3 SC-3 B. Changes in Contract Time SC-4 C. City's Option SC-4 12. Liquidated Damages SC-5 13. Bonds Payment and Warranty Bonds SC-5 14. Performance, 15. Location of Existing Utilities SC-6 SC-6 16. Conflict with Existing Utilities SC-6 17. Contingency Allowance BF-1 to BF-9 Bid Forms NC-1 to NC-2 Non -Collusive Affidavit C-1 Certification QS-1 to QS-5 Qualification Statement R-1 References VDW-1 Vendor Drug Free Workplace PECA to PEC-2 Public Entity Crimes LOS-1 List of Subcontractors CRA Certified Resolution BB-1 to BB-2 Bid Bond PAYBA to PAYB-3 Payment Bond PERB-1 to PERB-4 Performance Bond AFP-1 Application for Payment CO-1 Change Order FROL-1 to FROL-2 Final Release of Lien AGRA to AGR-7 Sample Agreement TECHNICAL SPECIFICATIONS SECTION 1A - SPECIAL TECHNICAL CONDITIONS PART 1 - GENERAL 1A-1 1.01 Application of Special Conditions 1A-1 1.02 Work in State,, County and City Rights -of -Way 1A-1 1.03 Contractor's Use of Premises IA-1 1.04 Occupying Private Land TC-2 1.05 Applicable Standards and Codes 1A-1 1.06 Coordination with Owner's Existing Facilities 1A-2 1.07 Permits and Inspections 1A-2 1.08 Site Inspection — City 1A-2 1.09 Sequence of Construction 1A-3 1.10 Interruption of Plant 1A-3 1.11 Contractor's Shop Drawings 1A-4 1.12 Other Submittals 1A-6 1.13 Utilities and Services 1A-7 1.14 Equipment from Owner 1A-7 1.15 Special Controls 1A-7 1.16 Storage and Construction Areas 1 A-9 1.17 Security 1 A-9 1.18 Project Closeout and Final Acceptance 1A-9 SECTION 1 B - BASIS OF PAYMENT PART 1 - GENERAL 1.01 General 1 B-1 1.02 Measurement and Payment 1 B-1 1.03 Payment Items 1 B-2 DIVISION 2 - SITE WORK SECTION 2A - FILTER MEDIA REMOVAL PART 1 - GENERAL 1.01 Scope 2A-1 1.02 Related Items Specified Elsewhere 2A-1 PART 2 - MATERIALS 2.01 Steel 2A-1 PART 3 - EXECUTION 3.01 Removal of Filter Media 2A-1 3.02 Removal of Filter Underdrain 2A-1 3.03 Repair of Filter Walls 2A-1 3.04 Replacement of °U" Bolts 2A-2 SECTION 2B - FILTER DISINFECTION PART 1 - GENERAL 1.01 Scope 28-1 1.02 Submittals 2B-1 PART 2 -PRODUCTS TC-3 2.01 Materials Required 2B-1 PART 3 - EXECUTION 2B_1 3.01 General 2B_2 3.02 Preliminary Cleaning and Flushing 2B-2 3.03 Disinfection of Filters 28-3 3.04 Connections to Existing System DIVISION 3 - FINISHES SECTION 3A - PAINTING PART 1 - GENERAL 3A-1 1.01 Scope 3A-1 1.02 Definitions 3A-1 1.03 Submittals and Services 3A-1 1.04 Clean Air Standards 3A-1 1.05 General Information and Description 3A-2 1.06 Surfaces Not To Be Coated 3A-2 1.07 Quality Assurance 3A-2 1.08 Safety and Health Requirements PART 2 - PRODUCTS 3A-3 2.01 Materials PART 3 - EXECUTION 3A-3 3.01 Surface Preparation 3A-4 3.02 Paint Schedule 3A-6 3.03 Painting 3A-8 3.04 Schedule of Colors 3A-8 3.05 Cleanup DIVISION 4 - SPECIAL CONSTRUCTION • SECTION 4A - ANTHRACITE MEDIA PART 1 - GENERAL 4A-1 1.01 Scope 4A-1 1.02 Related Items Specified Elsewhere 4A-1 1.03 Submittals PART 2 - PRODUCTS 4A-1 2.01 General 4A-1 2.02 Anthracite Media TC-4 0 PART 3 - EXECUTION 4A-3 3.01 Placing 4A-3 3.02 Washing and Testing SECTION 4B FINE SAND, TORPEDO SAND AND GRAVEL MEDIA PART 1 - GENERAL 4B-1 1.01 1.02 Scope Related Items Specified Elsewhere 4B-1 1.03 Submittals 4B-1 PART 2 - PRODUCTS 4B-1 2.01 2.02 General Gravel and Torpedo Sand Media 413-2 2.03 Sand Media (Fine Sand) 413-3 PART 3 - EXECUTION 48-4 3.01 3.p2 General Gravel and Torpedo Sand Media 413-4 3.03 Sand Media 413-4 SECITON 4C - FILTER UNDERDRAIN PART 1 - GENERAL 4C-1 1.01 1.02 Scope Related Items Specified Elsewhere 4C-1 1.03 Submittals 4C-1 PART 2 - PRODUCTS 4C-1 2.01 Filter Underdrains PART 3 - EXECUTION 3.01 Installation 4C-2 SECTION 4D — ACTUATOR VALVE PART 1 - GENERAL 1.01 Scope 4D-1 1.02 Submittals 4D-1 PART 2 - PRODUCTS 2.01 Actuator Valve 4D-1 PART 3 - EXECUTION TC-5 a 3.01 SECTION 4E — SURFACE WASH SYSTEM installation PART 1 — GENERAL 1.01 Scope 1.02 Submittals PART 2 — PRODUCTS 2.01 General 2.02 Stainless Steel Pipe 2.p3 Bolts and Anchors 2.04 Ball Valves PART 3 — EXECUTION 3.01 Installation • 4D-1 4E-1 4E-1 4E-1 4E-1 4E-1 4E-2 4E-2 TC-6 • 0 CITY OF TAMARAC INSTRUCTIONS TO BIDDERS BID NO. 02-23B 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. 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 1, 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 not be accepted and 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 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. The Bidder must initial bids having erasures or corrections in ink. 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. 0 i 0 3. WITHDRAWAL OF BID: Any Bidder may withdraw writing its bid prior the City he indic nted g Office opening time. The request for withdrawal must be submitted I g o 4. PUBLIC ENTITY CRIMES STATEMENT: A person or may note who has t submit a bid oneen placed on ha convicted vendor list following a conviction fop Y contract to provide any goods or services to a public antublic building or publmay not submit a ic work, maynot with a public entity for the construction or reps p submit bids on leases of real property to publicentity, under a not ontract wth any public ent entity, and rm work as a Contractor, supplier, subContractor, or consultant may not transact business with any public entity of excess of 36 monthstfrom the date of beihe threshold ng pia ed on t provided in Section 287.017, for Category Two for a period the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor ideaslthfailure tthe Non -Collusive Form of the Contractor to submit shall submit the form with the Proposal. CITY con 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 nsrease quanay not be p urceshor addased for delete a any item rom any resulting contract. The City reserves the right to decrease 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 nn nhowever,acceptance c tn a of materials/services. Cash discounts e ermb rig thelowest net costd for prompt for bid evaluation. uch discounts shall not be consider 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%tenter a percentage 10 days, net 30 days effective on it date the is understood and agreed that the payment terms shall be 2 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 d tiioAll exceptions shity address. all b noted. All delivery costs and charges must be included in theprice. Failure to do so may be cause for rejection of the eid'The mity reserves the right to cancel ade at the time specified in the orders or any part thereof, without obligation if delivery is not bid. 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. I STB-2 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, 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 with 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 and Safety Officer, 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 contractor 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 termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. ISTB-3 0 0 Upon receipt of the notice of termination for convenience, Bidder shall promptly all work at the time and to the extent indicated the notice of termination, o discontinue all e eent that they outstanding sub -Contractors and purchase orders to thode�s and sub-contaacts except as they te to the terminated portion of the Contract and refrain from placing furtherr may be necessary, and complete any continued portions be term Hated, Contractor ieventndemnify that the Contractor abandons this Agreement or causes it to the City against loss pertaining to this termination. Default by Contractor: In addition to all other remedies hCantralctole to the rneglect or l this to perform eor nt shall be subject to cancellation by the City should 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 suedppui performance to this bid and monbes id without the prior written consent of the City. Any award 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 ompetenter tand Iphysicaion lly capabland e an employee or agent of the City. The Bidder sha I supply employees. The City may require the Bidder to remove an Bidder hall beoyee it deems careless, respon responsible to the City for incompetent, insubordinate or otherwise objectionable 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 b pr ovided rovided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder TheBidder shall prepare prepahis ring with the bear all expenses associated with its preparation. 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 der of he Bondi ions that exist or thaidder to inspect the site t may fore submission of bids. No plea of ignorance by th be hereafter exist as a result of failure to fulfill the requirements e compensation f this contract to theBidder.accepted as the basis for varying the requirements of the City P 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 anailoca lawsperformance and regulations now in effect, under this Agreement, comply with all federal, state, or hereinafter enacted during the term of this agreement totare the workandces desce to ibed employees, agents, or subcontractors, if any, with respect herein. ISTB-4 • 0 Bidder shall obtain at Bidder'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. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk and Safety Officer 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 which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $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 Workers' Compensation & Employer's Statutory $1,000,000 $1,000,000 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 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 priorto 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 • C • I STB-5 0 0 with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 24. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent Contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 25. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information heCitll y bsubmitted not be 'ng sibleothe for oral iy of nterpretations interpretationsarac ons Purchasing and Contract Manager. Y shallresponsible given by any City employee or its representative. 26. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract as Pursuant to Florida Statute Chapter 119, Section 7(m), sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to s. 120.57(3)(a) or within 10 days after bid or proposal opening, whichever is earlier. 27. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and 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 co the durPalmation of the contract df°all and retain account, reports and records relating to this cont them for a minimum period of one (1) year beyond the last day or the contract term. ISM B-6 • 0 SPECIAL CONDITIONS 0 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 Bid shall be in good and proper working order. No work shall be performed before 8:00 AM. Exceptions to this schedule can only be made with the prior approval of the City in writing. The Contractor shall provide a qualified foreman present on the site at all times, as a fully authorized agent of the Contractor, and capable of making on - site decisions. The Contractor shall be aware that the job site is not secure, and as such is subject to pedestrian traffic at all times of the day and night. It shall be the responsibility of the Contractor to secure the job site at all times during and after construction to protect the general public from harm, and remove from the job site and properly dispose of all residues at the end of each and every workday. No unsecured materials or equipment are to be on site at night or over a weekend, unless arrangements have been made with and prior approval obtained from applicable City personnel in writing. Any materials or equipment left on site shall be with 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 vegetation designated to remain. In the event of damage, Contractor shall immediately make all repairs, replacements and dressings to damaged materials, to the approval of the City, at no additional cost to the City. In the event of damage to public and/or private property, the Contractor shall immediately contact the City's Utilities Department by telephone (954) 724-2400 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 will be responsible for all applicable State and SC-1 C� 0 County fees. 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. 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 tractor fromD ny requi rector ofemeilit'es nor nts of the Icontractl the sence or absence of an inspector relieve 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 ratemal working hours, of $55 0 hour. the HoweverSP fctaor is ty be compensated by the Contractor contract/consultant inspector is used, the Contractor will compensate that inspector at the same cost as the City's cost. In addition, the City inspector must be onsite at least one (1) hour prior to closing site for each day. If site closure has taken place after 4:30 PM, the City inspector will be compensated at the above provision. 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 Notice of Award. Additionally,of AwarContractor shall apply for all applicable licenses or permits within 15 days of t he Notice 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: Payment will be made monthly for work that has been completed, accepted, and properly invoiced. A hold back of ten (10) percent will be deducted from monthly payments. Hold back monies will be released upon satisfactory completion and final inspection of this project. Invoices must bear the project name, 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 place the release of the Performance Bond on the City Commission Agenda, thereby beginning the one-year warranty period. 10. CONTRACT DOCUMENTS: In addition to the Agreement, the contract documents shall consist of the Standard Form Of Bid, Bid Proposal executed and submitted by the Contractor, Project specifications, plans and specifications (where applicable), any addendum's or change orders, bond(s), insurance certificate, 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. A. CHANGES IN THE WORK/CONTRACT PRICE: 1. 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. 2. Change Order • The Contract Price and/or Time may only be changed by a Change Order. A FULLY EXECUTED CHANGE ORDER FOR ANY EXTRA WORK MUST EXIST BEFORE SUCH EXTRA WORK IS BEGUN. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. B. CHANGES IN CONTRACT TIME: 1. 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. 2. 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 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. RIM 0 • Contractor hereby agrees to waive e notice and the suppolme or incurred costs from rting data required by this delays unless Contractor has given th Paragraph. 3. 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. C. 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 s�shall fu fpt he CITY. Failure of the Contractor to obtain pp�vafrom the Surety may be abas s for termination of this Contract by the CITY. 12. 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 $500 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. • 0 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. 13. BONDS: The Contractor shall furnish a 5% Bid Bond. The Contractor shall furnish separate Performance and Payment Bonds in the amount of 100% of the total bid award amount as security for the faithful project performance and payment of all of the Contractor's obligations under the contract documents, per City Code Section 10-156. At the completion and formal approval and acceptance of all work associated with the project, a one year warranty period will begin. At this time, a warranty bond in an amount not less than 25% of the final contract amount must be submitted. If the surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent, or its right to do business is terminated in Florida, the Contractor shall, within seven (7) days thereafter, substitute another bond meeting the requirements outlined above, which must also be acceptable to the City. 14. PERFORMANCE, PAYMENT AND WARRANTY BONDS: Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid amount. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Biddercorrect 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. 0 5C-5 0 0 i15. 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, corrector current. Prior to commencement of construction, the Contractor is responsible to locate existing city utilities affected by the construction in the field. Such utilities include but are not limited to water mains, force mains, gravity sewers, pump stations, storm sewers and drain systems. The City will provide to the Contractor available construction drawings for locating existing utilities. However, the City cannot guarantee the accuracy of drawings or any information related to existing utilities and the City will not assume responsibility or liability for damage resulting from the Contractor incorrectly locating existing utilities. Damage to any of the City's utilities incorrectly located by the Contractor or his agents shall be the responsibility of the Contractor and shall be repaired and or replaced to equal or better condition at the Contractor's expense. The Contractor shall also be liable for all damages and claims against or by the City arising in any way from damage or interference with such utilities. No additional compensation shall be allowed to the Contractor for any delays, inconvenience or damage sustained by him due to interference and/or incorrectly locating such utilities or appurtenances. 11 16. 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. 17. 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. SC-6 0 • 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. 02. Carefully read the Technical Specifications, and then properly fill out the BID FORMS (BF-1 to BF-9). E] 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (NC-1 to NC-2) and have it properly notarized. [] 4. Sign the CERTIFICATION page (C-1). Failure to do so will result in your Bid being deemed non -responsive. E] 5. Fill out the QUALIFICATION STATEMENT (QS-1 to QS-5). E] 6. Fill out the REFERENCES page (R-1). E] 7. Sign the VENDOR DRUG FREE WORKPLACE FORM (VDW-1). 08. Fill out the PUBLIC ENTITY CRIMES (PEC-1 to PEC-2) and the LIST OF SUBCONTRACTORS (LOS-1). . [] 9. Fill out and sign the CERTIFIED RESOLUTION (CR-1). E] 10. Include a 5% BID BOND AND include completed Bid Bond Form (BB-1 to BB-2). Failure to provide a bond will result in automatic rejection of your bid. [] 11. Include proof of insurance. [] 12. 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. 013. 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. • BF-1 rrrir C� C� BID FORM CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB BID No. 02-23B Submitted by: (Date) (Bidder) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88th Avenue, Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Time frames indicated in this bid. 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit a Bid with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. 3. Bidder has familiarized itself with the nature and extent of the contract documents, Work, Sites, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. at it a) Bidder has given the City writtennotice of all cuments and theflicts, errors or discrepancies wr written resolution tion thereof by the City has discovered in the contract do City is acceptable to Bidder. b) 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 Bid 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, tself or corporation y advantagefo�er any they Biddm bidding; and er er has not sought by collusion to obtain ba n for an over the City. 4. Bidder will complete the Work for the prices shown in "Dual Media Gravity Filters 3, 4, 5 & 6 Rehab Bid Form". 5. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. Bidder accepts the provision of the Bid as to liquidated damages in the event of failure to complete the work on time. The undersigned agrees to forfeit to the City, as liquidated damages for each calendar day elapsing between the dates established for response and/or performance minimums, and the actual dates beyond which said responses or completion(s) are achieved, the amount of $500.00 per calendar day. r-- M • 6. The successful Bidder, at the time of execution of the Contract, must deposit with the Owner a performance bond providing for the satisfactory completion of the work and a payment bond providing security for payment of all persons performing labor in connection with the Contract, Each bond shall be furnished in an amount equal to 100% of the amount of the Contract awarded. A warranty bond in the amount of 50% of the final Contract price guaranteeing the repair of all damages due to improper materials orworkmanship will also be required. The bond shall be written by a surety company that has a rating of at least A and 15 according to the Best Key Rating Guide and that is licensed to do business in the 'State of Florida. The bonds shall be executed by an Attorney -in -Fact for the surety company with a certified copy of his/her Power -of -Attorney attached to the bonds. Each bond shall remain in effect for one (1) year beyond the date of final completion and acceptance of the entire work to repair any defective work done under the Contract, and to pay valid claims for payment of labor and/or materials submitted after completion of the Contract. Forms for these bonds, Final Release of Lien By Contractor and Affidavit On Behalf of Contractor shall be provided by the City and completed at the time of execution of the Contract. 7. The total price for the work shall be stated in both words and figures in the appropriate place in the proposed form. In the event that there is a discrepancy the unit bid prices shall govern. The bids will be awarded on the basis of the total bid price. The City reserves the right to increase or decrease the unit quantities in any amount after the execution of the Contract without any effect on the unit prices. 8. Bid securities will be returned promptly to unsuccessful bidders after the award of the Contract. 9. The undersigned bidder acknowledges receipt of Addenda as listed below and agrees that we will be bound by all Addenda whether or not listed herein. Receipt Addendum No. Is hereby acknowledged. Company:: I6FTi1T-1 Date: Date • BF-3 • 11 0 BID SCHEDULE CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB BID No. 02-23B Notice To All Bidders Bidder agrees that any unit price listed is to be multiplied by the approximate quantity requirements in order to arrive at the total. In the event of a discrepancy between written figures and numbers, the former shall govern. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner. For each payment item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. A more detailed description of the Pay Items is located in Section 1 B-1.03 Technical Specification. 1 Lump Sum Mobilization for the Lump Sum price of: Total Dollars and Cents $ 2 Lump Sum $20,000 Contingency Allowance not -to -exceed price of: Twent Thousand ------------------"-------------- Dollars and No------------------------------------ Cents $ BF-4 9 Total i 3 Lump Sum For removing and disposing existing filter media and underdrains of Filters 3, 4, 5 & 6 at the Lump Sum price of: Dollars and Cents $ 4 Lump Sum For removing and disposing existing surface wash systems of Filters 3, 4, 5 & 6 at the Lump Sum price of: Dollars and Cents $ 5 Lump Sum For sandblasting and painting the interior of Filters 3, is 4, 5 & 6 at a Lump Sum price of: Dollars and Cents $ 6 Lump Sum For furnishing and installing new filter underdrains in Filters 3, 4, 5 & 6 at the Lump Sum price of: Dollars and Cents $ BF-5 ■■rr L� Total 7 Lump Sum For furnishing and installing new filter media in Filters 3, 4, 5 & 6 at the Lump Sum price of: Dollars and Cents ess g Lump Sum For furnishing an each cinstalling new ell of Filters a3,14, 5 & 61at the wash systems in Lump Sum price of: Dollars and Cents $ 9 400 L.F For welding steel plates to the interior surface areas of Filters 3, 4, 5 & 6, as designated by the owner, for the unit price per linear foot of: Dollars and Cents $ 10 Lump Sum For removing and disposing existing Actuator Valves Assemblies of Filters 3, 4, 5 & 6 at the Lump Sum price of: Dollars and Cents $ BF-6 1.1 0 Total 0 11 4 Each For furnishing and installing new Actuator Valve Assemblies for Filters 3, 4, 5 & 6 at the unit price per assembly of: Dollars and Cents $ GRAND TOTAL BASE BID FOR ITEMS 1 THROUGH 11: $ We propose to furnish the following in conformity with the specifications and at the above 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. 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# • • BF-7 0 BID FORM CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB BID No. 02-23B continued Bidders Name: NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: Delivery/completion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. 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. 01 Returning this NO BID Form will avoid removal of Bidder from the City of Tamarac's vendor listing. E r�2:1 C� • BID FORM CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 $ 6 REHAB BID No. 02-23B 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 Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. BF-9 0 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: Witness Witness • LIM Printed Name Title NC-1 ACKNOWLEDGMENT is NOWCOLLUSIVE 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 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 J 21W CERTIFICATION 0 THIS DOCUMEN T MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We(I) 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: AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAME: ADDRESS: CITY: ' STATE: ZIP: TELEPHONE NO.: FAX NO.: CONTACT PERSON: DATE: • C-1 0 UALIFICATION 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 88t' Avenue Tamarac, Florida 33321 Check One Submitted By: Name: Address: Principal Office: Telephone No. Fax No. ❑ Corporation ❑ Partnership ❑ Individual ❑ Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: The address of the principal place of business is: i51 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: • 0 0 03. 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 QS-2 0 0 ever failed to complete an work awarded to you? If so, state when, where and 11. Have you e p y why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). • 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: • QS-3 11 0 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Tele 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): ab) 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). QS4 0 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) ACKNOWLEDGEMENT 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 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: Qs-5 11 0 0 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 • R-1 0 0 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 effects 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 which 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 policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name • Mm C 0 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER 1. This sworn statement is submitted with Bid, Proposal or Contract No. to the City of Tamarac for 2. This sworn statement is submitted by (name of entity submitting sworn statement) and Federal Employer Identification Number (FEIN) (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: and 3. My name is (please print name of individual signing) my relationship to the entity named above is 4. 1 understand that a "public entity crime" as defined in Paragraph 287.1330)(9), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entity of a plea of guilt or nolo contenders. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directexecutives, management of an affiliate. shareholders, The oemployes, wner by members, and agents who are active n PEC-1 0 one person of shares constituting a controlling interest in another person, or a pooling of is equipment or income among persons when not forfair marketvalue under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) Date: PEC-2 9 LIST OF SUBCONTRACTORS The Bidd er 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. C� LOS-1 CERTIFIED RESOLUTION 0 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. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 2002. (SEAL) NOTE: Secretary Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. 11 CRA • • • • STATE OF FLORIDA ) ss: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Dollars ($ )lawful money on the United States, for the payment oand which rwell and jo jointlytruly andbe made, weseverally, fbmlyourselves, by these our heirs, executors, administrators successors presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated 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 ndee shall n no to event exceed thd and agreed that the e amount o'ftthis the Surety for any and all claims her obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. BB-1 C� ACKNOWLEDGEMENT BID BOND E Signed and sealed this day of , 2002. IN PRESENCE OF: Principal Business Address (AFFIX SEAL) City/State/Zip Business Phone ATTEST: Secretary Surety* ATTEST: By Secretary Title Attorney -In -Fact* By *Impress Corporate Seal •I • 0 0 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, . nd Obli ee hereinafter called OWNER, in the amount of Floa, as g , Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. wHFREAS. 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; 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 attorneys fees including attorney's fees incurred in appellate proceedings, that OWNER sustains because of default by CONTRACTOR under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 713.01 supplying CONTRACTOR with all labor, materials and supplies used directly or indirectly by CONTRACTOR in the prosecution of the Work provided for in the Contract, then his obligation shall be void; otherwise, it shall remain in full force and effect subject, however, to the following conditions: 2.1 A claimant, except a laborer, who is not in privity with the CONTRACTOR and who has not received payment for his labor, materials, or supplies shall, within forty five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to the CONTRACTOR a notice that he intends to look to the Bond for protection. 2.2 A claimant who is not in privities 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. PAYB-1 2.3 Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect the Surety's obligation under this Bond. Signed and sealed this day of , 2002. WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) IN THE PRESENCE OF: Principal By Signature and Title Type Name and Title signed above Surety By Signature and Title Type Name and Title signed above INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone • • • PAYB-2 I-] 0 State of ACKNOWLEDGMENT FORM PAYMENT BOND 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: . of (Name of Corporate Officer) (Name of Corporation) corporation, on behalf of the corporation. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: 0 (Title) (State of Corporation) 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 --s sad who signed the Bond on behalf of the Principal, was then of 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) PAYB-3 FORM PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That, pursuant to the requirement of Florida Statute 255.05, we, CONTRACTOR, and, as Principal, hereinafter called M 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: Fully performs the Contract between the CONTRACTOR and the OWNER dated , 2002, for the 0 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 underthe Contract; and 3. Upon notification by the OWNER, corrects any and all defective or faulty work or materials, which appear within one (1) year after final acceptance of the work. 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void, otherwise it remains in full force. Whenever CONTRACTOR shall be, and declared by OWNER to be, in default under the Contract, the OWNER having performed OWNER'S obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 4.1 Complete the Contract in accordance with its terms and conditions; or 4.2 Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the best, lowest, qualified, responsible and responsive Bidder, or, if the OWNER elects, upon determination by the OWNER and Surety jointly of the 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 PERB-1 L-A `J 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. f any person or No right of action shall accoherein this Bond and thosefor persons or corporat corporations provided for°n other than the OWNER named Section 255.05, Florida Statues, or their heirs, executors, administrators or successors. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Surety's obligation under this Bond. Signed and sealed this day of WITNESSES Secretary (AFFIX SEAL) WITNESSES Secretary (AFFIX SEAL) • , 2002. Principal By Signature and Title Type Name and Title signed above Surety Signature and Title Type Name and Title signed above PERB-2 IN THE PRESENCE OF: INSURANCE COMPANY: By Agent and Attorney -in -Fact Address City/State/Zip Code Telephone ACKNOWLEDGMENT FORM PERFORMANCE BOND State of County of On this the day of , 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, STATE OF 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 PERK-3 0 0 • • • CERTIFICATE AS TO PRINCIPA 1, , certify that I am the Secretary of the Corporation named as Principal in the foregoing Payment Bond; that ofsaid who signed the Bond on behalf of the Principal, was then 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) PERB-4 0 r� u APPLICATION FOR PAYMENT Agreement Title: Contract No.: Original Contract Value: Contract Change Order Value: Current Contract Value: Cumulative No. Change Orders: Application for Payment is made, as shown below: 1. Original Contract Sum 2, Net Change by Change Orders 3. Contract Sum to Date (line 1 (+) or (-) line 2) 4. Total Completed and Stored to Date 5. Retainage a. 10% of Completed Work b. 10% of Stored Material c. Total Retainage (line 5a + line 5b) 6. Total Earned less Retainage (line 4 — line 5c) 7. 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) • i • AFP-1 0 0 CHANGE ORDER DATE OF ISSUANCE: OWNER: CITY OF TAMARAC PROJECT NAME: 7525 NW 88' Avenue Tamarac, FL 33321-2401 CONTRACTOR: BID NO, IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: PURPOSE OF CHANGE ORDER: CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order Net (Increase) of this Change Order Net (Increase) of this Change Order Contract Price with all approved Change Orders Contract Time with all approved Change Orders RECOMMENDED APPROVED APPROVED BY BY BY Director City Manager Contractor Date Date Date CO-1 FINAL RELEASE OF LIEN BY CONTRACTOR STATE OF FLORIDA: COUNTY OR BROWARD: The undersigned contractor, under a certain contract with the City of Tamarac, dated , 2002, in connection with the following public work: PROJECT: CONTRACT NO. does hereby acknowledge receipt of the full contract price of $ 9 modified by change order, addenda, etc., and hereby releases and discharges all liens, lien rights, claims or demands of any kind whatsoever which the undersigned contractor now has or might have against the City of Tamarac arising out of said contract or in connection with the aforesaid public improvement. That all claims, liens or other entitlements for labor, services, materials or supplies furnished, in connection with the aforesaid improvement have been fully paid. That an affidavit on behalf of the contractor, signed by _ has been furnished to the City of Tamarac, as well as final releases of lien executed by all materialmen and subcontractor regardless of their tier. IN WITNESS WHEREOF, the contractor has caused this release to be executed in its name and under its seal by its proper officers, this day of 2002. Signed, Sealed and Delivered in the Presence of: Contractor Corporate Secretary Signature President Signature Type Name Type Name • L-1 FROL-1 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 FROL-2 0 0 AGREEMENT BETWEEN THE CITY OF TAMARAC AND DUAL MEDIA GRAVITY FILTER 3, 4, 5 & 6 REHAB BID No. 02-23B THIS AGREEMENT is made and entered into this day of , 20 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and , a fill in state) corporation with principal offices located at (the "Contractor") to provide construction of Dual Media Gravit Filter 3 4 5 & 6 Rehabilitation. 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- 23B Dual Media Gravity Filters 3, 4, 5 & 6 Rehab (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 rehabilitation of the existing Dual -Media Gravity Filter 3, 4, 5 & 6, including removal and disposal of existing surface wash systems; replacement of new surface wash systems, removal and disposal of existing filter media, replacement of new filter media, removal and disposal of existing underdrains, replacement of new underdrains, removals and disposal of existing Actuator Valves, replacement of new Actuator Valves, painting filter structures, disinfecting filters, and all appurtenant work, complete, tested and ready for operation, as described in Bid No. 02-23B Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. 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. AGR-1 c) Contractor shall cleanup and remove each day all debris and material created by the work at the Contractor's expense. d) CONTRACTOR shall supervise the workforce 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. e) 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. f) 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. g) 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 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 Contractorwill 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 filter work shall be substantially completed no laterthat, Two Hundred Is Forty (240) 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 competition. r11CIM 11 5) Contract Sum The Contrac t Sum for the above work is Dollars and cents ($XXXX.xx) . The Contract sum is determined by the cost of services, including labor and materials for the job also known as Bid No. 02-23B Dual Media Gravity Filters3, 4, 5 & 6 Rehab. 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, or Contractors who worked on the project that is the subject of this Bid. 8) Warranty Contractor warrants the job completed 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 the CITY. In the event, such defects, as determined by the CITY, are not properly repaired, replaced or reaccomplished, the CITY shall perform such repairs, replacements or reaccomplishments at the CONTRACTOR's risk and cost. Contractor shall be responsible for any damages caused by defects to affected areas or interior of structure. 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. AGR-3 E 10) Non -Discrimination The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their 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. 0 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 (Name of Contractor) (Title or named above) (Name of Company) (Address) AGR-4 11 L-1 to 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 thisincluding reemenservices t or causes it to be terminatedly related to , Contractor ination. In the event that the Contractor abandons9 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 orfail 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 tave been for each fiscal pr'eardofythe city this Agreement,sion andis the City of subject to Tamarac in the annual budgeY 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 nonenforcement 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 and/or amended onlyen by by ahe parties are merged herein- This wr written document executed by both Agreement can be supplementedY the CONTRACTOR and the CITY. AGR-S i • 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, C.E.O.,etc.) duly authorized to execute same. CITY OF TAMARAC Joe Schreiber, Mayor ATTEST: Marion Swenson, CIVIC City Clerk Date: ATTEST: (Corporate Secretary Type/Print Name of Lorporate 5ecy. (CORPORATE SEAL) Date: Jeffrey L. Miller, City Manager Date: Approved as to form and legal Sufficiency: Mitchell Kraft, City Attorney (NAME OF COMPANY) (Name of President) Type/Print Name of President Date: E AGR-6 !-I STATE OF — COUNTY OF CORPORATE ACKNOWLEDGEMENT The foregoing instrument was acknowledged before me this 20 by day of (name of officer or agent, title of officer or agent) of (name of corporation acknowledging), a (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me (type of identification) as identification and did (did not) take an oath. • • Signature of Notary Public — State of Florida Print, Type or Stamp Name of Notary Public AG'R-7 • C� TECHNICAL SPECIFICATIONS • • E • 0 SECTION 1A SPECIAL TECHNICAL CONDITIONS 1.01 Application of Special Conditions Whenever conditions as set forth in the SPECIAL CONDITIONS conflict with conditions in the CONTRACT and SPECIFICATIONS, the SPECIAL CONDITIONS shall apply. 1.02 Work in State, County and City Rights -of -Way All work will be performed on City property. No work is scheduled for County and State highway rights -of -way. 1.03 Contractor's Use of Premises The Contractor's use of the project site shall be limited in its construction operations, including on -site storage of materials, on -site fabrication facilities, and field offices. 1.04 Occupying Private Land The Contractor shall not (except after written consent from the proper parties) enter or occupy with men, tools, equipment or materials, any land outside the rights -of -way or property of the Owner. A copy of the written consent shall be given to the City Utility Engineer and/or Inspector. 1.05 Applicable Standards and Codes Wherever reference is made to any published standards, code or standard Specifications, it shall mean the latest issue of that standard, code, specifications, or tentative specification of the technical society, organization, or body referred to, which is in effect at the date of invitation for bids. Reference to a technical society, organization, body or governmental agency may be made in the Specifications by abbreviations, in accordance with the following list: AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ACPA American Concrete Pipe Association AIEE American Institute of Electrical Engineers is AISC American Institute of Steel Construction AISI American Iron and Pipe Institute Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 1 • 0 ANSI American National Standards Institute ASA American Standards Association ASCE American Society of Civil Engineers ASME American Society of Mechanical Engineers ASTM American Society of Testing Materials AWS American Welding Society AWWA American Water Works Association DPEP Department of Planning and Environmental Protection BCHD Broward County Health Department BCUD Broward County Utilities Division CIPRA Cast Iron Pipe Research Association DEP Florida Department of Environmental Protection DOT Florida Department of Transportation EPA U.S. Environmental Protection Agency FS Federal Specifications NEC National Electric Code NEMA National Electrical Manufacturers Association OSHA Occupational Safety and Health Administration SFBC South Florida Building Code UL Underwriter's Laboratories, Inc. When no reference is made to a code, standard or specification, the standard specifications for the ASTM, the ASA, the ASME, the AIEE, or the NEMA shall govern. 0 1.06 Coordination with Owner's Existing Facilities The Contractor shall cooperate and coordinate his activities with those of the Owner at all times. 1.07 Permits and Inspections The Contractor shall be responsible for the securing of any City permits. However, all City permit fees are waived. The Contractor shall submit copies to the Utilities Department, of all permits required for this work. The contractor shall be responsible to secure the necessary construction permits from the Broward County Engineering Division and provide the required performance and payment bonds. 1.08 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 of the Director of Utilities nor shall the presence or absence of an inspector relieve the Contractor from any requirements of the contract. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 2 Any work performed past City of Tamarac's normal working hours (M-F, 8:00 a.m. -- 4:30 p.m.) 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/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 p.m., the City Inspector will be compensated at the above provision. 1.09 Sequence of Construction A. General Filters No. 3, 4, 5 & 6 will be isolated from the plant operation by Certified Water Plant Operators. Thereafter, the Contractor may enter the filter to perform all necessary and required work. B. Coordination with City Personnel Before commencing work involving the removing or placing in operation of filters, the Contractor shall notify the Owner at least three (3) days in advance in writing. 0 C. Outline Sequence of Construction The sequence of construction shall be clearly detailed in the Contractor's Progress Schedule submitted as specified in the Special Conditions. The following is a general outline of the sequence of construction: 1. Remove existing surface wash system 2. Remove existing filter media and underdrain. 3. Make necessary repairs to the filter structures. 4. Prepare and paint filter structures. 5. Install new underdrain system including edge strips. 6. Install new filter media. 7. Install new surface wash system. 8. Disinfect filters. 9. Touch up painting as needed. 10. Place filters in service. 1.10 Interruption of Plant Operation If interruption of plant flow, other than the filters being rehabilitated is required, the Contractor shall schedule the interruption of plant flow between the hours of 11 p.m. to 3 a.m. Interruption of plant flow will not be allowed during any other time period. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 3 0 • 1.11 Contractor's Shop Drawings A. General The Contractor shall submit for review shop drawings for structural details, piping layout, valves, pipe mill certificates, materials and equipment fabricated especially for this Contract, and materials and equipment for which such drawings are specified or specifically requested by the Owner. Shop drawings shall show the principal dimensions, weight, structural and operating features, space required, clearances, type and /or brand of finish or shop coat, grease fittings, etc., depending on the subject of the drawings. When so specified, or if considered by the Owner to be acceptable, the manufacturer's specifications, catalog data, descriptive matter, illustrations, etc., may be submitted for review in place of shop drawings. In such case, the requirements shall be as specified for shop drawings, insofar as applicable. The Contractor shall be responsible for the prompt submittal of all shop drawings so that there will be no delay to the work due to the absence of such drawings. The Owner will review the shop drawings within fourteen (14) calendar days of receipt of such drawings. Reviewed shop drawings will be returned to the Contractor by regular mail, posted no later than fourteen (14) days after receipt. B. Requirements All shop drawings shall be submitted to the Owner by the Contractor. The Contractor is responsible for obtaining shop and working drawings from his subcontractors and returning reviewed shop drawings to them. All shop drawings shall be prepared on standard size, 24-inch by 36-inch sheets, or smaller. All drawings shall be clearly marked with the names of the Owner, Contractor, and building, equipment, or structure to which the drawing applies. Drawings shall be suitably numbered and stamped by the Contractor. Each shipment of drawings shall be accompanied by a letter of transmittal giving a list of the numbers and the names mentioned above. C. Work Prior to Review No material or equipment shall be purchased or fabricated especially for this Contract until the required shop and working drawings have been submitted, processed and marked either "APPROVED AS SUBMITTED" or "APPROVED AS CORRECTED" • • Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 4 • 0 • conforming to the contract requirements. All materials and work involved in the construction shall be as represented by said drawings. The Contractor shall not proceed with any portion of the work (such as the construction of foundations) for which the design and details are dependent upon the design and details of equipment for which submittal review has not been completed. D. Contractor's Review Only drawings which have been checked and corrected by the fabricator should be submitted to the Contractor by his sub- contractors and vendors. Prior to submitting shop drawings to the Owner, the Contractor shall check thoroughly all such drawings to satisfy himself that the subject matter thereof conforms to the Drawings and Specifications in all respects. Drawings which are correct shall be marked with the date, checker's name and indications of the Contractor's approval, and then shall be submitted to the Owner; other drawings shall be returned to the Contractor unreviewed. E. Contractor's Responsibility The acceptance of shop drawings will be general and shall not relieve the Contractor of the responsibility for details of design, dimensions, etc., necessary for proper fitting and construction of the work required by the Contract and for achieving the specified performance. F. Contractor's Modifications Should the Contractor submit for review, equipment that requires modifications to the structure, piping, layout, etc., detailed on the Drawings, he shall also submit for review details of the proposed modifications. If such equipment and modifications are accepted, the Contractor, at no additional cost to the Owner, shall do all work necessary to make such modifications. G. Shop Drawing Distribution The Contractor shall submit six (6) copies of all shop drawings for review. Shop drawings will be reviewed, stamped, and distributed with the appropriate box checked with "APPROVED AS SUBMITTED" or "APPROVED AS CORRECTED" or "REVISE AND RESUBMIT". Distribution of processed shop drawings will be as 0 follows: Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 5 1.12 1. Drawings Marked "APPROVED AS SUBMITTED" or "APPROVED AS CORRECTED" Three (3) copies returned to the Contractor Three (3) copies remain at the Owner's office 2. Drawings Marked "REVISE AND RESUBMIT" Five (5) copies returned to the Contractor (1 marked and 4 unmarked) One (1) copy remains at the Owner's office If the Contractor requires additional copies of returned shop drawings, he shall include extra drawings in his original submittal. The Owner will proceed the drawings and return them to the Contractor. Other Submittals A. Construction Schedule The construction schedule shall be prepared in the form of a horizontal bar chart showing in detail the proposed sequence of the work and identifying construction activities for each major component, structure or facility. The schedule shall be time scaled, identifying the first day of each week, with the estimated date of starting and completion of each stage of the work in order to complete the project within the Contract time. Five copies of the schedule shall be submitted within ten (10) calendar days after receiving the Notice to Proceed. The progress schedule shall be revised to reflect comments by the Owner and updated monthly, depicting progress to the last day of the month. Five (5) copies shall be submitted with each request for monthly progress payments. Changes to the schedule shall be accompanied by a letter of explanation with appropriate reference and revision date on the schedule. B. Schedule of Payment Values The Contractor shall submit a Schedule of Payment Values for review within two weeks after receiving the Notice to Proceed. The schedule shall contain the installed value of the component parts of work for the purpose of making progress payments during the construction period. 0 Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 6 0 0 The schedule shall be given in sufficient detail for the proper identification of work accomplished. Each item shall include its proportional share of all costs including the Contractor's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract. If the Contractor anticipates the need for payment for materials stored on the project site, he shall also submit a separate list covering the cost of materials, delivered and unloaded with taxes paid. This list shall also include the installed value of the item with coded reference to the work items in the Schedule of Payment Values. The Contractor shall expand or modify the above Schedule and materials listing as required by the Owner's initial or subsequent reviews. 1.13 Utilities and Services The Contractor shall provide for utilities and services for his own operations as well as field offices if applicable. These shall include electrical power, water, ventilation, sanitary facilities and telephone service. The Contractor shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the work. Such facilities shall comply with regulations and requirements of the National Electric Code, OSHA, Florida Power and Light, and applicable Federal, State and local codes, etc. The Contractor shall, at his own expense, provide all water needed for construction purposes and for testing. 1.14 Equipment from Owner No equipment, tools, supplies, etc., will be available from the Owner. The Contractor is responsible for providing all equipment, tools, supplies, etc., that is required to complete the job. 1.15 Special Controls A. Dust During construction the Contractor shall, by the application of water or other means, approved by the Owner, eliminate dust annoyance to adjacent property owners and business establishments. B. Noise Noise resulting from the Contractor's work shall not exceed the noise levels and other requirements stated in local ordinances. The Contractor shall be responsible for curtailing noise resulting from Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1 A - 7 • his operation. He shall, upon written notification from the Owner or the noise control officers, make any repairs, replacements, adjustments, and additions and furnish mufflers when necessary to fulfill requirements. C. Periodic Cleanup; Basic Site Restoration During the construction, the Contractor shall regularly remove from the site all accumulated debris and surplus materials of any kind which result from his operations. Unused equipment and tools shall be stored at the Contractor's yard or base of operations for the project. The Contractor shall perform the cleanup work on a regular basis and as frequently as ordered by the Owner. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore such work shall also be accomplished, when ordered by the Owner, if partially completed facilities must remain incomplete for some period due to unforeseen circumstances. D. Erosion Abatement and Water Pollution It is imperative that any Contractor dewatering operations not contaminate or disturb the environment of the properties adjacent to the work. The Contractor shall, therefore, schedule and control his operations to confine all runoff water from disturbed surfaces, water from dewatering operations that becomes contaminated with lime silt, muck and other deleterious matter, fuels, oils, bitumens, calcium chloride, chemicals and other polluting materials. The Contractor shall construct temporary stilling basin(s) of adequate size and provide all necessary temporary materials, operations and controls including, but no limited to, filters, coagulants, screens and other means necessary to attain the required discharge water quality. The Contractor shall be responsible for providing, operating and maintaining materials and equipment used for conveying the clear water to the point of discharge. All pollution prevention procedures, materials, equipment and related items shall be operated and maintained until such time as the dewatering operation is discontinued. Upon the removal of the materials, equipment and related items, the Contractor shall restore the area to the condition prior to his commencing work. 0 Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 8 1.16 Storage and Construction Areas Storage areas shall be provided on the. Tamarac Utilities West Treatment plants site, to be designated at the pre -construction conference. Responsibility for protection and safekeeping of equipment and materials at or near the sites will be solely that of the Contractor and no claim shall be made against the Owner by reasons of any act of an employee or trespasser. Should an occasion arise necessitating access to an area occupied by stored equipment and/or materials, the Contractor shall immediately move them. No equipment or materials shall be placed upon the Owner's property until approval has been received from the Owner. Upon completion of the Contract, the Contractor shall remove from the storage areas all of their equipment, temporary fencing, surplus materials, rubbish, etc., and restore the areas to their original condition. 1.17 Security The Contractor shall care for and protect against loss or damage of all material to be incorporated in the construction for the duration of the Contract and shall repair or replace damaged or lost materials and damage to structures. 1.18 Project Closeout and Final Acceptance A. General As construction of the project enters the final stages of completion, the Contractor shall, in accordance with the requirements set forth in the Contract documents, attend to or have already completed the following items: 1. Scheduling start-up and initial operation. 2. Correcting or replacing defective work, including completion of items previously overlook or work which remains incomplete, all as evidenced by the Owner's "Punch" lists. 3. Attend to any other items listed herein or brought to the Contractor's attention by the Owner. B. Cleaning Before the Final Acceptance of the Project, the Contractor shall accomplish the cleaning and final adjustments of the various building components as specified in the Specifications and as follows: Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 9 • LI 1. Touch up marks or defects in painted surfaces and touch up any similar defects in factory finished surfaces. 2. Remove all stains, marks, fingerprints, soil, spots, and blemishes from all finish surfaces. C. Closeout and Punch Lists Final cleaning and repairing shall be scheduled upon completion of the Project. The Owner will make his final inspection whenever the Contractor has notified the Owner that the work is ready for the inspection. Any work not found acceptable and requiring cleaning, repair and/or replacement will be noted on the "Punch" list. Work that has been inspected and accepted by the Owner shall be maintained by the Contractor, until final acceptance of the entire project. Whenever the Contractor has completed the items on the punch list he shall again notify the Owner that he is ready for final inspection. This procedure will continue until the entire project is accepted by the Owner. 0 D. Final Clean -Up: Site Restoration Before finally leaving the site, the Contractor shall wash and clean all exposed surfaces which have become soiled or marked. The Contractor shall remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operation, including construction equipment, tools, sheds, sanitary enclosures, etc. The Contractor shall leave all equipment, fixtures, and work, which he had installed, in a clean condition. The completed project shall be turned over to the Owner in a neat and orderly condition. All damage, as a result of work under this Contract, to existing structures, pavement, driveways, curb and gutters, sidewalks, utility poles, utility pipelines, conduits, drains, grass areas, specifically mentioned herein shall be repaired. • Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1A - 10 0 • SECTION 1 B BASIS OF PAYMENT 1.01 General Payments to the Contractor shall be made on the basis of the Contract. Bid items as full and complete payment for furnishing all materials, labor, tools and equipment, and for performing all operations necessary to complete the work included in the Contract Documents. Such compensation shall also include payment for any loss or damages arising directly or indirectly from the work, or from any discrepancies between the actual quantities of work and those shown in the Contract Documents, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner. The amounts stated in the Proposal shall include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation and handling, together with any and all other costs associated with the performance of the work required under this Contract. The Basis of Payment for an item at the price shown in the Proposal shall be in accordance with its description as related to the work specified and shown on the Drawings. Unit prices where used will be applied to the actual quantities furnished and installed in conformance with the Contract Documents. The Contractor's attention is called to the fact that the quotations for the various items of work are intended to establish a total price for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established by the Proposal or Basis of Payment, he shall include the Cost for that work in some other applicable bid item, so that his proposal for the project does reflect his total price for completing the work in its entirety. 1.02 Measurement and Payment The quantities for payment under this Contract shall be determined by actual measurement of the completed items, in place, ready for service and accepted by the Owner, in accordance with the applicable method of measurement therefore contained herein, unless otherwise specified. A representative of the Contractor shall witness all field measurements. Payment for all work completed under this Contract shall be in accordance with the provisions of the contract and upon the basis of specific provisions of this section of the Contract Documents. The bid items for furnishing and installing work under the Contract shall include full compensation for completing all activities not limited to selling, delivery, construction, testing and restoration. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1 B - 1 1.03 Payment Items A. Item No. 1 - Mobilization 1. The Lump Sum prize Bid for this item shall be full compensation for all mobilization/demobilization activities, including but not limited to bonds, insurance, scheduling, temporary facilities and utilities, and all other activities necessary to prepare and compute the contract work. 2. The payment item for mobilization shall not exceed five percent (5%) of the total contract prize. B. Item No. 2 — Contingency Allowance 1. This account item is for all labor, materials, equipment and services necessary for modification of extra work required to complete the project because of unforeseeable conditions, for all labor, materials, equipment and services necessary for modifications, or extra work required to complete the project, for changes in the scope of work as required by the Owner and for adjustments to estimated quantities shown on the Unit Prices of other items of the proposal to conform to actual quantities installed, if ordered by the Owner, or may be used to fund other contract items at the discretion of the Owner. 2. Payment to the Contractor under this item will only be made for work ordered in writing by the .Owner, and in accordance with the General Conditions. Any portion of this fund remaining after all authorized payments have been made will be withheld from Contract payments, and will remain with the City. C. Item No. 3 -- Filter Media and Underdrain Removal The lump sum price bid for Filter Media and Underdrain Removal shall constitute full compensation for removal and disposal of all existing media material and the underdrains of Filters 3, 4, 5 & 6 along with all other appurtenant and miscellaneous items of work required for a complete and satisfactory removal and ultimate disposal. Owner reserves the right to designate certain material as salvage, said material to remain the property of the Owner. The Contractor's bid price shall reflect all costs associated with disposal of all material. D. Item No. 4 — Surface Wash System Removal The lump sum price bid for surface wash pipe removal shall constitute full compensation for removal and disposal of all existing surface wash piping within Filters 3, 4, 5 & 6 along with the controlling ball valves n u Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 113 - 2 0 0 and all other appurtenant and miscellaneous items of work required for a complete and satisfactory removal and ultimate disposal. Owner reserves the right to designate certain material as salvage, said material to remain the property of the owner. The Contractor's bid price shall reflect all costs associated with disposal of all materials. E. Item No. 5 — Sandblasting and Painting The lump sum price bid for sandblasting and painting Filters 3, 4, 5 & 6 including inlets and overflow boxes, shall constitute full compensation for the sandblasting and painting of the interior surfaces of Filters 3, 4, 5 & 6 including external painting along with all other appurtenant and miscellaneous items of work required for a complete and satisfactory installation. F. Item No. 6 — Filter Underdrain The lump sum price bid for furnishing and installing filter underdrains in Filters 3, 4, 5 & 6 shall constitute full compensation for all work of every description required for a complete and satisfactory installation. G. Item No. 7 -- Filter Media The lump sum price bid for the installation of filter media shall constitute full compensation for the installation of filter media including anthracite, gravel and sand for Filters 3, 4, 5 & 6 along with all other appurtenant and miscellaneous items of work, including filter disinfection, bacteriological testing and start up, required for a complete and satisfactory installation. H. Item No. 8 - Surface Wash System The lump sum price bid for furnishing and installing surface wash systems for Filters 3, 4, 5 & 6 shall constitute full compensation for the installation of surface wash piping system, utilizing, like -size, type 316 stainless steel pipe, along with one (1) additional wash arm apparatus, stainless steel controlling ball valve, and all other appurtenant and miscellaneous items of work required for a complete and satisfactory installation. I. Item No. 9 — Welding of Steel Plate The unit price bid per linear foot for the welding of steel plates shall constitute full compensation for: the welding of steel plates to the filters in deteriorated areas, including the removal of all welding scale, as determined by the Owner in writing; interior and exterior touch-up painting; and all other appurtenant and miscellaneous items of work required for a complete and satisfactory installation. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 1B - 3 • 0 The welding of steel plates will be paid by the number of linear feet of actual weld furnished, installed and accepted. Such price per linear foot shall include the place, welding, sandblasting, cleaning and interior and exterior painting, all acceptable to the Owner. J. Item No. 10 — Actuator Valve Assembly Removal The lump sum bid price for Actuator Valve Assembly Removal shall constitute full compensation for the removal and disposal of existing Actuator Valve Assemblies of Filters 3, 4, 5 & 6 along with all other appurtenant and miscellaneous items of work required for a complete and satisfactory removal and ultimate disposal. Owner reserves the right to designate certain material as salvage, said material to remain the property of the owner. K. Item No. 11 — Actuator Valve Assembly The unit bid price for the installation of Actuator Valve Assemblies shall constitute full compensation for the installation of, in -kind, Actuator Valves Assemblies for Filters 3, 4, 5 & 6 along with all other appurtenant and miscellaneous items of work required for a complete and satisfactory installation. f • Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 113 - 4 • • SECTION 2A FILTER MEDIA REMOVAL PART 1 —GENERAL 1.01 Scope The Contractor shall remove from each of the filters as shown on the drawing and specified herein, the filter media and underdrain system and make repairs to filter walls as specified herein. 1.02 Related Items Specified Elsewhere Painting is specified in Section 9A. PART 2 — PRODUCTS 2.01 Steel Steel required for the repair of the filter walls shall be '/ inch thick plate steel in accordance with ASTM A 36. PART 3 — EXECUTION 3.01 Removal of Filter Media The Contractor shall completely remove all filter media including anthracite, gravel and sand. All filter media becomes the property of the Contractor and shall be removed from the project immediately upon removal from the filters. The Contractor should note that the filter media may be hardened and the use of a jackhammer may be required. 3.02 Removal of Filter Underdrain The Contractor shall completely remove the existing filter underdrain system including side strips. The Contractor is responsible for proper disposal of all underdrain material not identified as salvage by the Owner. 3.03 Repairs of Filter Walls Upon complete removal of filter media; underdrain system and sandblasting, the Contractor shall notify the Owner that the filter is ready for inspection. Areas that the Owner determines are deteriorated shall be repaired by the Contractor. The Owner shall notify the Contractor of the number of locations and the size of plates that will be required in writing, and the areas will be pointed out to the Contractor in the field. Dual Media Gravity 'Filters 3, 4, 5 & 6 Rehab. Sec. 2A - 1 The repair procedure shall be as follows: Sandblast to SSPC-SP5, near white. Weld plates to walls using one continuous weld all the way around the plate. Touch-up paint the outside areas of the filter that were damaged due to the welding of the plates. Sandblasting and painting are specified in Division 9. 3.04 Replacement of "U" Bolts The "U" type bolts that currently support the PVC surface wash pipe shall be replaced with new "U" bolts. The new bolts used to support the replacement Type 316 stainless steel pipe shall also be constructed of Type 316 stainless steel. • • r� Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 2A - 2 11 • 0 SECTION 2B FILTER DISINFECTION PART 1 —GENERAL 1.01 Scope The Contractor shall perform all cleaning, flushing, and disinfection, including conveyance of test water from Owner designated source to point of use, and including all disposal thereof, complete and acceptable, for filters as specified herein and in accordance with the requirements of the Contract Documents. 1.02 Submittals The Contractor shall submit minimum 48-hour advance written notice of its proposed disinfection schedule for review and concurrence of the Owner. The Contractor's proposed plans for water conveyance, control, and disposal shall also be submitted in writing. PART 2 — PRODUCTS 2.01 Material Requirements Temporary valves, bulkheads, or other water control equipment and materials shall be as determined by the Contractor subject to the Owner's review. No materials shall be used which would be injurious to the construction or its future function. PART 3 -- EXECUTION 3.01 General Water for disinfecting will be furnished by the Owner; however, the Contractor shall make all necessary provisions for conveying the water from the Owner designated source to the points of use. All filters shall be tested and disinfected. Disinfection shall be accomplished by chlorination. Chlorine dosages shall be as computed by the Owner who will furnish the Contractor with instructions for proper application of the chlorine. All chlorinating operations shall be done in the presence of the Owner. Disinfection operations shall be scheduled by the Contractor as late as possible during the contract time period so as to assure the maximum 0 degree of sterility of the facilities at the time the project is accepted by the Owner. Bacteriological testing shall be performed by a certified testing laboratory approved by the Owner and at the expense of the Contractor. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab Sec. 2B - 1 0 • 3.02 3.03 Testing procedures and results of the bacteriological testing shall be satisfactory to the Owner and Broward County Health Department. Paint finishes or other protective coatings which are to be applied to the surfaces of the filters shall be applied prior to disinfection. Release of water from structures, after disinfecting has been completed, shall be as approved by the Owner. Preliminary Cleaning and Flushing Prior to disinfecting, filters shall be cleaned by thoroughly hosing down all surfaces with a high-pressure hose and nozzle of sufficient size to deliver a minimum flow of 50 gpm. Disinfection of Filter A. Chlorination A strong chlorine solution (approximately 200 ppm) shall be sprayed on all interior surfaces of the filters. Following this, the filters shall be partially filled with water to a depth of approximately one foot. During the filling operations, a chlorine -water mixture shall be injected by means of a solution -feed chlorinating device. The dosage applied to the water shall be of sufficient strength to produce a chlorine residual of al least 50 ppm upon completion of the partial filling operation. Precautions shall be taken to prevent the strong chlorine solution from flowing back into the lines supplying the water. After the partial filling has been completed, sufficient water shall be drained from the lower ends of appurtenant piping to ensure filling the lines with heavily chlorinated water. B. Retention Period Chlorinated water shall be retained in the structure long enough to destroy all non -spore forming bacteria, and in any event, for at least 24 hours. After the chlorine -treated water has been retained for the required time, the chlorine residual in the structure and appurtenance piping shall be at least 25 ppm. All valves shall be operated while the lines are filled with the heavily chlorinated water. C. Final Filling of Structure After the chlorine residual has been checked, and has been found to satisfy the above requirement, the water level in the structure shall be raised to its final elevation by addition of potable water. Before final filling is commenced, the quantity of heavily -chlorinated water remaining in the structure after filling the piping shall, unless otherwise determined by the Owner, be sufficient when the water level is raised • Dual Media Gravity Filters 3,, 4, 5 & 6 Rehab Sec. 213 - 2 0 0 to its final elevation to produce a chlorine residual between one and two ppm. After the structures have been filled, the strength of the chlorinated water shall be determined by the Owner. If the chlorine residual is less than one ppm, an additional dosage shall be applied to the water in the structure. If the chlorine residual is greater than two ppm, the structure should be partially emptied and additional potable water added. In no case shall water be retained prior to the expiration of the required retention period. 3.04 Connections to Existing System Where connections are to be made to an existing potable water system, HTH shall be added at the points of connection. Dual Media Gravity Filters 3, 4, 5 a 6 Rehab Sec. 2B - 3 E SECTION 3A PAINTING PART 1 —GENERAL 1.01 Scope Repair to filter walls is specified in Section 2A 1.02 Definitions The terms "paint", as used herein, includes emulsions, enamels, paints, stains, varnishes, sealers, cement filler, cement -latex filler and other coatings, whether used as primer intermediate, or finish coats. Wherever in these Specifications the abbreviation NACE is used, it shall mean National Association of Corrosion Engineers. Wherever in these Specifications the abbreviation SSPC is used, it shall mean Steel Structures Painting Council. 1.03 Submittals and Services The Contractor shall submit paint manufacturer's data sheets and samples of each finish and color shall be submitted to the Owner for review in accordance with the Contract Documents before any work is started. 1.04 Clean Air Standards All paints must comply with the requirements of the National Ambient Air Quality Standards. 1.05 General Information and Description A. Filter Interior The steel interiors of Filters 3, 4, 5 & 6 shall be sandblasted and painted in accordance with the National Ambient Air Quality Standards. B. Filter Exterior The exterior areas of the Filters shall be pressured cleaned and painted. 1.06 Surfaces No to be Coated [�l • • A. Stainless steel work and other nonferrous metals. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec 3A - 1 0 • Is B. Flexible couplings, lubricated bearing surfaces, and pipe interiors. parts and name equipment. nameplates of mechanical C. Adjustable pa p 1.07 Quality Assurance A. General The Contractor shall give the Owner a minimum of three days advance notice of the start of any field surface preparation work of coating application work. All such work shall .be performed only in the presence of the Owner, unless the Owner has granted prior approval to perform such work in his absence. Inspection by the Owner, or the waiver of inspection of any particular portion of the work, shall not relieve the Contractor of his responsibility to perform the work in accordance with these Specifications. B. Subcontractors Where protective coatings are to be performed by a subcontractor, said subcontractor must provide five references which show that the painting subcontractor has previous successful experience with the specified or comparable coasting systems. Include the name, address, and the telephone number for the owner of each installation for which the painting subcontractor provided the protective coating. 1.08 Safety and Health Requirements A. General In accordance with requirements of OSHA Safety and Health Standards for Construction (29CFR1926) and the applicable requirements of regulatory agencies having jurisdiction, as well as manufacturer's printed instructions, appropriate technical bulletins, manuals, and material safety data sheets, the Contractor shall provide and require use of personal protective and safety equipment for persons working in or about the project site. B. Overnight Storage The work site is located in Zone 1 under the Broward County Wellfield Protection Ordinance. No paint products shall be stored on site overnight, unless held. in a contained area. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec 3A - 2 • PART 2 — PRODUCTS 2.01 Materials All painting materials shall be fully equal to those manufactured by Koppers Company, Ameron, Glidden Coatings and Resins, Pittsburg Paints, Rust-Oleum, Tnemec, or equal. Products of other manufacturers, comparable in quality and type of the specified, will be acceptable if the manufacturer provides, in writing, satisfactory proof on past performance of similar applications in water plants and with sufficient data substantiated by certified tests to demonstrate its equality to the paint(s) names. The written acceptance by the Owner shall be obtained before the Contractor orders any such alternate products. All paint must be NSF approved. All painting materials shall be brought to the job site in the original sealed labeled containers of the paint manufacturer and shall be subject to inspection by the Owner. Where thinning is necessary, only the product of the manufacturer furnishing the paint shall be used. All such thinning shall be done strictly in accordance with the manufacturer's instructions, and with the full knowledge of the Owner. Materials and their storage shall be in full compliance with the requirements of pertinent codes and fire regulations. Receptacles shall be placed outside buildings for paint gates and containers. Paint waste shall not be disposed of in plumbing fixtures, process drains or other plant systems or process units. PART 3 — EXECUTION 3.01 Surface Preparation A. General Surfaces to be painted shall be clean and dry, and free of dust, rust, scale and all foreign matter. No solvent cleaning, power or hand tool cleaning shall be permitted unless approved by Owner or specified herein. Hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place prior to cleaning and painting, and not intended to be painted, shall be protected or removed during painting operations and repositioned upon completion of painting operations. Any abraded areas of shop or field applied coatings shall be touched up with the same type of shop or field applied coating, even to the extent of applying an entire coating, if necessary. Touch-up coatings Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec 3A - 3 and surface preparations shall be in addition to and not considered as the first field coat. B. Ferrous Metal Surfaces All ferrous metal surfaces shall be absolutely and completely cleaned of all oil, grease, dirt, rust, loose and tight mill scale by blasting in accordance with SSPC-SP5, Blast Cleaning to White Metal and comply with the visual standard NACE-1 furnished by the National Association of Corrosion Engineers. Priming shall follow sandblasting before any evidence or corrosion has occurred and before any moisture is on the surface. Field surface preparation of small, isolated areas such as field welds, repair of scratches, abrasions or other mars to the shop prime or finish shall be cleaned by power tools in accordance with SSPC-SP3, or in difficult and otherwise inaccessible areas by hand cleaning in accordance with SSPC-SP2 and spot primed. 3.02 Paint Schedule A. General The Contractor shall adhere to this paint schedule, providing those paints named or equal. DFT shall mean the total minimum dry film thickness per application measured in mils. Products are referenced by numbers listed in Article 2.01, "Product Listing." B. The intent of the painting program is as follows: 1. Paint all new materials and equipment (except those surfaces identified in Article 1.08 "Surfaces Not To Be Coated." 2. Complete repainting the interior of filters 3, 4, 5 & 6, including Water Blasting and sandblasting to SSPC-SP-5 "White Metal Blast Cleaning". 3. Complete repainting of filter exterior including power wash cleaning, touch-up painting and power tool cleaning or rusty areas. 4. Touch-up painting of other surfaces disturbed by construction activities. C. Metal Surfaces, Exterior Metal surfaces exposed to the atmosphere, including piping, valves, pipe supports, tank exterior, motors, drives, and miscellaneous steel shall be painted as follows: Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec 3A - 4 �J Application NO. Prime - 1 coat 120 Finish - 2 coats 121 D. Metal Surfaces, Filter Interior 0 duct:Reference � , .- mtn. u kcrylic Primer 3.0 Acrvlic Gloss 5.0 Metal surfaces submerged in potable water or subject to splashing of potable water, including all metals inside of the filters shall be painted as follows: Prime —1 coat 100 NSF Epoxy Primer 4.0 Finish — 2 coats 101 NSF Hi -Build Epoxy 8•0 Note: Coatings and colors must be approved for potable water service by the Florida Department of Environmental Protection. Submit certification with shop drawina submittal. E. PVC Pipes, Exterior Exposure PVC pipes, valves and accessories shall be painted as follows: Finish - 1 coat 101 NSF Epoxy 4.0 F. Concrete and Masonry Surfaces, Exterior Exposure Prime —1 coat 122 Acrylic 3.0 Finish — 1 coat 123 Acrylic 4.0 3.03 Painting A. Application All paint shall be applied by experienced painters with brushes or other applicator acceptable to the Engineer. B. Paint shall be applied without runs, sags, thin spots, or unacceptable marks. Paints shall be applied at the rate specified by the manufacturer to achieve the minimum dry mil thickness required. Additional coats of paint shall be applied, if necessary, to obtain thickness specified. C. Paint shall be applied with drying equipment only on those surfaces approved by the Engineer. If the material has thickened or must be diluted for application by spray gun, each coat shall be built up to the same film thickness achieved with undiluted brushed -on material. Where thinning is necessary, only the products of the particular • r� C7 Dual Media Gravity Filters 3, 4, 5 & 6 Rehab, Sec 3A - 5 0 0 manufacturer furnishing the pain shall be used; and all such thinning shall be done in strict accordance with the manufacturer's instructions, as well as with the full knowledge of the Engineer. D. Drying Time A minimum of twenty-four hours drying time shall elapse between application of any two coats of paint on a particular surface unless shorter time periods are a requirement of the manufacturer or specified herein. Longer drying times shall be required for abnormal conditions as defined by the manufacturer. E. Weather Restrictions No painting whatsoever shall be accomplished in rainy or excessively damp weather when the relative humidity exceed 85 percent, or when the general air temperature cannot be maintained at 50 degrees F or above throughout the entire drying period. No paint shall be applied when it is expected that the relative humidity will exceed 85 percent or that the air temperature will drop below 50 degreeg F within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated; and if such conditions are prevalent, painting shall be delayed until midmorning to be certain the surfaces are dry. The day's painting shall be completed well in advance of the probably Is time -of -day when condensation will occur. F. Inspection Between Coats Each and every field coat of priming and finishing paint shall be inspected by the Engineer or his authorized representative before the succeeding coat is applied. The Contractor shall follow a system of tinting successive paint coats so that no two coats for a given surface are exactly the same color. Areas to receive black protective coatings shall in such cases be tick -marked with white or actually gaged as to thickness when finished. Magnetic dry film thickness gages and wet fiber thickness gages will be utilized for quality control. Coatings will also be required to pass a 64-volt holiday detector test. G. Special Areas All surfaces which are to be installed against concrete, masonry etc., and will not be accessible for field priming and/or painting shall be back primed and painted as specified herein, before erection. Anchor bolts shall be painted before the erection of equipment and then the accessible surfaces repainted when the equipment is painted. H. Special attention shall be given to insure that edges, corners, crevices, welds and rivets receive a film thickness equivalent to that of the adjacent painted surfaces. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec 3A - 6 Manufacturer's Services The Contractor, through the paint manufacturer or his representative, shall provide his services as required by the Engineer. Services shall include, but not be limited to, inspecting prior coatings of paint, determination of best means of surface preparation, inspection of complete work, and final inspection of painted Work to be performed six months after the job is completed. J. Safety Respirators shall be worn by persons engaged or assisting in spray painting. The Contractor shall provide ventilating equipment and all necessary safety equipment for the protection of the workmen and the work. K. Quality Workmanship The Contractor shall be responsible for the cleanliness of his painting operations and shall use covers and masking tape to protect the Work whenever such covering is necessary, or if so requested by the Owner. Any unwanted paint shall be carefully removed without damage to any finished paint or surface. If damage does occur, the entire surface, adjacent to and including the damaged area, shall be repainted without visible lapmarks and without additional cost to the Owner. L. Painting found defective shall be scraped or sandblasted off and repainted as the Engineer may direct. Before final acceptance of the work, damaged surfaces of paint shall be cleaned and repainted as directed by the Engineer. M. Any pipe scheduled to be painted and having received a coating of a tar or asphalt compound shall be painted with two coats or "Intertol Tar Stop", "Tnemec Tar Bar" or equal before successive coats are applied in accordance with the paint schedule. 3.04 Schedule of Colors All colors shall be designated by the Owner at the shop drawing review. No variation shall be made in colors without the Owner's approval. Color names and/or numbers shall be identified according to the appropriate color chart issued by the manufacturer of the particular product in question. In multiple coat systems colors should contrast between coats. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec 3A - 7 • 3.05 Cleanup All work areas shall be at all times kept free from accumulation of waste material and rubbish caused by the work. At the completion of the painting, all tools, equipment, scaffolding, surplus materials and all rubbish around the work area shall be removed. All paint that has been spilled, splashed or spattered on all surfaces, including floors, fixtures, equipment, furniture, etc., shall be removed, leaving the work ready for inspection. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec 3A - 8 LI 11 PART 1 - GENERAL 1.01 Scope SECTION 4A ANTHRACITE MEDIA The Contractor shall remove all existing anthracite, and furnish and place, in each of the filter cells as shown on the Drawing, anthracite media meeting the depth, specific gravity, graduation, and quality requirements specified herein, and shall perform all specified washing and testing, all in accordance with the requirements of the Contract Documents. 1.02 Related Items Specified Elsewhere Filter gravel and sand media are specified in Section 4B, Filter underdrains are specified in Section 4C. 1.03 Submittals The Contractor, prior to purchase and delivery of anthracite, shall have a certified independent laboratory test the filter media for conformance with all stipulated requirements. The test results shall be submitted and approved by the Owner prior to actual purchase. The independent laboratory report shall clearly indicate whether the media is acceptable or should be rejected. Should the media be rejected, the process shall be repeated until positive results are achieved. PART 2 — PRODUCTS 2.01 General Filter media and filter media testing methods shall conform to the requirements of ANSI/AWWA B100 "AWWA Standard for Filtering Material," except as otherwise provided herein. 2.02 Anthracite Media A. General Anthracite media shall consist of a 17-inch deep blanket of graded material placed upon the filter sand as described hereinafter. 0 Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4A - 1 C � J B. Uniformity The media furnished for use in the work shall be equal in all respects to the approved samples, and similar samples for test purposes shall be furnished as required by the Owner during the preparation and placing of the filter materials. C. Material Quality The anthracite shall be composed of hard and durable grains, and shall be processed from anthracite coal. Average apparent specific gravity shall be determined by the procedure set forth in ASTM C 128, which provides for soaking the sample in water for 24 hours. The anthracite shall be free from any significant amounts of iron sulfides, clay, shale, dust or other foreign matter. Its solubility in a 1:1 mixture of concentrated hydrochloric acid (approximately 37 percent) shall be less than 2.5 percent. It shall have a hardness of not less than 2.7 on the MOH scale. All test procedures shall be in accordance with the applicable portion of Section 5 of ANSI/AWWA. D. Particle Size and Gradation Anthracite to pl aced laced in each filter shall have a uniformity coefficient and size as specified herein. The particle size shall be determined by screening through standards sieves calibrated in accordance with ASTM E 11. Effective size is defined as the theoretical size of the sieve (in millimeters) that will pass ten percent of the sample by weight. The uniformity co -efficient is defined as the theoretical size of the sieve (in millimeters) that will effective size. E. Anthracite Sources The anthracite shall be supplied by Florida Silica Sand, Inc. phone (305) 691-5881, Unifilt Corporation, Fombell, PA, phone (724) 758-3833; Reading Anthracite Coal Co., Pottsville, PA, phone (717) 874-2537; Carbonite Filter Co., Delano, PA, phone (570) 467-3350; or equal. F. Design Criteria Anthracite shall meet the following design criteria: Depth (inches) 17 Apparent specific gravity 1.50 to 1.70 Effective size (mm) 0.90 to 1.05 Uniformity co -efficient no greater than 1.70 Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4A - 2 PART 3 — EXECUTION 3.01 Placing Special care shall be taken in transporting and placing the anthracite to avoid the possibility of contamination with direct or organic matter. Any anthracite which may have become dirty, either before or after it has been placed in the filters, shall be either washed or removed and replaced by clean anthracite. All anthracite which has been contaminated by organic matter will be rejected. In placing the anthracite in the filters, extreme care shall be taken to avoid disturbing the layer of filter sand. 3.02 Washing and Testing After the anthracite has been placed, it shall be washed at least three times, with the Owner present, by the washing devices connected with the filters. Each of these separate and distinct washings shall be of at least five minutes duration at the specified wash rate. The wash water shall be applied at the start at a rate not to exceed 2 gallons per minute per square foot of filter area and shall be gradually increased to a maximum of 22.5 gallons per minute per square foot. The fine-grained materials which accumulate at the surface of the bed shall be scraped off and removed by the Contractor at the end of each period of backwash. The depth of scraping shall be approximately five percent, 2.5 percent, and 1.3 percent of the specified anthracite depth for successive washes. The filters shall be washed and tested one at a time. Water for the initial backwash and testing shall be first filtered. Ci Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4A - 3 0 • • SECTION 4B FINE SAND, TORPEDO SAND AND GRAVEL MEDIA PART 1 -- GENERAL 1.01 Scope The Contractor shall furnish and place, in each of the filters as shown on the Drawings, filter gravel and filter sand media meeting the depth, specific gravity, graduation, and quality requirements specified herein, and shall perform all specified washing and testing, all in accordance with the requirements of the Contract Documents. 1.02 Related Items Specified Elsewhere Anthracite media are specified in Section 4A. Filter underdrains are specified in Section 4C. 1.03 Submittals The Contractor, prior to purchasing and delivery of sand media, shall have an independent certified laboratory test the filter media for conformance with all stipulated requirements. The test results shall be submitted and approved by the Owner prior to actual purchase. The independent laboratory report shall clearly indicate whether the media is acceptable or should be rejected. Should the media be rejected, the process shall be repeated until positive results are achieved. PART 2 — PRODUCTS 2.01 General Filter media and filter media testing methods shall conform to the requirements of ANSI/AWWA B100 "AWWA Standard for Filtering Material," except as otherwise provided herein. The filter gravel and sand furnished for use in this project shall be equal in all respects to the approved samples, and similar samples for test purposes shall be furnished as required by the Owner during the preparation and placing of the filter materials. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4B - 1 2.02 Gravel and Torpedo Sand Media A. General Filter gravel shall consist of a 15-inch deep blanket of graded sized of filter gravel and a 3-inch blanket of Torpedo Sand placed around and above the underdrainage system as described hereinafter. B. Material Quality Filter gravel shall consist of hard, durable, rounded particles .containing not more than three percent of thin, flat, or elongated pieces where the longest axis of a circumscribing rectangular prism exceed five times the shortest axis. The gravel shall be washed and screened, and shall be visually free of shale, mica, clay, silt, and sand, shells, dirt, and organic impurities or other foreign matter. C. Specific Gravity The average specific gravity of the stones shall be not less than 2.5, and the acid solubility, when tested in accordance with Section 5 of ANSI/AWWA B 100, "Standard for Filtering Material', shall not exceed 5 percent for sizes smaller than No. 8 (2.36 mm), 17.5 percent for sizes larger than No. 8 (2.35 mm) but smaller than 1-inch (25.4 mm), and 25 percent for sizes 1-inch (25.4 mm) and larger. D. Gradation Standards Filter gravel shall be screened through square opening sieves conforming to ASTM E 11 and not more than eight (8) percent of the weight of any size of filter gravel shall be finer or coarser than the designated size limits. E. Design Criteria Starting at the top of the grout anchors which hold the precast underdrain blocks in place, the gravel shall be placed in the filters in four (4) separate layers and Torpedo Sand in one (1) layer, each of the depth and size of particles given in the following tabulation: 1 Gravel 1 % in. to % in. 7 in. 2 Gravel 3/4 in. to %a in. 2 %z in. 3 Gravel Y2 in. to'/. in. 2 Y2 in. 4 Gravel "/ in. to Zia in. 3 in. 5 j Torpedo Sand ES 0.08 to 1.2 mm 3 in. _:J Note: Uniformity coefficient (UC) for Torpedo Sand is 1.65 maximum • Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4B - 2 0 0 2.03 Sand media (Fine Sand) 0 A. General r� Sand media shall consist of a 9-inch deep blanket of graded filter sand as measured after all necessary washing and scraping has been completed. B. Material Quality Filter sand shall be composed of hard, durable, uncoated grains, and shall contain not more than five percent of flat particles and not more than a total of one percent of clay, loam, dust, and other foreign matter, and shall comply with Section 2 of ANSI/AWWA B 100 "AWWA Standard for Filtering Material." Acid solubility shall not exceed five percent and sand shall have a specific gravity of more than 2.60, all in accordance with Section 5 of ANSI/AWWA B 100. C. Gradation Standard The sand shall have the effective size and uniformity coefficient specified herein. Effective size is defined as the theoretical size of the sieve (in millimeters) that will pass ten percent of the sample by weight. The uniformity coefficient is defined as the theoretical size of the sieve (in millimeters) that will pass 60 percent of the sample by weight divided by the effective size. The size of the filter sand shall be determined by screening through standard sieves that have been calibrated in accordance with ASTM E 11. D. Sand Media Sources Sand shall be supplied by Florida Silica Sand, Inc., phone (305) 920- 9107; or approved equal. E. Design Criteria Filters shall meet the following design criteria: Depth (inches) Effective size (mm) Uniformity co -efficient 9 0.45 to 0.55 no greater than 1.65 Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4B - 3 0 0 PART 3 — EXECUTION 3.01 General Normal design standards require a separation of two (2) inches from the centerline of the surface sweeps to the top of the unexpanded media. 3.02 Gravel and Torpedo Sand Media A. Preparation of Filters Before beginning the placing of any gravel, the Contractor shall carefully determine that all holes in the filter underdrains are open and free of obstruction, and that the area around the filter underdrains are swept clean and are completely free of debris. B. Installation Special care shall be taken in transporting and placing the gravel to prevent it from becoming contaminated with dirt. Any gravel which becomes dirty, either before or after it has been placed in the filters, shall be either removed and washed, or replaced with clean gravel in a manner satisfactory to the Owner. All gravel which has been contaminated by organic matter will be rejected. The gravel shall be deposited in such manner as to avoid endangering the underdrains. Provision shall be made to protect the underdrains with adequately supported planking at all locations where gravel is lowered into the filter unit in placing the first layer of gravel. Each layer shall be brought up to the required elevation and made level over the entire filter bed area, and shall be smoothed down to a true surface. The placement of gravel and torpedo sand in each layer shall be inspected by the Owner before the layer next above is placed. The placing of each size of gravel shall be finished in any one filter unit before beginning the placing of the next size. Care shall be taken not to injure equipment and piping in the filter units by walking on or dropping gravel upon them. 3.03 Sand Media A. Placing Special care shall be taken in transporting and placing the sand to avoid contamination with dirt or organic matter. Any sand which may have become dirty, either before or after it has been placed in the filters, shall be either washed or removed and replaced by clean sand. • • Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 413 - 4 0 • r� u r� All sand which has been contaminated by organic matter and soil will be rejected. In placing the sand in the filters, extreme care shall be taken to avoid disturbing the upper layer of filter gravel. B. Washing and Testing After the sand has been placed, it shall be washed at least three (3) times, with the Owner present, by the washing devices connected with the filters. Each of these separate and distinct washings shall be of at least five minutes duration at the specified maximum wash rate. The washwater shall be applied at the start at a rate not to exceed two gallons per minute per square foot of filter area and shall be gradually increased to approximately 20 gallons per minute, per square foot. The fine-grained materials which accumulate at the surface of the bed shall be scraped off and removed by the Contractor at the end of each period of backwash. The depth of scraping shall be approximately five percent, 2.5 percent and 1.5 percent of the specified final depth, for successive washes. The filters shall be washed and tested one at a time. Water for the initial backwash and testing shall be first filtered. [Dual Media Gravity filters 3, 4, 5 & 6 Rehab. Sec. 4B - 5 C� 0 PART 1 - GENERAL 1.01 Scope SECTION 4C 0 FILTER UNDERDRAIN The Contractor shall furnish and install, in each of the filters as shown on the Drawings, the filter underdrain system as specified herein. 1.02 Related Items Specified Elsewhere All anthracite media is specified in Section 4A. Filter gravel and sand media are specified in Section 4B. 1.03 Submittals The Contractor shall submit shop drawings of the underdrain system. The submittal shall include, but is not limited to the following: material of underdrain, including edge strips and other items; material of fasteners; and all pertinent dimensions. PART 2 - PRODUCTS 2.01 Filter Underdrains Filter underdrains shall be as manufactured by Infilco Degremont, Inc. No substitutions will be allowed. One material shall be used throughout for the slabs and legs. Each filter bay shall be supplied with an underdrain consisting of slabs constructed of either Dupont Corian or Masonite CPA, in which ports or orifices, 1" in diameter, have been drilled on 6" centers. Each row of drilled ports shall be covered by a %" x 1-1/2" stainless steel channel strip, which assures even distribution of water. The cover strips shall prevent the bottom course of gravel from clogging or obstructing the ports. Each slab shall be supported by legs constructed of the same material as the slabs which are held in place by stainless steel, self -tapping screws. Slabs shall be shipped without legs; legs shall be bundled. Both slabs and legs shall be pre -drilled. Assembly of the slabs and legs prior to installation shall require driving home eight screws per slab, which is approximately two screws per square foot of filter area. Each slab shall be nominally 24" square, with partial slabs furnished as required by the filter internal configuration. The approximate weight of each 24" square slab shall be 50 pounds. Fill plates shall be furnished for tank edges, etc., as required. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4C -1 • 0 r� PART 3 - EXECUTION 3.01 Installation Filter underdrains shall be installed in accordance with the manufacturer's recommendation. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4C - 2 • SECTION 4D ACTUATOR VALVE PART 1 — GENERAL 1.01 Scope 0 The contractor shall provide all tools, supplies, materials, equipment, and labor necessary to install, adjust, and test the Actuator Valves for the Filters, as shown on the drawings and specified herein. 1.02 Submittals The contractor shall submit shop drawings for the Actuator & Valve. Submittal shall include, but not limited to the following: material type, all pertinent dimensions and manufacturers/suppliers detail drawings. Drawings shall be in sufficient detail to serve as a guide for assembly and disassembly. PART 2 — PRODUCT 2.01 Actuator Valve Actuator Valve shall be as manufactured by Fisher Controls, Marshalltown, Iowa. No substitutions will be allowed. Description Valve Actuator PART 3 — EXECUTION 3.01 Installation Type/Size 10 inch, 9500 Butterfly Valve Spg & Diaph, 1052K/60 Actuator Valves are installed according to mounting location (i.e. right hand mounted or left hand mounted). Actuator Valves shall be installed in accordance with the manufacturer's recommendations. L7- • Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4D - 1 I-] • 0 0 SECTION 4E SURFACE WASH SYSTEM PART 1 —GENERAL 1.01 Scope The Contractor shall provide all tools, supplies, materials, equipment, and labor necessary to install, adjust, and test the Surface Wash Systems for Filters 3, 4, 5 & 6, as shown on the drawings and specified herein. The Surface Wash Systems shall be constructed utilizing, like size, stainless steel pipe, along with one (1) additional surface wash distribution pipe within each filter cell, one (1) stainless steel controlling ball valve for each filter cell, and all other appurtenant and miscellaneous items of work required for a complete and satisfactory installation. 1.02 Submittals The Contractor shall submit shop drawings for Stainless Steel Pipe, Fittings and Controlling Ball Valves. Submittal shall include, but not limited to the following: material type, weight, all pertinent dimensions and manufacturers/suppliers detail drawings. Drawings shall be in sufficient detail to serve as a guide for assembly and disassembly. PART 2 — PRODUCT 2.01 General Pipes, fittings and valves shall comply with all applicable provisions of AWWA and these specifications. 2.02 Stainless Steel Pipe Unless otherwise shown, stainless steel metalwork shall be of Type 316 Stainless Steel and shall not be galvanized. 2.03 Bolts and Anchors For all conditions, except where otherwise specifically shown or specified, all bolts, anchor bolts,.U-bolts and nuts shall be Type 316 Stainless Steel. Threads shall be Coarse Thread Series conforming to the requirements of the American Standard for Screw Threads for bolts and nuts. 2.04 Ball Valves Unless otherwise shown, Surface Wash Control Ball Valves shall be stainless steel with Union threaded ends. Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. Sec. 4E - 1 PART 3 — EXECUTION 3.01 Installation Proper and suitable tools and appliances for the safe convenient handling and installation of pipes, valves, and all other appurtenant and miscellaneous items shall be used and shall, in general, agree with manufacturer's recommendations. At the time of installation pipes, valves, and all other appurtenant and miscellaneous items shall be examined carefully for defects, and should any item be discovered to be defective after being installed, it shall be removed and replaced by the Contractor at his expense. i • Dual Media Gravity Filters 3, 4, 6 & 6 Rehab. Sec• 4E - 2 EXHIBIT "2" TR9803 BID FORM CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB BID No. 02-23B �e S / �e l Submitted by: (Da e) (Bidder) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88t' Avenue, Tamarac, Florida 33321 g 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish alicasth seb'ded herein for the Contract Price and within the Contract Time frames indted n 2. This bid will remain subject to acceptance for ninety (90) days after the day of bid opening. Bidder will sign and submit a Bid with the necessary documents required by the City within fifteen (15) days prior to the date of the City s Award. 3. Bidder has familiarized itself with the nature and extent of the contract documents, Work, Sites, locality, and all local conditions ad laws the Mark. tions that in any manner may affect cost, progress, performance or furnishing of a) Bid 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. b This Bid is genuine and not made in the interesttedof or on behalf of any undisclosed conformity with any Bid or rules of person, firm or corporation and is not submitted i any group, association, organization or corporatioan�false or sham Bididder has not e Bidder has not induced or solicited any ther Bfirm orcorporation idder to ' to refrain from bidding; and Bidder solicited or induced any person, ain for itself any advantage over any other Bidder or has not sought by collusion to obt over the City. 4. Bidder will complete the Work for the prices shown in "Dual Media Gravity Filters 3, 4, 5 & 6 Rehab Bid Form". ork will be substantially performed and complete in accordance 5. Bidder agrees that the W with the schedules established herein. Bidder accehewundersigned' work on time. The liquidated damages in the event of failure to complete the agrees to forfeit to the City, as liquidated damages for each calndar dane lapsing between dates the dates established for response and/or performance minimums, beyond which said responses or completion(s) are achieved, the amount of $500.00 per calendar day. BF-2 6. The successful Bidder, at the time of execution t f the ry c tract, onsot heowork'and a Owner a performance bond providing for payment bond providing security for payment of all persons performing labor in connection with the Contract. Each bond shall be furnished in an amount equal to 100% of the amount of the Contract awarded. A warranty bond in the amount of 50% of the final Contract price guaranteeing the repair of all damages due to improper materials orworkmanship will a A so be required. The bond shall be written by a surety company that has a rating o a and 15 according to the Best Key Rating Guide and that is licensed to do business in the State of Florida. The bonds shall be oweePr-of-Attorneyby attached to he bonds. Each company with a certified copy of his/he bond shall remain in effect for one (1) year beyond the date of final completion and acceptance of the entire, work to repair any defective work done under the Contract, and to pay valid claims for payment of labor and/or materials submitted after completion of the Contract. Forms for these bonds, Final Release of Lien By Contractor and Affidavit On Behalf of Contractor shall be provided by the City and completed at the time of execution of the Contract. 7. The total price for the work shall be stated in both words and figures in the appropriate place in the proposed form. In the event that there is a discrepancy the unit bid prices shall govern. The bids will be awarded on the basis of the total bid price. The City reserves the right to increase or decrease the unit quantities in any amount after the execution of the Contract without any effect on the unit prices. 8. Bid securities will be returned promptly to unsuccessful bidders after the award of the Contract. 9. The undersigned bidder acknowledges receipt of Addenda as listed below and agrees that we will be bound by all Addenda whether or not listed herein. Receipt Addendum No. Date Is hereby acknowledged. Company:: Name: Date: D BF-3 • BID SCHEDULE CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB BID No. 02-23B Notice To All Bidders Bidder agrees that any unit price listed is to be multiplied by the approximate quantity requirements in order to arrive at the total. In the event of a discrepancy between written figures and numbers, the former shall govern. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner. For each payment item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. A more detailed description of the Pay Items is located in Section 1 B-1.03 Technical Specification. Total 1 Lump Sum Mobilization for the Lump Sum price of: Dollars and Cents 2 Lump Sum $20,000 Contingency Allowance not -to -exceed price of: Twent Thousand -------------------- --------- ------------ ------------------------- Dollars and No gap Cents $ ?e- BF-4 Total 3 Lump Sum For removing and disposing existing h�temedia S underdrains of Filters t 3, 4, 5 & 6 Lumpum price of: Dollars and - CAD ��- Cents $ 3$ 4 Lump Sum For removing and disposing existing surface wash systems of Filters 3, 4, 5 & 6 at the Lump Sum price of: Dollars and Qo -Cents $3SsG� 5 Damp Sum For sandblasting and painting the interior of Filters 3, 4, 5 & 6 at a Lump Sum price of: Dollars and Cents 3 c 6 Lump Sum For furnishing and installing new �'filte f price ofrdrains in Filters 3, 4, 5 & 6 at the Lump Sum p O�vf FF------------ Dollars and Cents 6� • BF-5 • Total 7 Lump Sum For furnishingand installing new filter media in Filters 3, 4, 5 & 6 at the Lump Sum price of: �N �— Dollars and 2E Cents $ 7/C 8 Lump Sum For furnishing and installing new stainless steel surface wash systems in each cell of Filters 3, 4, 5 & 6 at the Lump Sum price of: S,rrn� sc+D.vl� Dollars and OW 2 Cents $ 6eery 9 400 L.F For welding steel plates to the interior surface areas of Filters 3, 4, 5 & 6, as designated by the owner, for the unit price per linear foot of: T sir Dollars and 2E -- Cents $ 10 Lump Sum For removing and disposing existing Actuator Valves Assemblies of Filters 3, 4, 5 & 6 at the Lump Sum price of: Dollars and 7_ END -- Cents $ BF-6 Tiotal 11 4 Each For furnishing and installing new Actuator Valve Assemblies for Filters 3, 4, 5 & 6 at the unit price per assembly of: Dollars and Cents 8� GRAND TOTAL BASE BID FOR ITEMS 1 THROUGH 11:.$ We to furnish the following in conformity with the specifi aE tions and at the above bid propose 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. The City reserves the right to reject any bid, if itdeems 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 bidden Company Name Address A4-.,OY- f-7 7 City, State, ZIP (7(7�-14 Contractor's License Number Authorized Signature - sTa Typed/Printed Name 9 yi-- 7a A- a 4,2 i 9yi- 7A a- 13 &Q Jewz -- Telephone & Fax Number 7 as�33a Federal Tax ID# 5/490 :1r- • BF-7 BID FORM CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB BID No. 02-23B i continued Bidders Name: �� C►�� S/� i NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: i Delivery/completion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. i 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. Returning this NO BID Form will avoid removal of Bidder from the City of Tamarac's vendor listing. 3;M 1 • BID FORM CITY OF TAMARAC, FLORIDA DUAL MEDIA GRAVITY FILTERS 3, 4, 5 & 6 REHAB BID No. 02-23B continued Bidders 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.listt ised here, it is understood that the Bidders Proposal fully complies with all terms and conditions. further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance 0 Section Variance Section Variance Section Variance Attach additional sheets if necessary. i i • $F-9 0 0 NON -COLLUSIVE AFFIDAVIT State of 6 f9 ) )ss. County offf1,4 �47- 6 ) R57-bXJ being first duly sworn, deposes and says that: 1. He/she is the Y � � 5 , (Owner, Partner, Officer, Representative or Agent) of 7] LC-. i ✓ ��� � ,the Offeror that has submitted the attached Proposal; 2. HE:/she is fully in 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 Workforwhich 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, fix anyoverhead otperson to fix the price profit, oprices cost elements of the Proposal or of any other Off 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 nlawful ru agreement emp oyees oh parties in interest, Offeror a t, or any other of its agents, repesentativesowners including this affiant. Witness sealpd-5-3d d�ed in the presence of: Printed Name Title NC-1 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida E E, County of On this the day of 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared B P 4S o A) and /ame( (N;) of individual(s) who appeared before notary) wh ose name(;) 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 O �FLOR�IDA NOTARY PUBLIC DONALD W. COOPER W SEAL OF OFFICE. NOTARYPUBLIC- STATEOFFLORIDA COMMISSION N312003 31 (Name of Notary Public: Print, EXPIRES 9/13/200.3 BONDED THRUASA"88-NOTARYi Stamp, or Type as Commissioned) xWersonally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or'q DID NOT take an oath • NC-2 CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the document, nclud nglthe Specifcaed in the 't o ps, to Bid. We(I) certify that we(I) have read the entire 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: INDIVIDUA L ❑ PARTNERSHIP ❑ CORPORATION f9' OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: S`ra Ann B AUTHORIZED SIGNATURE (PRINTED OR TYPED) +2 Es r NE i TITLE 0 FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY N COMPANY NAME. ADDRESS: � ftf ,977!? f F T C S CITY: STATE: TELEPHONE NO.: % - FAX NO.: CONTACT PERSON: / fir✓ DATE: v C-1 W QUALIFICATION STATEMENT i I 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 $$t' Avenue Tamarac, Florida 33321 t Check One Submitted By: r-,�or oration '��[., [�, i✓�RSiF� l� P Name: --75 u R,s-Ma AnLB 6,fs o �✓ Partnership Address: i Address: a 719 / 7ry .S'- 67� ❑ Individual Principal Office: t04t v �-Tro G 3 Y a a ❑ Other Telephone No. /— % 07 4 G o2 Fax No. i I 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. i The correct name o the Offeror is: The address of the principal place of business is: I 2. If Offeror is a corporation, answer the following: a) Date of Incorporation: /21-9k /'L b) State of Incorporation: 0 P, ! 16 f� _ c) President's name: /� u�-�1 R d) Vice President's name: ro— S �r e) Secretary's name: -./ o AA) f) Treasurer's name: 4 Act �- kA,-&,Q&A0—sdA) g) Name and address of Resident Agent: cutSToN L ,MXCsoA)1 cis-1 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 f ame and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the ' Florida Fictitious Name Statute.. jaIA 6. Haw many ears 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 j professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. ]n n 8. Have you personally inspected the site of the proposed work? ES ❑ NO 9. Do you ve 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? i ❑ YES g3 NO QS-2 1. Have y complete you ever failed to any work awarded to you? If so, state when, where and 1 why: Al Q 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 F- 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 5 Z - &A 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 b iness and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by 9fferor: QS-3 18. St ate the name of Surety Company which will be providing the bond, and name and address of agent: & 19. Bank References: Bank Address Telephone 7- IYO AL ,v G �3 -3 Attach a financial statement including Proposer's latest balance sheet and income 20. `c. E 14 7 14 e o4 f� statement showing the followingitems: a) Current Assets (e.g., cash, joint venture accounts, accounts receivable, Hates receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): i 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 preparirthe financial statement and date thereof: 14. /0. Boni Fs, �.,�, � . 22. Is this fnancial statement forlhe 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). THE OFF EROR 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 AFFECTS THE O DISCOVERY EROR S QUALIFOMISSION ICATIONS OR TO MISSTATEMENT THAT MATERIALLY PERFORM UNDER THE CONTRA WARD TO CANCEL AND TERMINATE THE AWARD SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AND/0CONTRACT. (Signature) ACKNOWLEDGEMENT QUALIFICATION STATEMENT State of Florida County of _ / T On this the __L day of A , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared �3'Ed and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to within the instrument, and hQ/she/they acknowledge that hp(she/they executed it. WITNESS my hand and official seal. STA E OF FLORIDA NOTARY PUBLIC, NOTARY PUBLIC DONALD W. COOPER k , SEAL OF OFFICE. NOTARYPUBLIC- STATEOFFLORIDA COMMISSION # CC870631 EXPIRES9/13/2003 BONDED THRU ASA 1-M-NOTARYI (Name of Notary Public: Print, Stamp, or Type as Commissioned) wersonally known to me, or ❑ Produced identification: C� as-s 0 0 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 a • VENDOR DRUG -FREE WORKPLACE 0 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 effects 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. Whenevertwo or more bids which are equal with respectto price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction -of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company Name 4,,t k s- o J LA rA,6SR s a 4) VDW-1 SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. a L� to the City of Tamarac for?juR�. nL�A GRAJ� fi�rt5 �� 2. This sworn statement is submitted by / and (name of entity submitting sworn statement) m Federal Employer Identification Number (FEIN)7rS� �3 d (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: k#40L6 F-4SO A) and 3. My name is -4e-S `rd (please print name of individual signing) relationship to the entity named above iss�-�$ D my p ' 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or -federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entity of a plea of guilt or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: A predecessor or successor of a person convicted of a public entity crime: or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by P.EC-1 a 0 one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arms length agreement, shall be a prima facie case that one person controls another person. A person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) X_ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. _ The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CO TATUTES FOR CATEGORY TWO OF ANY CHANGECT IN EXCESS OF THE THRESHOLD NN PROVIDED IN SECTION 287.017, FLORIDA S THE INFORMATION CONTAINED IN THIS FORM. (Signature)-4-"W.L MA) Date: PLC-2 11 • I SUBCONTRACTORS LIST OF____ who will The Bidder shall list below the names and business address oft of the Cont actor'seach rTot I Bid perform Work under this Bid in excess of one-half of one p Price, and shall also list the portion of the Work that will be done eby such t as otherwise provided by lawe opening of bids, no changes or substitutions will be allowed p The listing of more than one subcontractor for each item of Work to b eperfill fo performed d with the h d as non- responsive will not be permitted. Failure to comply with this requirement responsive and may cause its rejection. Contractor Percent Subcontractor's License of Total Name and Address Work to be Performed Number Contract t 2. _ 3. 4. 5. 6. SOS-1 CERTIFIED RESOLUTION 1,4AiA E,,e Sdd (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State Of rAlo i21011A , 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. �y "IT IEREBY RESOLVED THAT 114uRs� A) m-+� EiQ s D.c� (Name)", the duly elected SS� E 4 e.00 - (Title of Officer) of 17-2C =w C�- (Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Given under my hand and the Seal of the said corporation this day of , 2002• i i (SEAL) B 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 in its behalf. CRA ST.L.C. DIVERSIFIED, INC. BALANCE SHEETS DECEMBER 31, 2001 AND MARCH 31, 2001 ASSETS December. 31, March 31, 2001 20.01 CURRENT ASSETS: $ 89,908 $ 386.,070 Cash Receivables - Contracts (including amounts retained of approximately $196,585 at December 31, and € $206,691 at March 31, 2001) 1,259,068 1,417.,000 I Employee loans 4,211 13,121 3,150 7,639 Accrued receivables 43,837 - Income tax refund receivable j Costs and estimated earnings in excess of 89,364 74,114 I billings on uncompleted contracts 83,515 58,073 Inventories 12,215 7 123 Prepaid expenses and deposits TOTAL CURRENT ASSETS 1 559,239 1 953 169 PROPERTY AND EQUIPMENT, net 478,363 313,898 _ OTHER ASSETS Intangible assets, net of amortization 26,847 34,169 CSV Officers Life Insurance 1�464 13 542 TOTAL OTHER ASSETS 39 311 47,711 $ 2,112,91_3_ 2 314 778 LIABILITIES AND SHAREHOLDER'S EQUITY CURRENT LIABILITIES: installments of long-term debt $ 94 952 $ 42,893 Current 59,990 Loan payable to bank 761,383 1,1, Accounts payable 86,792 82 120,482 Accrued expenses Billings in excess of costs and estimated 61 241 68,658 earnings on uncompleted contracts - 24,253 Income taxes _ current 2 000 91 D00 - deferred TOTAL CURRENT LIABILITIES 1 006 368 1 511 800 LONG-TERM DEBT, less current installments above 161,502 101,513 SHAREHOLDER'S EQUITY: Common stock - $1 par value, 1,000 shares 200 authorized; 200 shares issued and outstanding 200 944,843 701 265 Retained earnings - TOTAL SHAREHOLDER'S EQUITY 945,043 701 465 S 2 112 913 2 _I4 778 The accompanying accountant's review report and notes are an integral part of these financial statements. 2 9 Dom-" m O C C O C) O O© C7 P O O O O p p Q O 0 0 P 0 O d O P O d d 0 0 0 O N N Q' C O C O O O O d O �•' '-' �--' r-+ F-+ "'' O O Q O d O C7 0 O r••' +-' �" O d O 0 0 O C7 .- IJ w -P lr Q` �] Oo U P '--' N 4) un aN N 4) A In ON 00 IO O '-^ N W •-' N W .A In ON J rxarrr a0 �. 0) c) t, o a �, [D "� d . O y [. 0. �" O F= r�i• '3 p G ry N O C j Vj UP ' C V? C!a ? � p- �` �+ r.;� 'O p ',� �y +b 'y ,rrt (1r.00HNd'j-fD In j rw�acOWx�i. ��'r~F�.%),:, v�,'�+, rymGwf+ U�4 - �tGw4r"',+,' . F' ff�nrt-i pqk�nEaMi "" .D�!Oe ' CP(Ck° .��p'*p O0hrT.`•. 4ny.�C!)"�w+ �µc'� yrW ^O •'^` WWG`•'i*, '* CnGJ7 .�r_�ow-' i❑ ° o • (weO�CD a CD OO• — ++ _ O o ti C, O� OCd()•Fppfi`` Ol2- . O m (7)C)7CD 'o 0 W Ccwu ti pd Nco N CD P .O rF+ P° O N "o o h cnp CD 7 "y -M rp ? O C Orf.N �ON r0w CD P o O w d I'd0 n G -1 o Ci O CD tv .! G p" �o In a. cD co a PC :p W op ( vC, o It o- O ON It C, �O fill T. ¢ wn 2L wrD 0 0• o ra pro I MCD G � � �'. A+ ram• CD yR O p O- O CA n W G d yc H���c,�acc�r�cra�caca.ca�rn nr' o O o o O o o Ci o O O W p� d O rn °tlO o c0 CD Ul C9 a N �-"" o CD C�i o @ rGiC�rnyc.�0) o o ° o 0 t:d O'y O,y ... a () m m G C 47 n p C ty by M co C"7 w 0 0 a c�D G7 CD `� w G� C' c- CD ' tzi W CD b �r3y� � roW� It r» '* CP 4'U p N N h `Y b ,°p O~ y.' 'C] ' 7 w p y' p �. YD p' C➢ c7 (4 (� (D u� O -' 0. w tz7 00 r-� rti rr r-� rr r� r-. r`� r. r� r`� 1--� .�, rr r'� l-". �� r-"+ r~r r•ti r. r"� r� >� r•+ r-• r-• r-� r^� l-. rti r~ r•� .^� r1 v In Cn cn v, c n Cn In IO c� Inv -7 kc In v No LA In yr o� l N A O o�i ON, G� CON O. C1 O` U ON ON .F CT ON 4-,In G, ON 4 N Cn ON W W �+ ._-+ W w +--r � � � �--+ � r+ � w F� N .� a A � r� �+ ... � �+ 4) a •J � n-+ -.] r.•,. �+ �1 �1 �] �J t.-• 1 ti/ ti/ �/ `+ `/ \_� ti/ t� ti/ �J t/ ti/ t+ �J `w./ �J t/ �� L+ �J t/ `/ �J ti/ `Yr � V J L/ \J �J `/ `/ Ch a �Q N �] N Ch CA ID N "D N N %o W -P w �l O� O\ a 1 Vr c!� .? oo a In w v CD w NO IO IO ID IO %Q cA G1 00 SO U+ N N [» �] U +-•a d N IO A 00 4 .fin.. � W NO W A •-1 C N a N tV N N Cp r+ rn N �' •-+ C1 w -R a J� aD CT '••' N �' O i i i i i i i i %) r-+ �l r-+ .p vi �1 C7 W m G1 N W 00 N co O- 0% 00 W • t) r ON Cn r- Ch <n A N A d a IO a LA w N W O V) p W Orn A 'N+) N d rn W wo toJo v W Q Jam- '^' N `') 00 LA v+ d t w P pp O w .L+ P O ON No W wON Lh VI L W ... ON n, = I.�7 O �-' Cn d N O� ID co N O O N C:) d O d Oo C!+ Ch C fA EA 46, W 69 69 6 6 69 69 f+4 69 fH EP. 'J E \ 69 4rq— tQ fy9 69 b9 -L, 6e M Ch fA' a In OI W 69 F.5 f d N 69 C..a 4p Fr9 N C` ON 69 Ln N -!^ W 69 W ,'1",, VA•1 O CT ca �= ab N -4 w 64 N N w N O 69 Vr' ls) I,h �- OO lh N I+) U Vr• V1 W N W V N �7 l.i N a W A •R OO -4 — A PP PO O w 1•.' In •A W yr �l �3 IO w �' w W C71 w C �b O v'' 7 jJ w N V ON V ON A. •P O> W W 00 00 >` '-0'- L? I n t) r� O 01 C) -.4 W O N I.A C-)00 � In N� W P In P a? to ON O -A W 10 O d P O� V+ O CO �+ LA O w C) IO --4 P w- 1 CNi+ C In oC Ln O d O C O`, o O C)P Cn W "D d �n N C+ C•n N Oc r NO d tr O d O In In O O P c O O d O C d C> O d C b 'V d d �a d C C7 0 C 41 O d P N O W O` (Doc O O d P O C Ci O Co O a O O C O O o C) CD C) O C) O O O O O O O C) OO O Co I� I A 9 A 1 d ♦7 C 7 I • • l* Jf. Vj VL] LJV to K7 No ,4D to No 1-0 to lJ l7 tD to lC? K] K) K) K> tb to K7 tt7 \0 NO L7 KJ IC) K7 to \0 O Oo w m (>0 W M 00 00 M oc 00 w 00 to V' to ko to ,D K) LJ tD K) V' K) K) t0 NO L, t0 10 to KJ to \o to to CT o d O d O Q o 0 - r d o O d O G 0 0 0 r r r-- r r r .--• Nt-) IJ. N N IQ W 4-N is U 00 ,o C) - NW � r N w A V, U -7 00 \0 d r N W A to cn, M H O IJ w .N p, °•-•, ^° ,ny r n pi fC W Fo+ �' ' r� h n m �^p ro ti • h ��d w `° w w v a7 p CD� o� ro p ro o cu_ y o H co can w rs w '. Po '' 00 `~ o o a �n) °w lei G� va fl o r a w �d - w a ro c a t� '� c a. i n qy ro g o cp t W (7 /� (o v N m W "� C.-+J_+ „O�. N w cj O /b � •G+ 'O �-� � ,�'%fD �O•n Cw"', co D a �. o Qq (D G CJ `n U(D @ ' UP '•r d -i a o -<K`� In Gro O* y o [r CL n C, o ��y rr73 A' K cn O .` CD cv „•,. r 4 b p. ° ] rn N r C r. • K) • cnH�. rn �nHman�cnt->0��c_axr��m n m C o G 0 co ° r? ° µ w o o n :: � 0-°' n c n w y F F.a a c n Yd p 7� q� w y O O bw4 bR CF O vi 4 ba O td td ° ° to O O *O-h "°no ro o o w �v nt"°)p I wo a o o �o t77o o v o c'' o G ro N `= c C° �. a ro o Co -oc w R° o CD^� G "j `c rn a bj ''� w to roCD C) t 0w� ro Crod oG r• K (9 G ni ' N O CD `yam O C w O �' • l r CGCD CD CD � • v'i rr W �•G ;�' rn* � � �' y ►�y ray �-3 r"� 4." w HoH � a•� K c, Gy oyy xacon elC)o o C7 G • L . °�o ram o G o ro w CD n r" w� o o t ' Ga 7x"tdCCD (tc%p a- W n w tra • c� m w coo CD N n ^� co Uv c Uo ro w C^l, l�h lli V, t�l, t�l, (�A CA "o Ott] tin V ttA I-h � t.J, to 0�:1 l�.n � tin (�A to LA tin N I.A t�h a�0 to 0000 V tin W V, l-A tJ, CT O� G1 Q•, Ot O, ON � • ". U 4 - ON ON A ON 4+ th O\ U ON O O` ON ON ON ON ool 01 r u, Q\ t/+ CA Q+ G1 to In ] �t N O J V �] K] d\ v ON �] w is th UO N m N --1 th K7 V J v N 1 N tO D OQ K7 �1 00 t-A N -1 oc N to LA to tr, N �+ N w ,--, K7 �o W N w �7 4 K) to ON 4 •A � "o O N N U W tP to .F r fJ 6 to v, J-. G� rn oo �] N --1 to �--. �] Cn �7 N G1 �7 �] r ... .p U -P �) N U G1 �1 �" w i•� to ' ' ,� N p o0 >✓ %n N v N C r✓ in ,!n <a a� -7 in - r-+ N in A lh v, to O 6 ' N Gti to oG N w 7 tiJ G, b N to v, th N 4, •-' .A w to ON ON ,-n -] Q w r V oo to N O1 1- d w 4n --7 �] o v p •• v, N J N N d m rn o0 w O �+ O ON O co O v, A c.•-+ ,� N O rn d C) C 41 O 0` d N N d N W v, Do N ON o �-' O d G O` v oo d p cao to to 69 C9 E9 4f, b9 `µ G f Ffs b9 69 b9 N Ef- Hi fi Ni fA 69 b9 65 1r9 6? W N r w r 69 b9 E:J b9 W \0 r b9 �] FA N �] V, 69 69 6A N b9 U) N`�, � Fp N WI'D C? to -a .A �•-• D, b5 N 4> �• G� -4 b5 C7 v 69 w w 00 A d �) K) rD A 'U �] d-Z O r w •A N 4+ �.! w v, r CO to tfi t!, y r to w N W» G W `^ : W C, tJ no ^ d C �O d �] 1i. U O� 00 N v ON aJ O � C) lJ U '-a O V ih Vi © U V L7 in O k7 NC� w b O d to r. m N KJ Co d Co Oo p A to w K7 K% G1 G to r d ,--� W tl, Q` w O o 0 o tJ -F C' O•. d O P o - N O W Q N Lc d tfi t., to Cal to O w N O +-• A on O ,.n d d -R d SJ a x 4 CD C 6-D CD CJ •o d O o 0 o ON O G O c O p O O O C O O o c c n• o o e o o n� o o a s o 0 o n c o o� o� o o a o c` o� o 0 o a a n 1° a ti 1 Ad U 0 . 0 1 r~ lJ u ,ti \A \D `o b � 4:> .V �D V �f1 �O to ED lA �O Vr �O Vr �D lD �A b ID LA �s v, v, v, v, In lr l.A Cn(:N cN ON Cn rn C\ C\ rn C\ CT CT C% c C� -Ja-aV ���� V-a V V ao 7' C) CD 0 0 NN N N N lJ N N N C7 C)0 C7 CD O C7 C:,o �-° �-' 0 4 CS C) C w ti In oN 00 00 0 N 4) .A v, U V as to C? � N w � ch � N u) A U, 0\ V 00 l0 y 'd Coo ~� ti] L/]co 7 Co cn CD a 0 Uw4 rn q W t n 0. ��'� �' � � �HC� °' o �J?: �.� �,�.C7No w b�•p w,r�°jw :�,,C6 .�:�q � U O O a r-1 P U'� p a� �,J'7 C C � E p R. 0 ¢ iCn 0N� P' C/a 0 ro co CA N �.�- H lam? yyy`,' N• _ F; '•. hr+, °' �j i pK� ,�� 1 ,��y n c N, !yam K �h Qn rG+ e[7Y F' Ct)' �I' {�i X O • '•h O' O. rJ i-. • .�-F �•1 �Q R .7 S, O' �1 R H o n 0 jd a� 0Ca '� ii+ P `y +� ' Ci N h Cw+ d + C ,0 CD c) go a CD 4) C `� Cn `•F ,n CD .+ CA (p• p b p {]n 1"� R . H .^1. CT Ln r�•r '�' CDt7 C .`] CD N h7 `C A rn `C ❑ (� r`�+ K 00 n C `C 'rip p. (D n C "d 'd (��7++ f� (? C] �� t/' M" ccnu p rn o C] na E G C CC C 0 C a n C] n � o c- a� C o p W Ca • �,�as uwa wa�a ,"'h o va o 0 a. a o a 2 ,,;� �awn o(7 oCo9 o d p [ Oa co oo oo I n n Z �J 0 E'�C� o " Pr-) 0 CcCa C! � 'to _ Co o � C»" y�J `-�C� g � a+ o n d0 o C (c "' oj o e. 4i-7* o `a C td ` PDo [ C. 0 b � � coDn � cn IN ca o Ca a o o a o o o d �y �r.� ?� p, w n Ca rr,��yy y p r��y ra n"•cn CO o c p p� 0 .� a @ C CT � C? ?_ W � f� rD v'• ni Cl) O O Y N � U4 n y 0. V, l�.h \0 l�l+ V, CT GCh C1+ C:,Ch G1 Ch CTt U Ci\ CT ll, CT Ol l./, Gn v, CT CA CT 0� C7, Q` CT �� u �.• of u v ✓ u .-+..-s u u w ti✓ v �.-� VJ ✓ U �r v ✓ �✓ 1--v t� �J �J �' .~i L/ �..� v v/ v v u . . tJ . N -a CT In Ch J �] w •P GI �l Ch In -) .P �D �7 v � Ch a � to u v h ' v CO W .R• A W N 00 00 r W N 41 N V, \0 W 00 w vA .p %0 Ch GO W V w N w 00 -a O ^+1 lh w 00 N r: 4, N w oo dti oa t•.� �7 V -a w v, Go Q jN \ O lh w N lJ, N ?\ N o a, lh 00 In N � in N 0o 4 C O A 4 N O C� d� In lh O o VO In O N 00 N C7 O P N A 00 N In V tJ W 0 -a N o N 41• � N o N 00 w tJ \0 C> �A w -) -1 �1 to CJ C7 Ch .-� c) �-` N N N G1 N Q G, l') 4.1 4) w w o w w a O O O b C,* ti� C7 [T Ch w CT O b LA O C7 Q CT CT w w a O NCA 4A N N 6A 6? "69 69 64 b9 ¢ b9 W W 6? 69 N 69 69 N CT ••' N JA N ON r W b9 65 69 Ch 4 ] 6 , b9 b4 r, ,� 69 00 .� CT EA +] P �D 4 65 Q In (- to N b9 -� N v a, J w o0 N N fP .-•. W �„ jJ V, N N l•), is �.•� [T �1 W A L l,h tiw lh �1 V d0 lh yW �o N OD CO - ] A 00 y 1 V1 IV Q ,D .00 V, 1J 4) r•P, b 00 CT Vim) Cif .0 �] DD U w l./, r•� w �t ti7 In W O Ln O % O C7 N V - Ch 00 co V 4 h -4 to 00 4-• lA Vr •• to N w MJ CS N t,) J� b� -) LA c V [7 In V CT 00 -- 00 CT ,D ,� • ••� ' CT .A N % O -7 lh 0 -) N 4 00 Q O cl CD O 0 4 C7 C� C C7 C7 0 C? o� O C? O Q O O O O L` O P 0 C7 P o P o 4 CD b C p p O P C� G `C` O 4 [7 O o OO O 0 C7 OQ C O O O C7 O C7 O O G p C•. ` � p O \ O O� O � ` � p � � �l � � � � ` � � ` G D ` to m ll • 0 0 • i 0C v N F J I. N O O 171 yr (7, i� AASALn Lh LA0U~_ -v_ im_ O I'DLh t61G v 10 1-0 �\� P t.A v+ to v kh Lj, tn tiIn vvv+ %.A , 11-i Z. Z -•~ ] NNW� c" Nw ! a Co tn o N W A _ l O_o G Q-' �ii IC �xU'no "nN cd y� o v�PQ y•;�° w G O O ni ro n rr I �" 1"d (U O O .P-'- U4 UQ, C�D �: O Q 1yd C) W }G Pw 5 � N � U4 `• � (� v' CD -I 07 In R m h Gd ° y �, rn O tM o K _o O o. 0 ro p' � • '-C C/] 0 ro' � [ro U4 .n rn o O Ci ^ a G y ° r.!�'° ��Q � p Co w o 0 0 �� �rooa o F �dr �a,�'�m2 o•t"' v �a•� o 0 0 t_, =4p a � .+ r o �a R°'?U' oo ro '7•��. wu' o �; �.�p'+o �Tjy r° w tzi (�° V)rj�`e (4 0.; w 10 $0uq _ P. r f* tT1 .�A o w BCD c d• CA, r*.'o r 0 g d G 0 h+ t,) ,;p •�C]• C I;,d v 14 o CD ON rCD am-' :�4+ Lrl y C fv cn n�000n0nMn 1%1�?�Gonn� ��• . ?> p CD O ram•. .» : �^, W ,�• '_' a [ C .0 G C UQ O bJ m It O O 4 O w P 4 O m m 4 C O r-' O O p C. O O 4 I' Opt P-11cn O r+� '-n +-h c9 '-h Co N t'�n �r- Ujnm bjrd Vj�d r!� O 0h(4 ,one �r�+ 0-n�•� s 0 W tlr O O [Zj .�-. CD G O c9 7r `C CD � �' ti w �.. '-3 48, �P +O'*. O Fxj " O O_ C��', '•* O p .�•. r�r pi r' o O w '%O w t CD Ci 0 .� cn C N a m leQ Co "� d h n 07 C O-r rt n m A+ h • G. G CO m tlj .td O O b7 �* 41 W C �? o ro a n w CD y o o 0 a d C' CV b CDd p o .;7,4 y �=j y� Uq G O L r ti O [7 c) x e O � � CT G� C G1 U lJ uo J U tO,j 1 L O r O P` w ] P' KO�03 M C r CD 0 c: W w a rOCD �y rL o° o ro x� M. O ~ c'T'o o c7 0 Pr o cs GC" a �ClG7� G Gtb a [J O_ y CAD Gi `C O ro c Cu R C; cv w C w. A- y ^a 0 z W 3 m U~i C�.h V l^h loll L LA t�h t(.n l~/1 1�J1 V t�.n t.A LA �V+ V, VI CN to CT CT U W 1 O, W �] 4� vl O� G', W N N A -] A C,p W tp LAW N G7 t_/+ N �u or N Cn �b P N O+ CT Vr v N O'. �] is 6 U is •J t N4� t.A ON vl A p CYr m w P O Ch Oo N .-. .-+ N M to P N GA O th N t� -W P U N N� 0. rn U t a O rn P O O0o O N ON w 4 +s CiNi .A t� G7 I I c yg 4EA. 6@ 49 69 6s l (y9 b9 69 FA 6n { fr9 [ eP FP. ER -P N N W 1:r9 N A (� N 69 69 S9 69 �.-+ .� !P W CA C/1 69 ] O OC C./+ r VNi ', tr v K A co W P �ivi w O� YaP V O ++ Oo W w o W ch N N a oo ao c:plco tJ is Q, 09 v G1 W, W Ot th 00 -] 'Vr 0\ v '-' v N N tD CO �1 -co �] in V Oa oo W W N C) tp on v J G �1 .A �1 is W O\ W is O W W o � W N 6r9 b7 tw CC �] oo oa UA � CO v a -a �O J W .P, �' Cn �-•+ CT �7 CT �C O tf O CA J N oo 4� (71 N P O tJ N G C7 6 0 0 0 C7 C� CD P P a a Q O O p O O P O P P C> C) 0 P O O \\\\\ p \\\\ a \\\\ o b r x lD to �D 10 rA NO 0 v] v7 10 �o 1 0 w' o b l0 'o 'S 'o �Cf kO IQ `O VS 1(] lD JU 4 N N N N N h) lV N N W w W W W W W LO W w W W W 4./ w w A A .p -14 .p. N C C O O C 0 C! 0 d Y Y Y C C C O 0 0 0 0 0 > +� !-+ Y �� C7 [: O d 0 0 0 O p Y IV w �. vl L" 1 V Cc\7 C Y N .- N W A V+ cT -.7 = %D O Y N W �. t h O•, ••• N W 4 lhU V Oo CA C'o - C'b0r"r=7d:�0-�44W pIJCC, rs �?t nC - to �C�� n �ro. C o w a 0 - G rr' �j' W o co - .n ca. a " p w < � � � FD v, m w a n-� w v t,- w a: Ci c� �' C ,� a n n@ a o r cv w d W 'o-h r b �7 W t" rt• ~P p��!• 1O'Fs CoM GO -_r °C �p • , -+ t'! t^ C" n cn CL O G G a O]� .a .0+ o C. p, C r d " O C7 , cn �, r� R w P w o' � �s " cn Ps ' vs rn p� rfi yr ca ter, • rdu' /-•'- 0 dHvr e p w'o-3N o0�2i7d�a G yJ 0� i17 A Y ceLpi 0� R° h w 7 Y cw3 �p Cv w rn o ,y a o �• G mt c ro w c w .� 1-e [ .� cil n _ w yy c w iv w m ,� - � w w (v o co Ua C p M Ua m c o o m p o 4 W UQ o o o 6 o' Uv O fh7 a ¢' ~ a "� o r. n CO l4 C.+ !-r/ a Q G ❑ �' � ^h 1`h cG co cD fY C].v xC]d ��rr co ro a o o �Cv n r.�v o =l�t��d"tlyC7o �b r"a a coC�C co- co n Ga c G� @ t" y G7 G] y o c ,.. 'o G) `j � � q v, H .0 0 c. c G C Liy a o C - • . Ua Ell. n n C. , n co " w co C go m a y cp m R co v y is d �_. C] w co F 89- N n h OL lw r c� 5 �y Y�vr C �y Fy O 1 [i- d ly /1 �i �h �C Ili" h�V r� p- �••• �• 7 x S ' �4 p1-,� rjh D .,. m e"G) a o1yC5 c7 n rti O c4 d7Cd0 � w ro ti in a C�. ry C6 0 m Q 0 8 r� i-i rr r� r"� r1 n r^� r-"+ r1 r"n �'� s"� r� �•ti r^� rti r-h r"+ r1 /'ti r4 n r1 VI tJl Vt LA V, 1� LA 1.11 � t.11 �1 V1 In l.n lit In VI o\ (71 (7% 1N C % o\ of Cn C, O1 Cii o\ o\ dl !--' d C:1 0\ 01 Jh C\ Cll Jn In to ch [. tT a� � Y F-.: Y Y. l.--1 - Y H .••1 W r+ Y Yam+ Y W �] !•'1 Y. Y Y !-•+ Y Y A >-� !•-r A � A Y w p.l M er �... .1 u�ti�v v��� ...✓�v.✓Irv...�ti+�..-vw'�-rv✓...�.✓�-.rvv�✓rr� LA U 7 C �] �1 V CT a no U is �•1 V ON lh 0h N c' d\ w 41 V Is V 0\ N +a V V ��Qp 111 Pl V ON V 4,,: N Vr W W 4a tii v w w (A "] N a) tw N N A t!+ w V V th (..] tlo 06 N �d -4 LA W V N n V 71 oo N rn V In cl, t l N N� I+1 � w w V V t-n l0 N kA Y \O *- fs rn A 4� \O IJ 1 1 1 1 1 1 ! f 1 1 1 1 4 l 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CSA C7 C; PJ In w O W ON da. 0\ Gh O O cb Cri O V C7 N % — o0 4 N W C) Y A W N Cn � 0 O C7 V N O Ca N w C w Wi N N h7 O N lr � a CD 0 00 O N N 00 O ON O O A a1 N 00 N d V Ol C cn N W O LA ar w w C\ fWlON M w C) Q* -.] O O oD w W w o= ar ON a1 4� r O6 w ao w o O CT. o Y lV O\ o lh th w � t� G'h 04 .W C W V CJ d Ch ar U � d Oc b n N -P tSC 4\ V- (f 69 69 69 GS E5 61 �' w V. b9 fA r W G9 .-= b9 C:r- N � 6A UQ Fh 1.+) N .A W E+ W 6' N3 {-r (!3 64 N 65 65 !••' Y .P VI Gi .A Cn 65 Ctt r 1•-- 69 Y Vr O\ V (f3 w \0 �" ^-+ 0` Y Vm G"1 69 69 t]0 N 4 G, cNil VO cn yr Lt, U rn V .A co w� ] 1� N CO _co �o �1 wo vl VI �N oo c.7 v /T l_n O co V1 VJ 00 lh W vl oo Ot U3 ts] N .. p U O vl cn w -a -7 oc t4 N lb C cn (:P\ Y .ja N !a /.,1 to00 N'N'-]p0 � OG w N vl a ch viN--4 6" � -4 C* C? NO U�O�.i00 W YO !-' Y •• 1"-• Y Y Y }-•: !-^' rr Y !--` -� !--' - Y Y rv•a F� Y Y Y 1-•• 1 Y ,-._' C• O C C C CD O C C C d C C 0 d O O C Cj d C O C7 d 0 0 4 C3 r> C O d 0 0 0 d C \ O C d O C O C C C O O O O `�D 0 C7 0 G C7 `O` C C C O O d C 0 O C q 0 C O� c7 z if, {80 w� 7 <7 O r] r 11 0 E ru a i*k It. v rV � 4r t!? V•' � t7 � �7 Vr �a �d tp �D � V�O �O �D � � � �, � V' t[7 �p �� ,6 �D �a � � `� � � n, CU C7 O D O c) C7 O o Cl C7 D 0 O C7 C] C,7 �. `--• r.-• .- •�, O 9 D 0O G D 0• W •- � r — D 4 D d Q co tDo D r� N W A cn U\ ., Oo �IJ •-1•i (4± 4t, Cn G, v a v U N W vy YT V Co N vs'tjrr r rr�t� rJ D�� �� ta1C)C�CG a n!f ar". t rron'OYOcrw"Co PoCU•a•] .ow[n d�eCr wP G Q ao wrnr CD rn CD Ni �.. � o Q ro tl W p�i" @ J R ov C5 O Q o "f" 2 g[! S CO if 0 CD t v n n �•1� tTi `~+r Ci n IJ W Cr p '. y a< i/3 "oaw w ChM r m o m co Gm r o yco G o a,ca•o'o `#moo L "fir" �7 °dct'c k°i to ¢ �y cn m ' Fy.-• 0 0 O G' K W W �� r}j p o'ti C9 V' v`r O `..7' CD �. W pr' pr It W W F q cp t~ C C) 7� � �1 C7 G1 C 16 r- W w C) � rt. .-•• W o rt �••� o A�• O M, : ' Q ^' C d ..0 �S. i1S° C t^0 o CCd o C>7 Cm 0�co �" Qw n md00 oco �0 C, CD wN�b �� an c'on w�o° n y Qoo Q rof0 n,Z0a c C�Ci, 00 Cl'0co co afc co o r r� G G C y �7 ray n y �+ C9 ca [y" `C .y Cco cn rh c �. +� r� ?+ b C min rn �j�' rco'.d�c n�' q CMS- p r,G"o � C g a N wr to E:ry g C (r f [rn a. `rv"^1l (� w a • SD (q f' \ J N' rF • R M f!• • ca ry, ryF 2 W r. ` a >v 3 >h`1Id�tr`"Doo Zt� �O��x p p Up cCD�c] oco KcCD Ca. Z�0r� zpoxSi td CA ram' W � � �' �' r,,, g � N �Q O p � N � � v�-. ��.1 � C ti N 'may. K v: �`*• fp w (D � w �c Z3 W Q 12 c3 O O r-ti i-+ r^. rw .-•, r-. � � r--. �'+ l-"r"� �y � r' rVt (�J1 OHO (�h i!� l�/t C�h ill l�h 0, � CC G1 V to in V Cn lh lh to Ln cn C1 a�i O a� p� O� a �' Cri a+ G1 L7� Cn CT Cri Q\ r� Cn U Cn C1+ U .-'�•H w ^`` F'•' Ln .-� _ v-+ l'- w r rr r-. r .p •� +.] v Vr C� l.n a, Vr C\ W V� �1 N v N t �o 6D V W .Q Ca �. W w W 00 Ln U N v �a V Ur N w N �1 tJ N w -,] (!r J D c7 .� N 'v �� � � CAIn =. U\ O -P l.n Vr H O l.n •�' Go w In lh .R W 47 O W 4 r.h D 4J co ut to N CN In U•. ch �] r In U: h]. r-� �•+ N ati V 'l W %b W O V In •..� O v= C)C �T Vi v a a- �1 N w- W w Y D N ti9 06 .J N r N un O M 0o N is N O lr N d v a N %6 %a N th D UT D N D N D aN N Or Cw 6g Ale 64 69 G9 b5 V) Fig G5 69 6N 64 EA r, 69 69 �-' �] HA 69 ,� 69 ER' N �+: L+9 6A �T .p 69 t w O 69 r� w OO O w G C1+ oo U� W C .-.W d\ QN .�. N N e,- w ;� O l7 r] �O �ds C7 � �,y Vc N l•5 rb u, vt V cr U C•, , CitN,- O`-d+ �Aa 11ar cooot,o ds ��s t ' j ?,N VVncj,.s CW] V ao OD Ln 4 i 'o 'o -7 C a+ N co w III 7 D O a. �V•• Vr Oo D C] D O o D b C C C5 4 D "Ell J d D a 4 D C. G7 D O D D C] D C3 O D C> O D D DCD 5 Q C7 0 D O 5 O Q C7 C CY t7 C7 :\ [7 oc a a o o c a v a o o� c `per c o c c o 0 6 0� o c o b a 0 i* I� W cc W W 00 w w co cry a CO cc cc 00 ro 00 CA 00 w Cr w M 00 Oo 00 00 00 00 w 00 W w 00 Oo Po 1 1 Cry oe 00 0o an os C4 ao w co ca CO Cc Ln �U �D 0 �tl w d CJ N t0 t.J t•) N N N tJ N Cj d© P C3 d O• d CD�--` �-' Y O P w A. P O d 00 Co w w CA rn 1 m 1.0 N w- v, a,�1 coo (A 0— N w ti N w U [n �] ov rA 4 �' N w A �rC,w 54 vnG d o oo O fig a F� C�nt o w o OU rq a �� �' • C7 m wp. "d u w cs o w Kl C O o Al C� va CD n o - 0' a,, ;tug '�7 c ro - G `� t'" 0 (-,� A C C ky 0 1. tv G '+ 0 0 `i' � � 74 O Cs G � � N � ycr4 w CD ,lt�� H o tGt"d� b `� �C Oop CD, w a *' • c, r o 7� <; ,� " �, r�i ram- v� ,o cra a �" n_ �C Vwa , d tom` C ° `ro" " C7 O' C� n. pc'' S @ y c.' o O H �. w r c' r C 5 ?:oy �« o ocxn a vim, Co w r» w Sri rn b in C' '� vi O• En CD a. (7 0 +r 7 a W H CCD l+I y x In rc?r C,2 on -�r' e�cyb-r�H-elQ P.C?� c �w wn'� uudpc,t d, �°p+�a a+ tadoryo ar(7Q amrn�o�wp, n(oa°OnHO.Cn t7�z a o C7 ro° Cr Qro rCr, a „trotS„' () � o `to "r� (fin o m " �0*, (') (D cwi R w. '+ CD rn b M t�•bp q C CD Fy td tz 0. b 0 ^y :. �. td (n 0 0 C) y • r' co y Nrw`k171�Ii�'�'r�"�[l�Cjlr7�C�Cr1C. COY w t��aC�7�w O CCD r� td tdtdro w td wR cn o =moo 'd wra.,� CD o CD cp CD Nti c7a �pm � oCT 90 CD vca 0 a rr r'� r-'+ rr r. r-. rr r". rw rr r^. r•. l/1 Vt Vi r. r+ n r^. r'+ n 1--+ rw r•� r'. r•� V lh VI rA Vi Vt to �"^ � C�h (A Qr r-ti r^+ r^• Cn ut V� lh w Vl Vt V Lrl L h C.n Vl w Vt Cri Cr\ Cn of ON P CT U Ln ON o% CD Ci\ Cn CT lh Cn �n CA CT d\ 4 Y 1^+ W Y Y Y_ LA (1 d Lhr+ t CN Coo LAa 1C lv 1 Ch 1 1 -P. h v o ccnNChCA \0`�°O P vc oo ia o i � wor lo t, v N N is co LA or in .a w In b w G ICJ `j. LU v 1 q --I C) P J pQ:� -4 1 P.rn -� O Q v,0c)C--00 o d co CT C7 d d N (^ [] (,00 i,�c Y d N rncs CCs P O C7 69 69 69 b9 69 w &� l,r F ae CF o •� v 69 EA ar N (Ij 6R H. 1 d (A �) N N N' N d SS [•P. Qr U� Cn Qo Y U C3 Jt Cr 11 Y N CN 1J �I N v Ch OYO �P !J 5 -4 � O N Q '.A 00 -4 O A O In 1 •-° �-•' C7 .4 O 4 G 0 6 � � � �.3 O C7 O d d+ *^' O � to V+ O [� O� O to CD �7 U C? co C7 d C� Y V` N N Llh Y, W r W 1--` Y i- Y 1•r Y Y �--^ Y r1 r^' �--� Y }"' Y Y s-.' rw �--� hr Y Y d O• 4 C7 d d 4 P d 0 4 d d 4 C:> CDO d 00 d O7• 4 d O P O CJ PCJ 0P CD O P d O P d C7-� d Q 4 d O 4 O d O O 4 O O P d co4 d ' O� \\\` n o .0, .0, ` O O O ` O` G C� O 00 0 0 O O C'S 0 1.1 7 CVO, rIt- Wy woo moomOmi wWwM cc www wWCUw wwwwww m C CXO'h t0 CC W Q' V) , C. 7 T rn T T T CT O P C) O 0 O 0 C7 0 0 00 4 '-' w .- 0 0 0 0 0 C> C. CD 0Ur' 0 r» N W� yi v, � t•J' w .F. (-Ar� N W � ll, Cn V w t0 0 fD C re 0.�j t'C+'F� W W orn H O W h w, ,� a `•C., �• H. F-•, O O O w; (� Y y (D n '�%' Q w � CD r j �' D •-; '"' �-" C)��.f' CL :) p w C P y t a M �� IM w 0 U�1 x n 9� P (Y a A• r' CJ 0W '� G" C, O CD 'L CD (D O , *�' � �*° a r C cD tyr cU C�]r3 r��1 "17�-� ❑� G r��" Vj9 C' `C cn N of ti' y�i (D C' �• r O O �, aY Cn }�+ ` 'C��r 'C 'C7 L-'• P+ 'r r.• 10 N ti G' a FF•? O W CI.. (p Q n yr 4, - Q (/] wrp ' P� <> G') ran. �;. ro Cf•7 P� r"'3 CD C7 ' ^" ITI Co o c b vY o 5 ry w e .. m r cUC " � r (��C) n CC=wC Q, mnn.'• °p ''•C�hV„ ,r-."• is• WcbD POcn rC: . ?�.o G.+ww Crry,EO 'n�mw o��,,• Cry � ati boG .n�� o ' o •''n� o C `w y' p� U� UQ COEj o0 p b >Z, NN rn b CCD [D p G oSv O 0 a O 7i a 2 - .*,h H" r UHacD CD C co ;h coC Cl) CD a c o 0 0 o C d w Y� ,°c ', d 6 0-< o� w y d da CZ 0 d w o° O O �) w t p G cs w c ro e (D rD a t± z L ^" ro CD CJ ,ryj "� co f0 a Ql N U. �, CD E. rb tti '•d o-C'1 'C7 O t'd (v O ..� Cws •-+ O .y , 13 CD �. ._*, vi rr• .+'. rw. C m aCD 0 0 0 r 0 z tin A xr3H',04Hv a H �o 90 c o 0 o o b o o_ a El o o � `W.J' 0 o 5 o o Cr 0 N C7 w r^�i Ej Ci 53 tI`i w r td Lly � C7 td td w 4) 2• w G? p• C- � G1- y � R. [?. � td G1. �, td � � � � � ,� � • �• , �. � b7 (�D • N. N �yW � M ER Fly Or h NpDCDN A.. CT cr c �n D n lD N CD Cco 4 "C, ff (r t (m CID n o' r vi v, lV, v, tfi vi is cn v, t.r, LA v n LA O, rT rn O, ON � +�a c,o v Gtio rna ettia � o aC< o G�rsa�LA � vW G N O, N •A N N ' •.1 hT V �,1 `^� LJ cD w: s a s o 0 o D a w ve ��� � -] V �l a v v) w 0 0 w w L m o o 0 Cw7 l..) CFi U, In thth `7 �) , w tJ w .A .P da is N w W �-•� .-� W r--� C1� W, th �] �-' ll, Vr l.n .A ,"'' w �' Un O C) 0 0 p W G L.4 V N p co 0 N O 0 N N C) � t) O GA � 0 ONi C) o O 0 4 C 619 �W Cn � 6NO AG� 0 wC� �r 69 66Gti9 (lrti57 69 Gf66 9 O+ W 6N 1;9 fw 65 65 C NN Q N D�7 WD Ld -b yt,y)Ccnis V o n oo w w LAA w oo �D v, w t;^VJ _ CD Cn t.J w u, tr o w N 0 w C'] LA C:) N 0 V v w ✓' 0 "' N O o C5 0 `-` 0 0 a+ O o 0 0 0 `-• 1--' �--� `-•+ h-+ N N � r--+ �--� !� �.a 'tom Y^' • H �--� N W F� fi c r G> 0 0 0 0 0 0 E7 O d O o C? %S d C� 0 0 0 4 0 0 0 0 4 is 4 0 0 0 0 CC) 0 0 0. C� 4 C c C p�0 [� p p a© O 0 o C Q C} O O 0 0o P b q O O O O� O -,O' p\ O O O p� O O O O O O O� b O �1 O O O O O O 0 0 0 �- P] 0 0 C;] y� A • • City of Tamarac inch jsing Division E • CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Thurston Lamberson, President of TLC Diversified, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 20_ G 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. C� • r� u RESUME Thurston Lamberson 5539 2nd Ave -Circle West Palmetto, Florida 3421 Personal Information: Birth Date: February 12,1951, Hampton Iowa Age: 51 years Personal References: Mr. Henry Glans, Engineer Barker Osba & Anderson, Inc. (561) 626-4653 Mr. John Mosher Village of Golf Utilities (561) 732-0236 Mr. Harold Jackson, Engineer Craig A. Smith & Assoc. (954) 782-8222 Education: Iowa Falls Senior High Iowa Falls, Iowa Ellsworth Junior College Iowa Falls, Iowa Coyne Electronics Institute Chicago, Illinois College of Modern Management Minneapolis, MN Graduate,1969 1969-1971 Major: Pre Engineering 1967-1968 Television -Radio Repair 1973-1974 Evening courses on Business Management 0 �J WORK HISTORY Apr. 1, 1995 - Present Position: 1984-1985 Orvner/President Position: Projects Manager Utilities Division Salary: $31,200. (Base) 1980-1984 Position: Construction (Start) Superintendent Salary: $31,200. (Base) Vice -President (Ending) 1978-1980 Position: Superintendent Salary: $19,000. 1976-1978 Position: Owner TLC Diversified, Inc. State Certified General Contractor State Certified Underground Contractor Falcon Mechanical, Inc. Mechanical Contractor Kathleen M. Weber, Esq. Pres. Miami, Fla. Phone: (305) 592-6141 Boyle Construction Co. Inc. Water & Waste Water Treatment N.E. Pumphrey, President Pompano Bch., Fla. Phone: (305) 392-7425 Marolf, Inc. Waste Water Treatment Howard Wood, President Clearwater, Fla. (813) 536-5991 Lamberson Drafting & Design Minneapolis, Minnesota General Construction 1975-1976 David Conkey & Assoc. Position: Draftsman Food Handling Design Salary: $12,000. David Conkey, President Minneapolis, Minnesota 1974-1975 MCS Homes Position: Architectural Jacob Mulford, President Manager Pre -built Homes Salary: $10,400. Iowa Falls, Iowa 1970-1974 Mulford Construction Co. Position: Part-time Bank Planners & Contractor Draftsman Jacob Mulford, President promoted to Hampton, Iowa Architectural Manager • r� • 0 • Project Name FAI.,CON Mt-'CHAN ICAL Martin Correctional Water Treatment Plant $400,000 (with Change Orders) John Preston W.T.P. Filter Renovations $547,000 ttigh Service Pump #8 and pride Feed System ,:70,000 r� Description Owner General . Location: Project . State of Fl.• Perini., Corp. Stuart, FL Complete Water Treatment Plant Owner Miami -Dade Water Sewer Authority Location: Hialeah, FL Project Renovation of 21 Gravity Filters Owner City of Vero Bch. Location: Vero Bch., FL Project New High Service Pump & Piping, Floride Feed System, Electrical and Instrumentation. Engineer: Gee & Jensen West Palm Bch, FL Note: My responsibilities included finding, pricing, bidding, purchasing, scheduling, managing, and overseeing the above referenced projects. I was personally responsible for r.reatinq the Utilities Division and solely managed'it for Falcon. BOYLE CONSTRUCTION Project Name Effluent Pump #5 $332,000 Description Owner City of W.P.B. Location: West Palm Bbh., FL Project New 500 HP Pump and Motor 7nstallati 6 New Electric 'Check Valves and Controls. Engineer: Gee & Jensen West -Palm Bch., FL 0 BOYLE CONS'H' UCTION (Con' t) Project Name Vero Beach Air Diffussers $153,000. Jupiter fonds Project $502, 000. Tavernier Office Facilities $37,000. Florida City facilities Phase II Chlorino Injection Stations $200,000. City of Cooper City $115,000. Do:;cript ion Owner City of Vero Bch., Fla. Location: Vero Beach, Fla. Project Fine Bubble Air Dif- fusser Installation, Elect. & Instrumentation Engineer: Gee & Jensen, Inc. West Palm Bch., Fla. Owner Loxahatchee Environmental Control District Locat:ion: Jupiter, Fla. Project : Earth Dike, Pipeline Concrete Control Struc- tures Engineer: Hazen & Sawyer Jupiter, Fla. 40 Owner Fl. Keys Aqueduct Auth. Location: Tavernier, Fla. Project Renovate Existing Pump Station into offices Owner F1. Rey.s Aqueduct Auth. Location: Tavernier & Marathon, Fl. Proicict Two complete chlorine injection points for high pressure injection to new pipeline Engineer: Greenleaf/Telesca Miami, Fla. Owner City of Cooper City Location: Cooper City, Fla. Project ; Water Plant Renovations paint and electric Engineer: .lames Montgomery, Inc. Plantation, Fla. • 0 0 • PROJECT NAME 20 Ton Overhead Crane $88,000. BOYLE CONSTRUCTION (Can't) Virginia Key Overhead Crane for Sludge Dewatering Facilities $304,000. ty of West Palm Beach ter Treatment Plant .renovations 1.34 million Florida City Facilities 3.4 million DESCRIPTION Owner Location: Project : Owner Location: Project : Engineer: Owner Location: Project . Engineer: Owner Location: Project : Engineer: Miami Dade Water & Sewer Authority Virginia Key Replace existing Crane with new at Effluent Pump Station Miami Dade Water & Sewer Authority Virginia Key, Fla. Large structural steel framework with 10-ton electric overhead crane Miami Dade Water & Sewer Authority City of West Palm Bch. West Palm Bch., Fla. 30 MGD Water Treat- ment Plant remodel Gee & Jensen Florida Keys Aqueduct Authority Florida City, Fla. 20 MGD Pump Station 7 MGD Tnater Treatment Plant renovation; 1 MGD Storage Tank 36' pres- sure main with welded STL pipe Greenleaf/Telesca NOTE: My responsibilities with Boyle began as General Foreman, then as Superintendant, Field Supervisor, Project Manager,and fin- ally as Vice President. Currently, I am still managing Boyle Projects and affairs acting in the capacity of Vice President. This is in addition tc my responsibilities with Falcon. In addition to the above projects, I became involved, at var- ious stages, with many other projects as promotions occurrdd. 0 0 �i Sail fisli Point $.4 million Embassy Hills Palm Harbor Facilities Salisbury S.T.P. RCA's Autec S.T.P. Seven Springs S.T.P. University of Miami Research Spanish Wells Marathon Housing Project MAROIaI'' , -INC. 0 Owner Mobil. Oil Location: Stuart, FL Project : .15 MGD sewage treat- ment plant 1.5 MGD effluent storage tank; .15 MGD potable water storage tank Engineer: Gee & Jensen, West Palm Beaah, FL Owner Gulf Coast. Utilities Location: New Port Richey, FL Project . 1.2 MGD S.T.P. Engineer: Marolf, Inc. Owner Local Utility Location: Palm Harbor, FL Project : .3 MGD S.T.P. Engineer: Marolf, Inc. Owner Local developer Location: SalitsburJA-,j.:$ .C.. Project : 3MGD final settling Engineer: Marolf, Inc. Owner U.S. Navy Location: Fresh Creek, Andros Island, Bahamas Project .175 MGD S.T.P. Engineer: RCA Owner Gulf Coast Utilities Location: Tarpon Springs, FL Project . .8.MGD S.T.P. Engineer: Marolf, Inc. Owner University of Miami Location: Key Biscayne, FL Project .05 MGD S.T.P. for research Engineer: University of Miami Owner Spanish Wells, Inc. Location: Bonita Springs, FL Project : .15 MGD S.T.P. Engineer: Marolf, Inc. Owner HUB Location: Marathon, FL Project : .15 MGD S.T.P. Engineer: Marolf, Inc. RSON DRAFTING & DESIGN LAMBS �. .._...__. _ _� (Drafting Des i(311 and Construction CO.) Residence I),­,igned and furnished workinci Kenneth Erwin n Bid amount- $Res drawings for 6,500 square foot 3-story home on 40 acres of land in western Wisconsin. James Roy Residence Full renovation of 3-story mansion on Mississippi River ate ShoppiCenter Furnished sections of working Southg ng drawings to Pink & Levin, Arch. Bloomington, Minnesota who were handling the project for an expansion tc the Sears store. Seven Nations Restaurant Furnished working drawings for comNlute construction of a luxurious restaurant with seven different nations represented and space designed for each. "The Stein" Lounge Furnished working drawings for 0 son City, Iowa massive remodel. Furnished complete working drawings iampton Medical Center for construction of this five- HaLmpton, Iowa doctor medical center. Additionally, renovations and remodeling of miscellaneous residences and drafting design of various lounges, offices and re- sidential dwelling-S. CAVID CONKER & ASSOClAfXa (Engineering Consultant Firm) Food Processing Industry Handled construction draw��g�vesatecompletionSurtW�rthe handledprogress of projects as necessary to accounts as Pillsbury and General Mills on an International scale. MCS HOMES (Pre-builf Homes) le of ro- was responsible for the aent of afactory Cip �ucing two complete pre -built weeRlyincludingdesgn of jigs was established and ind the dwelling design itself. A�feeachfactory of drawings plus operating, I oversaw the drafting handled customer presentation, material tyke --off and purchasing for the operation. • MULFORD CONSTRUCTTO�- (Turn -key Bank Builders) es onsibilities with this company Were as manager of Arch. My final r P facilities from presentation Dept, Handled full design of banking drawings and initial custcmer contf ruc �on�nfurnishedchighly�ngs and, as our firm also dial the cons expedite construction in the detailed shop and field drawings to field. phases of construction were under my supervision including All and material take -off. As designer, my work included purchasing gained a thorough interior desrtrafficwell flows ofbanksand did projects as large as knowledge of traffic $13,5 million dollars, business-wise. 0 C� • RESUME John A. Monaco 1251 Larch Way Wellington, Fl. 33414 Personal Information: Birth Date: November 12, 1952, Pittsburgh, Pa Age: 46 Years Personal References: Mir. Henry Glaus, Engineer Barker Osha & Anderson, Inc. (561) 626-4653 Mr. John Mosher Village of Golf'Utilities (561) 732-0236 Mr. Mike Normandy Ferguson Enterprises (561) 638-8008 Education: Forth Miami Senior High North Miami, Fl Graduate, 1970 WORK HHSTORY TLC Diversified, Inc. July 1987 - Present Position: Estinlator/Project Manager Worked in field as laborer and pipefitter from July 1987 to Jan. 1989 Became estimator and project manager to current Philip H• Mintzer, Jr. 13013 Meadowbreexe Drive Wellington, Florida 33414 561-153-8130 E-Mail Pinintzer1@201.com no children. Hobbies include ealth, Married, Board of Elders of First Born 9/191617 Exce]lent H Treasurer and netball, golfing, scuba diving, racquetball, the Open Bible West Church 1979 Di loma, Forest Hill High School, kligh SchoolTech of Palm Beach, Associates Degree neral England T Software, Ge Education: -New Eng Release 12, Microsoft Office, Construction Auto CAD owth oriented Skills: computer knowledge• ..in a strong and gr To obtain a Project Manager/Estimator position Objective: firm . Employment History: Inc. TI,C Diversified, 1999 to Southern B 7233 oulevard, March'Beach, Florida 33413 present: West Palm onager subcontractor buyouts, submittal Project M material & contract closeouts, position'Responsibilities and subcontractors, g of Responsibilities include overseeing Owner, In, pTO°sin scheduling of materiaand Ownl deliveries review, with project Engineers coordination Inc. change orders. n Irrigation, Florida Design Contractors, Inc./Florida Design April,1988 to 1326 South Killian Drive MarC8,1999: fake Park, Florida 33403 Corporate Secretary anag�lEstamator, Core subcontract project M Ian takeoffs, bid preparation, subco position: wring p Owners sibilities include prep scheduling of material deliveries anee s ana ��, r ' Respon with project Eng buyouts, submittal review, coordination contract closeouts, budgeting, orders. including processing of change00,000 00 $ 4,3 p Improvements $ 1,700,OOOAO Palm Springs WT $ 500,OOOAO ed Filter Rehabilitation 650,000.00 projects Manag Riviera $each rovements & Completed: Chlorine Imp rovements 400,000•00 Riviera Beach Generator Imp 000.00 Town of Jupiter RO $ 590, Beach High Service Pumps $ 1,000,000.00 Juno B iter R. O. Wells 0p0A0 Town of Jup $ 950, Wells Wells 35 & 36 $ 1,250,000.00 Morikami par Golf Course Delray Beach wells port St. L • • July, 1983 to Sasso Air Conditioning, Inc. April, 1988: 2223 2nd Avenue North Lake worth, Florida 33461 Position: Installer/Crew Leader Responsibilities included layout and installation of air conditioning systems, general plan knowledge, coordination between Project Managers/Owners, customer relations. February, 1980 to Breakers Hotel/F'lagler Systems, Inc. July, 1983: 1 South County Road Palm Beach, Florida 33480 Position: Houseman Responsibilities included general repairs through hotel including lobbies and rooms, customer relations, room set ups, banquet set-ups. Personal and professional reference available upon request. • - TOWMERICAN INSTITUTE OF ARCHITAS AIA Document A310 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we TLC DIVERSIFIED, INC. as Principal, hereinafter called the Principal, and WESTFIELD INSURANCE COMPANY a corporation duly organized under the laws of the State of OHIO as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF TAMARAC as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) OF PROPOSED BID -Dollars ($--5%--), for the payment of which sum well and truly to be made, the said Principal and the Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for DUAL MEDIA GRAVITY FILTERS 3,4,5,86 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15THday of, APRIL 2002 TLC DIVERSIFIED, ING (Sea►) WESTFIELD INSURANCE COMPANY (Witness) ATT N FAC7 Printed in cooperation with the American Institute of Architects (AIA) by CANF&D . CANF&D vouches that the language in this document conforms exactly to the language used In AIA Document A310 Bid Bond - AIA, February 1970 ED - THE AMERICAN INSTITUTE OF ARCHITECTS. 1735 NEW YORK AVE., N.W.. WASHINGTON, D. C. 20008. wr. - General 0 POWER NO. 0992202 03 Power of Attorney Westfield Insurance Co. ERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of Ohio, and having Its principal office in Westfield Center, Medina County, Ohio, does by these presents make, constitute and appoint THEODORE J. JEDLICK, ROBERT H. BOND, JOINTLY OR SEVERALLY of DAVIE and State of FL Its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred In Its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertaldngs, or other Instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ^- UMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind the Company thereby as fully and to the same extent as it such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointmegt is made under and by authority of the following resolutions adopted by the Board of Directors of the Westfield Insurance C,)mpany: 'Be It Resolved, that the President, any Vlee-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -In -Fact to represent and act for and on behalf of the Company sublect to the following provisions: 'Section 1. Attorney -in -Fact Attorney -in -Fact may be given full power and authority for and In the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, rerognizances, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as if signed by the President and sealed arnj attested by the Corporate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.) "Be It Resolved, that the power and authority to appoint Attorneys) -in -Fact granted to certain officers by a resolution of this Board on the 3rd day of July, 1957, is hereby also granted to any Assistant Vice -President." (Adopted at a meeting held on the 13th day of July, 1976.) This power of attorney and certificate Is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Westfield Insurance Company at a meeting duly called and held on the 9th day of June, 1970: -Be It Resolved, that the signature of any authorized officer and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or cerdficate bearing facsimile signatures or fr.^-.smile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It Is attached." In Witness Whereof, WESTFIELD INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its- corporate eal to be hereto affixed this 2wh day of APRIL A.D., 2001 . Corporate WESTFIELD INSURANCE COMPANY Seal �syM40 41 Affixed J. UL State of Ohio �'i' .�.1r By Vice President County of Medina ss.: Richard L Kinnaird, Jr. On this 26th day of APRIL A.D., 2001 , before me personally came Richard L Kinnaird, Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Medina. Ohio; that he is Vice President of WESTFIELD INSURANCE COMPANY, the company described In any :r;7ici e::,iw ii a :' thu a :.. = in trurnent; that he knot.-s the seal of said Company; that the seal affixed to said Instrument Is such corporate seal; that it was so affixed'by order of the Board of. Directors of said Company, and :Mat he signed his name titaretu uy liko u: der. Notarial Affixed zf�tr James M. Walker Notary Public State of Ohio Ic My Commission Does Not Expire County of Medina ss : qT O Sec. 147.03 Ohio Revised Code CERTIFICATE I, Richard A. Wallet, Assistant Secretary of the WESTFIELD INSURANCE COMPANY, du IlL-nby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is stil! In 'Lit' force eno effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. 1(+ Witness Whereof, I have hereunto set my hand and affixed the seal of said Compa;:v at WesttiEld Center, Ohio, this S day of A.D., Zoo,? + r(SUL) 10 14000 Richard A. Wallet Assistant Secretary %%: e . a , w k2 ti ti, 4�I c �y • • I 1 6 r • 0 M. SO;Z. ............ YN tAR2Rii" `4 )"Jw . ....... ... >M 40 z I 8 G DO NOT DETACH of F- m 7 0 6 0. C_ 0 m * y K My C1 c n r�o Y Ca 2 m mI m ro 0 0 ncm Z rcpC On c "'3z >0 m am 0 m j w w w_p mo o @ ?r 0 y m 4 O mo a 0 m a � a w x 0 .y R1 O n to 0 z m RETURN ALL COPIES m m m N cnrw W wow A � m g °a 0 m47� E. y cr, m G c r m c!, 2 2 m a !V m � -i x 0 m 7] " > cn c z war- to m O z m 71 m. CD (n m .� 0 v' �o Ov caw z n 0 '� m Off° I 1 w n A 0 �c 00 0 ry 0] 0 W. M i o CD :3 N 0 m• a, 00 �D U4 nj C) O 1 W � � r �r•W-�i.� 7 -i O 0 7) O m 3`om T � �� { �•til Fi 4'� C 0 0 r+ r 7s n mac. y m x7 W r- c z c z En m y� m z O 2 2 m rn O W G a d a p z n T m y r w rn r 0. fl1jK "0 rn z� w me r� � it m W G 6. M o N c C N -1 Gn r• O 0. m y C> ya o� m 0 m za m C r "' O z o n co m n CD _ So n p N m 0.o MM n ni++� iy ni}J s 'fi; o m° J a N w a m a (ll1 1-7 o ({IiTl, d�_ a' NM C m I l► ICI llllll� k+;1 �G u ACORDM CERTIFICATE OF LIABILITY INSURANCE os;z9izooz PRODUCER (813)229-8021 FAX (813)229-2795 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION M. E. Wilson Company, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 300 West Platt Street, Ste 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 0. Box 373 ampa, FL 33601 INSURERS AFFORDING COVERAGE INSURED INSURER A: Westfield Insurance Company Ci TLC Diversified, Inc. INSURERS Centennial Insurance Co. 2719 17th Street East INSURERC: Palmetto, FL 34221 INSURER D: INSURER E; I,VVrMAUr-b THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDWYY POLICY EXPIRATION DATE MMIDDIYY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE AI OCCUR CWP3972460 04/01/2002 04/01/2003 EACH OCCURRENCE $ 11000,000 FIRE DAMAGE (Any one (ire)' $ 150 , OO MED EXP (Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY PRO- LOC JECT PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CWP3972460 Vendor: C- _ Date of Review: r' Acceptable Not Acceptable Note Deficiencies Below 04/111 20022 �j' l f 04A1/2003 J SINGLE LIMIT COMBINED accident) Ea aide"" $ 1,000,000 X �, L��' BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $. GARAGE LIABILITY ANY AUTO / ` AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: AGG $ $ A EXCESS LIABILITY X OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION $ P ed Signature -74/01/2002 04/01/2003 EACH OCCURRENCE $ 5,0001000 AGGREGATE $ 5,000,000 $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TORY LIMITSER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER ContractorsB eased/Rent Equipment Leased/Rented Equip 259018579 04/01/2002 04/01/2003 per schedule on file $150,000 max item/$300,000 Lim ACV $1000 ded DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Project: Tamarac Filters 3-6 Rehabilitation Certificate holder is named as Additional Insuerd as project. ro this respects p p t I IF I�m I C nvLUGR I n I AUUI IIUNAL IN`„iUMtU; IN5URtR LETTER: A City of Tamarac Attn: Steve Beamsdrfer-Buyer 7525 NW 88th Avenue Tamarac, FL 33321 4AIYl.CLLA I IVIY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE � A Jeffrey Livengood/PIT �r ACORD 25-5 (7/97) FAX: (954) 724-2408 OACORD CORPORATION 1988 Mon. June 3, 2002 CBEST ambest_Com • Ratings &Analysis • News Publications • Products & Services • Insurance Resources • About A.M. Best Rating SEARCH Enter Company Name or A.M. Beet Number `Go More Search Option Where in the world is N.A.M. Find our locations What do you thi,* Send us your comments Accessing the pages on ambest.com constitutes the user's agreement to our torm.s..O-u.se; Information collected via this Web site is protected by our pfi acY... tat .me.nt; Comments or concerns should be directed to our Qustomer service group; For other matters refer to our cont .gt„us page. Member of Westfield Group A.M. Best #: 02382 NAIC #: 24112 View a list of group members or the croup's ratin Mtn: Best's Ratin f M BEST"° A (Excellent)* Financial Size Category X ($500 million to $750 Exr�Nlent :rim - million) *Ratings as of 613102 11:04:16 AM E.S.T. or purchase the complete Best's,_Company_Report for in-depth analysis. Rating Category (Excellent): Assigned to companies which have, on balance, excellent financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a strong ability to meet their ongoing obligations to policyholders Best's Ratings reflect our opinion based on a comprehensive quantitative anc qualitative evaluation of a company's financial strength, operating performance anc market profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. (Best's Ratings are proprietary and may not be reproduced without permission from A.M, Best.) The rating symbols "A++", "A+", "A", "A-", "B++", and "B+" are registered certification marks of the A.M. Best Company, Inc. Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+', companies. This special emblem displays their rating and category (Superior, Excellent or Very Good), helping you discern industry leaders at a glance. Insurance Companie<. interested in placing a Best's Security Icon on their web site are required to reaistel online. Copyright ©2002 by A.M. Best Companvinc. ALL RIGHTS RESERVE© No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. • • • Mon. June 3, 2002 ambest.com • Ratings & &Analysis n • News Publicaticne • Products & Services RATING • Insurance Resources .AboutA.M.Bes 02064 - Centennial Insurance Company � R.dt,g SEARCHOK� Member of Atlantic Mutual Companies Enter company Name A.M. Best #: 02064 NAIC #: 19909 or A.M. Beet Number View a list of rpup members or the group's rating =co fin.�ll ttra Best's Rating � „dr A- (Excellent)* More Search Options p M BE.� 1 Financial Size Categoric IX ($250 million to $500 E>tr1t µ- In the in VWhere world is A.M. III IST? "Ratings as of 613102 11:04:16 AM E.S.T. Find our 10C9ti10ns or purchase the complete Best's Compaq Report for in-depth analysis. Whatdd you tNr*(A Send us your comments Rating Category (Excellent): Assigned to companies which have, on balance, excellent financial strength, operating performance and market profile when compared to the standards established by the A.M. Best Company. These companies, in our opinion, have a strong ability to meet their ongoing obligations to policyholders Accessing the pages Best's Ratings reflect our opinion based on a comprehensive quantitative anc on ambest.com qualitative evaluation of a company's financial strength, operating performance: ormance anc constitutes the user's to our market profile. These ratings are not a warranty of an insurer's current or future ability agreement teLms._oi_.us..e; to meet its contractual obligations. (Best's Ratings are proprietary and may not be Information collected reproduced without permission from A.M. Best.) via this Web site is protected by our priyacy._s..ta..toMe...n..t; The rating symbols "A++° "A+" "A" "A-" "B++", and "B+" Comments or concerns are registered certification marks of the A.M. Best Company, Inc. should be directed to our guagmer orvice group; For other Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+; .: matters refer to our companies. This special emblem displays their rating and category {Superior, Excellent ; conta.c...t._u..s page. or Very Good), helping you discern industry leaders at a glance. Insurance Companie. interested in placing a Best's Security Icon on their web site are required to re is er; online. RIGHTS pY g ° Y RESERVED iif Copyright o Orann Co this informationO20aA.MdisBtr distributed m or means, o tored i No py y y y n a database or art electronic retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. ACOR ,,M CERTIFICATE OF LIABILITY INSURANCE ; o6iosiz oz PRODUCER (352)686-0444 FAX Bob Geier Insurance 10519 Spring Hill Drive Spring Hill, 34608 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 INSURED TLC Diversified, Inc. 2719 17th Stree East Palmetto, FL 34221 I _. INSURER A: Bridgefield Employers Ins Co '] INSURERB: INSURERC: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS- INSR LTR TYPE OF INSURANCEPOLICY POLICY NUMBER EFFE TIY DATE MMIDD9 POLICY EXPIRATION DATF-(MMIDDrYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE $ FIRE DAMAGE (Any one fire) $ COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ CLAIMS MADE DOCCUR - PERSONAL & ADV INJURY $ Vendor, GENERAL AGGREGATE $ pate of Review: q r� GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ PRO_ POLICY JECT LOC AUTOMOBILE LIABILITY Acceptable COMBINED SINGLE LIMIT $ ANY AUTO Not Acceptable (Ea accident) BODILY INJURY (Per ALL OWNED AUTOS Deficiencies eiOW� .. SCHEDULED AUTOS (Note ..-, person) BODILY INJURY $ HIRED AUTOS - (Per accident) j NON -OWNED AUTOS " PROPERTY DAMAGE '1 1 $ �7 nP Authzed Signature (Per accident) _ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT" $ OTHER THAN EA A $ ANY AUTO $ AUTO ONLY: A EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR ❑ CLAIMS MADE $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND N4375300 04/01/2002 04/01/2003 X TDRY L MITS OTH ER E.L. EACH ACCIDENT $ 100,000 EMPLOYERS' LIABILITY A E.L. DISEASE - EA EMPLOYEE $ 100,000 E.L. DISEASE, POLICY LIMIT $ 5001000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES!EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS roject: Tamarac Filters 3-6 Rehabilitation giver of subrogation clause is applicable for this project per contract L,tK I It- B A It MVI_LJ=K I I AUUI I IUNAL IN,UKt U; IN3UKCK Lt I I CK City of Tamarac Attn: Steve Beamsdrfer-Buyer 7525 NW 88th Avenue Tamarac, FL 33321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEF BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 11_ // .__0 - I 25-S 17/971 GAY • fQSd177d-7dr11t ]effrev Li TION 1988 Rating Ope Company SEARCH Enter Company Name or A.M. Best Number More Search Options Where in the world is A.M. BEST? Find our locations Member of Liberty Mutual Insurance Companies A.M. Best #: 12158 NAIC #: 10701 View a list of group memb rs or the group's rating Best's Rating `., A BEr �►+ (Superior)" M M Financial Size Category so n XV ($2 billion or more) 'Ratings as of 6113102 2:04:51 PM E.S.T. What do.", -; - or purchase the complete Best's Compafty Report for in-depth analysis. ytrrr thinitt Send us your cainments Rating Category (Superior): Assigned to companies which have, on balance, superior financial strength operating performance and market profile when compared to the standards established by the A.M. Best Company These tq r ongoing pol constitutesAccessing st.co users Best'sRatingsreflect our opiniongbased ontae1comprehensive touantitative on ambest.com pages� ation companies, opinion,..ry.... quantitative anc agreement to our qualitative evaluation of a company's financial strength, operating performance anc ter-ma.g.f us_.e; market profile. These ratings are not a warranty of an insurer's current or future ability. Information collected to meet its contractual obligations. (Best's Ratings are proprietary and may not be via this Web site is reproduced without permission from A.M. Best.) protected by our priv�.gy„ t_aeme.t►t; Comments or concerns The rating symbols "AW, "A+", "A", "A-". "B++", and "B+" should be directed to are registered certification marks of the A.M. Best Company, Inc. our customer SOryICe group; For other matters refer to our Best's Security Icons are awarded to Secure rated (A++, A+, A, A-, B++, B+; ggrRtact u..s. page. companies. This special emblem displays their rating and category (Superior, Excellent.' or Very Good), helping you discern industry leaders at a glance. Insurance Companie. interested in placing a Best's Security Icon on their web site are required to re i online. Copyright © 2002 by A.M. Best Com an nc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. c AGREEMENT BETWEEN THE CITY OF TAMARAC UzIa] TLC DIVERSIFIED INC. THIS AGREEMENT is made and entered into this day of 20 b1- of ces located by and between the City of Tamarac, a municipal corporation with principal at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and TLC Diversified, Inc., a Florida corporation with principal offices located at 2719 17th Street East, Palmetto, FL 34221 (the "Contractor") to provide for the rehabilitation construction of Dual Media Gravity Filters 3, 4, 5&6. 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. 02-23B Dual Media Gravity Filters 3, 4, 5 & 6 Rehabilitation (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 rehabilitation of the existing Dual Medial Gravity Filters 3, 4, 5 & 6, inclduing removal and disposal of existing surface wash systems; replacement of new surface wash systems, removal and disposal of existing filter media, replacement of new filter media, removal and disposal of existing underdrains, replacement of new underdrains, removal and disposal of existing actuator valves, replacement of new actuator valves, painting filter structures, disinfecting filters, and all appurtenant work, complete, tested and ready for operation, as described in Bid No. 02-23B, Dual Media Gravity Filters 3, 4, 5 & 6 Rehab. 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 clean up and remove each day all debris and material created by the work at the contractor's expense. d) 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. e) 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. f) 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. g) 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. { qF Tanv ..y. • ` � �'t,ftt;h<t ftl) r..)rvt`3fUl) q, m 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, Two Hundred Thirty (230) Days after the date of the Notice -to -Proceed. All work shall be completed no later than Thirty (30) Days after the date of substantial completion. 5) Contract Sum The Contract Sum for the above work is Four Hundred Twenty-eight Thousand, Nine Hundred Ninety -Nine Dollars ($428,999.00). The Contract sum is determined by cost of services, including labor and materials for the job also known as Bid No. 02-23B Dual Media Gravity Filters 3, 4, 5 & 6 Rehabilitation. 6) Payments A monthly payment/progress payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the work completed against defect for a period of one (1) year from the date of completion 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. 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. %''r:,l chf d dig' t;)lur jl.'7 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 Thurston Lamberson, President TLC Diversified, Inc. 2719 17th Street East Palmetto, FL 34221 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. 0 ("ity OP .l..ed'FoF.l1<"is: 16) Venue f - 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. ' rwM U Cityol:,tt(.cr t °ir'rr) i >+vr , i0o 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 TLC Diversified, Inc., signing by and through its President, duly authorized to execute same. ATTEST- 1� -J Marion Swenson; CMC City Clerk CITY 4� TAMARAC Joechreiber, Mayor Date Jeffrey L. Millee, City Manager Date: d legal sufficiency: Date p 4S. nV0-2,,- Wtchhell Attorney EST: (Corpor Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) TLC Diversified, Inc. (gig nature of President) Thurston Lamberson Type/Print Name of President `Y IL - Date CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OF Md'W I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Thurston Lamberson President of TLC Diversified Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of , 2067,-. Signature Notary Public Stajecok.Fjwitia at Large NOTARY PUBLIC - STATE OF FLORIDA COMMISSION # CC870631 EXPIRES 91131C003 BONDED THRU ASA I-M-NOTARYI Print, Type or Stamp Name of Notary Public C Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath.