Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (257)Temp Reso. #9906 Sept. 10, 2002 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-257 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD BID NO. 02-25B TO, AND EXECUTE A CONTRACT WITH, THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, INTERSTATE ENGINEERING CORPORATION FOR AN AMOUNT OF $152,000.00 FOR CONSTRUCTION OF THE WASTEWATER FLOW METER BROWARD COUNTY OFFICE OF ENVIRONMENTAL SERVICES MASTER PUMP STATION NO. 455 PROJECT, LOCATED AT TAMARAC UTILITIES WEST TREATMENT PLANT SITE; APPROVING FUNDING FOR THIS PROJECT FROM THE APPROPRIATE BUDGETED UTILITIES OPERATIONAL ACCOUNT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the wastewater transmission system that is served by Master Pump Station 455; and WHEREAS, the Utilities Department of the City of Tamarac is responsible for the operation and maintenance of the City's wastewater transmission system which requires the collection and transmission of wastewater in a safe, efficient and economical manner; and WHEREAS, it appears as though the existing influent meter at Master Pump Station 455 is not providing accurate representation of actual wastewater flows being generated by the area served by this master pump station; and WHEREAS, Broward County has agreed to the installation of a second in -line meter for the purpose of conducting an Infiltration and Inflow (I&I) wastewater flow evaluation of Master Pump Station 455; and WHEREAS, the City of Tamarac advertised Bid No. 02-25B for the construction of the Wastewater Flow Meter BCOES Master Pump Station No. 455 Project (a copy of which is attached hereto as "Exhibit 1 "); and Temp Reso. #9906 Sept. 10, 2002 2 WHEREAS, on August 15, 2002, the following bids were received and reviewed in order to determine the lowest responsive and responsible bidder (a copy of the recommendation of award letter, bid tabulation and reference worksheets, prepared by the engineering consultant, attached hereto as "Exhibit 2"); and COMPANY NAME TOTAL BID $ Acutec, Inc. $134,600.00 Interstate Engineering Corp $152,000.00 R.J. Sullivan Corp. $197,000.00 Florida Design Contractors Inc. $224,810.00 WHEREAS, upon review and analysis of the bid results, Acutec, Inc. did not meet the bid form requirement of the bidder providing three successfully completed project references showing experience with ductile iron pipe, ductile iron mechanical joints and ductile iron flanged joints of diameters greater than 30-inch; and WHEREAS, Interstate Engineering Corporation was subsequently found to be the lowest responsive and responsible bidder, with a bid of $152,000.00 (a copy of which is attached hereto as "Exhibit Y); and WHEREAS, based upon the results of the bidding process and satisfactory references, it is recommended that the City award Bid No. 02-25B to Interstate Engineering Corporation for an amount of $152,000,00; and WHEREAS, approved funds are available in the appropriate budgeted Utilities Operational account; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing and Contracts Manager that the project be fully funded and that Bid No. 02-25B be awarded to the lowest responsive and responsible bidder, Interstate Engineering Corporation; and 1 FJ Temp Reso. #9906 Sept. 10, 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. 02-25B for the Wastewater Flow Meter BCOES Master Pump Station No. 455 Project to Interstate Engineering Corporation for the amount of One Hundred Fift -Two Thousand Dollars and No cents ($152,000.00). 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. 02-25B for the Wastewater Flow Meter BCOES Master Pump Station No. 455 Project is hereby awarded to and all appropriate City Officials are authorized to execute the contract between the City of Tamarac and Interstate Engineering Corporation (a copy of which is attached hereto as "Exhibit 4") SECTION 3: Funding in the amount of $152,000.00 from the appropriate budgeted Utilities Operational account is hereby authorized to fully fund this contract. 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. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Temp Reso. #9906 Sept. 10, 2002 4 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 1. ffi day of September, 2002, IOE SCHREIBER MAYOR ATTEST: 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 1 have approved this RESOLUTION as to form. 1 r MITCHELL S. KR Ti' CITY ATTORN RG/JD/db E A i " c�( r'rrnrrrr;i, �lrrcl. rnc(, nirc;rn. AGREEMENT BETWEEN THE CITY OF TAMARAC AND INTERSTATE ENGINEERING CORPORATION THIS AGREEMENT is made and entered into this day, of 200 , 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 Interstate Engineering Corporation, a Massachusetts corporation with principal offices located at 193 Jefferson Avenue, Salem, MA 01970 (the "Contractor") to provide construction of the Wastewater Flow Meter BCOES Master Pump Station No. 455 Project. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The contract documents consist of this Agreement; all documents contained in Bid No. 02-25B Wastewater Flow Meter BCOES Master Pump Station No. 455 Project (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as specified in Bid 02-25B as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary for the construction of wastewater flow monitoring improvements inclusive of new flow metering equipment, piping, valves, electrical, instrumentation, site restoration and all other incidentals as indicated by the drawing and specifications or as required to properly complete the project as planned. 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. oK TA T9 4 R 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. pF T ti . y n 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 seven (7) days after the date that Contractor receives the official Notice -to -Proceed. The work shall be substantially completed no later than, One Hundred (100) 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 One Hundred Fifty Two Thousand Dollars and no/100 cents ($152,000.00). The Contract sum is determined by cost of services, including labor and materials for the job also known as Bid No. 02-25B Wastewater Flow Meter BCOES Master Pump Station No. 455 Project. 6) Payments A monthly payment/progress payment will be made for work that is completed, accepted and properly invoiced. The City shall pay the Contractor for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the work 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 OC� attributable to the gross negligence or willful misconduct of the City or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive City's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The Contractor agrees that it shall not discriminate against any of its employees or applicants for employment because of their age, handicap, race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The Contractor further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the Contractor. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. XM City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Arnold Pike, President Interstate Engineering Corporation 2200 North Federal Highway, Suite 223 Boca Raton, Florida 33431 561-394-4345 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) calendar days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non -enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the Contractor and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Contractor and the City. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Interstate Engineering Corporation, signing by and through its President, duly authorized to execute same. ATTEST: Marion Swengon, CIVIC City Clerk CITY OF TAMARAC e Schreiber, Mayor 01116 Date Jeffreys ilA� City Manager Date: l a///dam A v d as to form nd legal sufficiency: Date /'4' � c�6)11L. Mit e I S. Kra , City Ati6rney ATTEST: mm( o:rpox e Slecretary rI I } i)KE Type/Print N me of Corporate Secy. Interstate Engineering Corporation (Signature of President) Arnold Pike Type/Print Name of President _v (CORPORATE SEAL) Date pF Tq� ti v R�Op� CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OF ,alw &[ik 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 Arnold Pike President of Interstate Engineering Cor oration, a Massachusetts 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 u% day of �� ��,tu-�� , 20' Signature of Notary Public State of Florida at Large •`'`�` ° CAF ( __ N¢F Nntq)1TyPWe # Br�1e�1 [� l Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑' DID NOT take an oath. EXHIBIT 2 itECKLER ENGINEERING, INC. CONSULTING CIVIL ENGINEERS August 21, 2002 442. B 1 Mr. John Doherty, P.E. Assistant Director of Utilities City of Tamarac Utilities Department 6001 Nob Hill Road Tamarac, FL 33321 Dear Mr, Doherty: Reference: Recommendation of Award Wastewater Flow Meter - BCOES Master Pump Station No. 455 Tamarac Task Authorization No. 02-01; Tamarac Bid Tab No. 02-25B Four (4) bids were received, opened, and read aloud at 2:00 P.M. on Thursday, August 15, 2002, These bids ranged in price from $134,600.00 to $224,810,00. The Engineer's estimate was $125,000.00. The lowest bid was submitted by Acutec, Inc. of Ft. Lauderdale, Florida. Acutec Inc. has not constructed any projects for Eckler Engineering or the City of Tamarac. We have called numerous engineers for whom Acutec, Inc. has done work and have received comments indicating that Acutec, Inc. is not qualified to submit a bid for this project. The Bid Form requires the Bidders to submit three successfully completed project references with ductile iron pipe using mechanical and flanged joints of diameters greater than 30-inch. Out of the seven references submitted by Acutec, Inc., six responded; three with no knowledge of Acutec, Inc.; and three with no ductile iron pipe experience greater than 30-inch diameter requirement. Since the low bidder is not qualified, we examined the references of the second low bidder, Interstate Engineering Corporation, Interstate Engineering Corporation provided a lengthy fist of recently completed projects. We reviewed Interstate Engineering Corporation's projects list, including ductile iron piping greater than 30 inches, and found them to be in conformance with the qualification requirements of the project bid form. Seven of the projects provided in their experience list required ductile iron piping in excess of the 30-inch minimum diameter requirement. Interstate Engineering Corporation has successfully completed work for Eckler Engineering. We have called numerous engineers from the contact list for whom.lnterstate Engineering Corporation has done work and have received comments indicating that Interstate Engineering Corporation is fully qualified to submit a bid for this project. We further asked each of the respondents of devotion to the project, confidence, accessability, communications, safety, cooperation and competence with regard to Interstate Engineering Corporation. Interstate Engineering Corporation received high ratings from all respondents. We find no reason that Interstate Engineering, Corp. should not be able to complete the project as designed. Therefore, we recommend the award of this contract to Interstate Engineering, Corp. in the amount of $152,000.00. A Certified bid tabulation is attached for your review. Celebrating our ! 7th Year of Service to South Florida 4700 Riverside Drive, Suite 110 Coral Springs, Florida 33067 Printed on Recycled Paper 954/510-4700 Fax 954/755-2741 r Mr. John Doherty, P.E. August 21, 2002 Page 2 If you have any questions or require additional information pertaining to this recommendation or the project in general, please do not hesitate to contact me. Sincerely, I kk- Douglas K. Hammann, P.E. Encl. Y:\Documents\Tamarac\442. B 1 \Correspondence\442B 1.008.wpd z 0 a J m a H a m O z z O H Q H W a D 0- w U 1-9 as Ua w� QLL UO m w U w y� 7 O J LL w W Q LU W H Q z z Q7 m O U a � w @ wE N O O N N o� b E CO f-- O o O O C b O C7 4_ 0 cp C] C? m E a �2 l2 N EH 69 ui N 69 m U C ." x X x x 7 N C N L) y U LL a QIY X X X X 0 b N O U C m X X X X d 4D C � c E L�U m X X X X c O U x X X X m U N 7 •� N p t7 X X X X U � �a 0 z p m to X X X X Q z z x x U G a `o ui U 0 0� � @ 41 b J lL O LL O C O - N (D J U U U L7C1 (0 'O ED LL. c C @ j C J LL w C m .M C 0 ro Cq c N Y ❑ @ a n ro a J aC O @ Q LL m C! d LL J w 0. �t•,4r1.jI.,Z nt:U ()n:22 FAX 9789771)100 %tSE t�a12012902 69:04 954-7='2741 ECKt_ER Er,1GTNEE`FT �1402 PAGE 92 CONTRACTOR REFERENCE CHECK Project: WASTEWATER FLOW METER BCOE MA TER PUMP STATION__N 455 Project No: 442.t31 (E E)�.._ Bid No; � 02-25 6 Bidder/Proposer. ____ IN G CORP. Reference Name: Westom & Sarn imon Inc OWNER: CI!y of Chelsea -Carter St. P.S, Contact Person: iohn-Ettv- M-Auit- 'VC_ /0_rm Teiephone Number: 978 977--0110 Fax Number; 7 �% �1 01tFo Please answer the following questions regarding services provided by the bidder/proposer listed above. Pease sign and date the questionnaire and return no later than 1-20-02 4:3�pm You may fax your response to: Eckler Engineering, Inc.. Attn: HAROLD JACKSON PE Fax: 954-755,2741 Phone: 954,510.4700 THANK YOU FOR YOUR COOPERATION. uestions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complete the project? 3 4 5 Lowest Highest 2. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 5 Lowest Highest 3. Rate the contractors success at keeping you updated and informed as the work progressed on our project, particularly when special needs or problems arise. Lowest 5Highest �. Rate the contractor's success at mini 3zing and controlling potential hazards and risks during the roject. 5 Lowest Highest 5. Rate the contractor's success at completing tasks with'n the contracttimes established forcompletion of your project. 1 2 3 4 5 Lowest Highest ECKLER ENGINEERING, INC. Page 1 p f 2 -,. ;1-1; nGu 06.-ZZ r.AA ainaiiulUu WSE (Mo03 8'8/20/2002 09:04 954-751"-2741. ECKLER ENGINEER PAGE 03 CONTRACTOR REFERENCE CHECK' 6. Rate the quality of complete project. Was the project completed according to the standards of qualityand performance established in your contract? / 1 2 3 4 5 Lowes`. Highest 7. Rate the contractor's success at working cooperatively with your personnel. 4 5 LOweSt Highest 6. Rate the comfort and confidence you had in the contractor through the progression of your pro 1 2 3 4 5 Lowest Highest 9. Rate the overall performance of the contractor on your project. 1 -- 2 .. 3 4 5 Lowest Highest 10. When you have a similar project to undertake in the future, would the cvntractorbe considered the work? to perf rm 1 2 3 4 5 Lowest Highest Additional Questions: 11. WAS DUCTILE IRON PIPING INVOLVED IN THIS PROJECT? No 12. IF 11 VYAS YES. WMAT ,�,QI,NT TYPE AND MAXIMUM DIAMETER? 13. HOW DID THE CQNTRACTOR HANDLE THE p Tll E IRON PIPEWORK? _Additional Comments: Name: J - 6 2_ v- m C / t. i / rt-iE�- Pleaase Print Sigrature: �'C/lC����L✓� ' � Title- `/, � fl•�n ; r-n1 � Date: a/",- 1 ECKLER ENGINEERING, INC. Page 2 of 2 Project CONTRACTOR REFERENCE CHECK WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO. 455 Project No: 442.81 (EE Bid No: 02-25 B Bidder/Proposer: _ INTERSTATE ENGINEERING CORP. Reference Name: CAMP DRESSER AND MCKEE INC OWNER: MWRA -Dimitri Theodossio Contact Person: JOHN SKARADOWSKI Telephone Number: 617 452-6000 Fax Number: (617) 452-8000 Please answer the following questions regarding services provided by the bidder/proposer listed above. Please sign and date the questionnaire and return no later than 8-19-02 4:30 m You may fax your response to: Eckler Engineering, Inc., Attn: HAROLD JACKSON PE Fax: 954.755.2741 Phone: 954.510.4700 Questions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complete the project? 1 2 3 4 5 Lowest Highest 2. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 1 2 3 4 5 Lowest Highest 3. Rate the contractor's success at keeping you updated and informed as the work progressed on your project, particularly when special needs or problems arise. 1 2 3 4 5 Lowest Highest 4. Rate the contractor's success at minimizing and controlling potential hazards and risks during the project. 1 2 3 4 5 Lowest Highest 5. Rate the contractor's success at completing tasks within the contract times established for completion of your project. 1 2 3 4 5 Lowest Highest ECKLER ENGINEERING, INC. Page 1 of 2 i .; CONTRACTOR REFERENCE CHECK 6. Rate the quality of complete project. Was the project completed according to the standards of quality and performance established in your contract? 1 2 3 4 5 Lowest Highest 7. Rate the contractor's success at working cooperatively with your personnel. 1 2 3 4 5 Lowest Highest 8. Rate the comfort and confidence you had in the contractor through the progression of your project. 1 2 3 4 5 Lowest Highest 9. Rate the overall performance of the contractor on your project. 1 2 3 4 5 Lowest Highest 10. When you have a similar project to undertake in the future, would the contractor be considered to perform the work? 1 2 3 4 5 Lowest Highest Additional Questions: 11. WAS DUCTILE IRON PIPING INVOLVED IN THIS PROJECT? Of 12. IF_11 WAS YES, WHAT JOINT TYPE AND MAXIMUM DIAMETER? 13. HOW DID THE CONTRACTOR HANDLE THE DUCTILE IRON PIPEWORK? i C3Arr dl l Additional Comments: Name Please Print Signature Title: Date: ECKLER ENGINEERING, INC. Page 2 of 2 M CONTRACTOR REFERENCE CHECK Project: WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO. 455 Project No: 442.131 (ED Bid No: 02-25 B Bidder/Proposer: INTERSTATE ENGINEERING, CORP Reference Name: Sverdrup Civil, Inc OWNER: MWRA -Metrowest Water Supply Tunnel Contact Person: Jim Carroll Telephone Number: 617 742-8060 Fax Number: 617 G38 Please answer the following questions regarding services provided by the bidder/proposer listed above. Please sign and date the questionnaire and return no later than 8-20-02 4:30 m You may fax your response to: Eckler Engineering, Inc., Attn: HAROLD JACKSON, PE Fax: 954.755.2741 Phone: 954.510.4700 THANK YOU FOR YOUR COOPERATION. Dc� Questions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complete the project? 1 2 3 4 5 Lowest Highest 2. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 1 2 3 4 5 Lowest Highest 3. Rate the contractor's success at keeping you updated and informed as the work progressed on your project, particularly when special needs or problems arise. 1 2 3 4 5 Lowest Highest 4. Rate the contractor's success at minimizing and controlling potential hazards and risks during the project. 1 2 3 4 5 Lowest Highest 5. Rate the contractor's success at completing tasks within the contract times established for completion of your project. 1 2 3 4 5 Lowest Highest ECKLER ENGINEERING, INC. Page 1 of 2 I CONTRACTOR REFERENCE CHECK 6. Rate the quality of complete project. Was the project completed according to the standards of quality and performance established in your contract? 1 2 3 4 5 Lowest Highest 7. Rate the contractor's success at working cooperatively with your personnel. 1 2 3 4 5 Lowest Highest 8. Rate the comfort and confidence you had in the contractor through the progression of your project. 1 2 3 4 5 Lowest Highest 9. Rate the overall performance of the contractor on your project. 1 2 3 4 5 Lowest Highest 10. When you have a similar project to undertake in the future, would the contractor be considered to perform the work? 1 2 3 4 5 Lowest Highest Additional Questions 11. WAS DUCTILE IRON PIPING INVOLVED IN THIS PROJECT? 12. IF 11 WAS YES, WHAT JOINT TYPE AND MAXIMUM DIAMETER? 13. HOW DID THE CONTRACTOR HANDLE THE DUCTILE IRON PIPEWORK? Additional Comments: Name: Title: Please Print Signature: Date: ECKLER ENGINEERING, INC. Page 2 of 2 CO NTRACTOR REFERENCE CHECK Project: WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO.455 Project No: 442.131 (EEJ Bid No: 02-25 B Bidder/Proposer: INTERSTATE ENGINEERING, CORP. Reference Name: KLEIN & HOFFMAN INC OWNER: MWRA Will�v���Covci.r� Contact Person: Hem Thakral Spa Telephone Number: 312 251-1900 Fax Number: 312 MN - 'X0 Please answer the following questions regarding services provided by the bidder/proposer listed above. Please sign and date the questionnaire and return no later than 8-20-02 4:30 m You may fax your response to: Eckler Engineering, Inc., Attn: HAROLD JACKSON PE Fax: 954.755.2741 Phone: 954.510.4700 THANK YOU FOR YOUR COOPERATION. Questions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complete the project 5 Lowest Highest Z. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 1 2 3 4 5 Lowest Highest 3. Rate the contractor's success at keeping you updated and informed as the work progressed on your project, particularly when special needs or problems arise. 1 2 3 4 k 5 Lowest Highest 4. Rate the contractor's success at minimizing and controlling potential hazards and risks during the project. 1 2 3 4 X 5 Lowest Highest 5. Rate the contractor's success at completing tasks within the contract times established for completion of your project. 1 2 3 4 51\ 5 Lowest Highest ECKLER ENGINEERING, INC. Page 9 of 2 J CONTRACTOR REFERENCE CHECK C. Rate the quality of complete project. Was the project completed according to the standards of quality and performance established in your contract? 1 2 3 4 5 Lowest Highest 7. Rate the contractor's success at working cooperatively with your pe sonnel. 1 2 3 4 5 Lowest Highest 8. Rate the comfort and confidence you had in the contractor through the progression of your project. 1 2 3 4 i� 5 Lowest Highest 9. Rate the overall performance of the contractor on your project. 1 2 3 4 5 Lowest Highest 10. When you have a similar project to undertake in the future, would the contractor be considered to perform the work? 1 2 3 4 5 Lowest Highest Additional Questions: 11. WAS DUCTILE IRON PIPING INVOLVED IN THIS PROJECT? S 12. IF 11 WAS YES WHAT JOINT TYPE AND MAXIMUM DIAMETER? �Jb! u Additional Comments: Name Please Print Signature Title: Date: �> — 2e) 9 : a-o A ECKLER ENGINEERING, INC. Page 2 of 2 CVNTRACTOR REFERENCE CHECK - Project: WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO. 455 Project No: 442.B1 (EE) Bid No: 02-25 B Bidder/Proposer: INTERSTATE ENGINEERING, CORP. _ Reference Name: CAMP DRESSER AND MCKEE INC OWNER: SPRINGFIELD W&S COMM Contact Person: John Regan LAj° rce s'�` �^- Telephone Number: 617 452-6000 Fax Number: (617) 452-8000 Please answer the following questions regarding services provided by the bidder/proposer listed above. Please sign and date the questionnaire and return no later than 8-19-02 , 4:30 m You may fax your response to: Eckler Engineering, Inc., Attn: HAROLD JACKSON, PE Fax: 954.755.2741 Phone: 954.510.4700 THANK YOU FOR YOUR COOPERATION. Questions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complete the project? 1 2 3 4 5 Lowest Highest 2. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 1 2 3 4 5X Lowest Highest 3. Rate the contractor's success at keeping you updated and informed as the work progressed on your project, particularly when special needs or problems arise., 1 2 3 4 5 Lowest Highest 4. Rate the contractor's success at minimizing and controlling potential hazards and risks during the project. 1 2 3 4 5)t Lowest Highest 5. Rate the contractor's success at completing tasks within the contract times established for completion of your project. 1 2 3 4 5 4 Lowest Highest ECKLER ENGINEERING, INC. Page 1 of 2 J 6. 7. 8. 9. 10. CONTRACTOR REFERENCE CHECK Rate the quality of complete project. Was the project completed according to the standards of quality and performance established in your contract? ➢C 1 2 3 4 5 Lowest Highest Rate the contractor's success at working cooperatively with your personnel. 1 2 3 4 5 Lowest Highest Rate the comfort and confidence you had in the contractor through the progression ggf your project. 1 2 3 4 5% Lowest Highest Rate the overall performance of the contractor on your project. 1 2 3 4 5 X Lowest Highest When you have a similar project to undertake in the future, would the contractor be considered to perform the work? 1 2 3 4 5 Lowest Highest Additional Questions: ;TILE IRON PIPING INVOL IS PROJECT? '/�o I*, 011 12. IF 11 WAS YES WHAT JOINT TYPE AND MAXIMUM DIAMETER? 13. HOW DID THE CONTRACTOR HANDLE THE DUCTILE IRON PIPEWORK? tV OWYN eu'r Additional Comments: Name: Title: Please Print Signature: Date: ECKLER ENGINEERING, INC. Page 2 of 2 CONTRACTOR REFERENCE CHECK Project: WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO. 455 Project No: 442.131 (EEJ Bid No: 02-25 B Bidder/Proposer: ACUTEC MECHANICAL CONTRACTING COMPANY Reference Name: MILLER LEGG AND ASSOCIATES Contact Person: DARREN BADOR, PE Telephone Number: 954 436-7000 Fax Number: (954) 436-8664 Please answer the following questions regarding services provided by the bidder/proposer listed above. Please sign and date the questionnaire and return no later than 8-16-02 4:30 m You may fax your response to: Eckler Engineering, Inc., Attn: _ HAROLD JA_CKSON, PE T_ Fax: 954/755-2741 Phone: 954/510-4700 THANK YOU FOR YOUR COOPERATION. Questions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complete the project? 1 2 3 4 5 Lowest Highest 2. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 1 2 3 4 5 Lowest Highest 3. Rate the contractor's success at keeping you updated and informed as the work progressed on your project, particularly when special needs or problems arise. 1 2 3 4 5 Lowest Highest 4. Rate the contractor's success at minimizing and controlling potential hazards and risks during the project. 1 2 3 4 5 Lowest Highest 5. Rate the contractor's success at completing tasks within the contract times established for completion of your project. 1 2 3 4 5 Lowest Highest ECKLER ENGINEERING, INC. Page 1 of 2 n 7 L3 9 10 CONTRACTOR REFERENCE CHECK Rate the quality of complete project. Was the project completed according to the standards of quality and performance established in your contract? n A C Lowest Highest Rate the contractor's success at working cooperatively with your personnel. 1 2 3 4 5 Lowest Highest Rate the comfort and confidence you had in the contractor through the progression of your project. 1 2 3 4 5 Lowest Highest Rate the overall performance of the contractor on your project. 1 2 3 4 5 Lowest Highest When you have a similar project to undertake in the future, would the contractor be considered to perform the work? 1 2 3 4 5 Lowest Highest Additional Questions: E IRON PIPING INVOLVED IN THIS PROJE 12. IF 11 WAS YES WHAT JOINT TYPE AND MAXIMUM DIAMETER? 13. HOW DID THE CONTRACTOR HANDLE THE DUCTILE IRON PIPEWORK? Additional Comments: Name Please Print Signature: Title: Date: ECKLER ENGINEERING, INC. Page 2 of 2 Y \fib 11nM Job Name: South Andrews Improvement District Contact: Mr. Jim Waltman Owner: Broward County Utilities Phone: (954) 831 07 z Contact: Mr. Darren Bador PE Engineer: Miller -Legg Phone: (954) 436 7000 or (954) 252 5644 i.v%% Contact: Mr. David Mancini Contractor: Ric -Man International Phone: (954) 426 1042 Value: $ 75,500,00 Start Date: October,2000 Brief Description: Installation of a new Duplex, 20 HP Submersible Pump Station consisting of two (2) Pre -cast Concrete structures (8' diameter x 20' deep with 8" walls Wet Well & Valve Vault). The pumping system utilized two (2) 20 HP Flyght Sewage Pumps with 4" Discharge Piping with all associated valves and emergency pump out connections and a custom control panel, manufactured by ACS, utilizing an Bubbler Type Level Control System. All mechanical and electrical work was performed by our staff mechanics and electricians. Surety: N/A Subcontractors: Savemor Underground EK Phelps Z 3 954 583 2999 407 880 2900 9 CONTRACTOR REFERENCE CHECK Project: WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO. 455 Project No: 442.131 EE Bid No: 02-25 B Bidder/Proposer: ACUTEC MECHANICAL CONTRACTING COMPANY Reference Name: BROWN AND CALDWELL Contact Person: HARDEEP ANAND, PE Telephone Number: (305) 418-4090 Fax Number: (305) 418-4924 Please answer the following questions regarding services provided by the bidder/proposer listed above. Please sign and date the questionnaire and return no later than 8-16-02 4:30 gm.. You may fax your response to: Eckler Engineering, Inc., Attn: HAROLD JACKSON, PE Fax: 954/755-2741 Phone: 954/510-4700 r THANK YOU FOR YOUR COOPERATION. f� Questions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complet e project? 1 2 3 4 5 Lowest Highest 2. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 1 2 •3 4 5 LowestX�Highest 3. Rate the contractor's success at keeping yo updated and informed as the work progressed on your project, particularly when special needs or pr ems arise. 1 2 3 4 5 Lowest Highest 4. Rate the contractor's success at minimizing a ntrolling potential hazards and risks during the project. 1 2 3 4 5 Lowest Highest 5. Rate the contractor's success at completing tasks ithin the contract times established for completion of your project. 1 2 3 4 5 Lowest Highest ECKLER ENGINEERING, INC. Page 1 of 2 CONTRACTOR REFERENCE CHECK 6. Rate the quality of complete project. Was the project completed according to the standards of quality and performance established in your contract? 1 2 3 4 5 Lowest Highest 7. Rate the contractor's success at working cooperatively with your personnel. 1 2 3 4 5 Lowest Highest $. Rate the comfort and confidence you had in the contractor through the progression of your project. 1 2 3 4 5 Lowest Highest 9. Rate the overall performance of the contractor on your project. 1 2 3 4 5 Lowest Highest 10. When you have a similar project to undertake in the future, would the contractor be considered to perform the work? 1 2 3 4 5 Lowest Highest Additional Questions: 11. WAS DUCTILE IRON P 12._ IF11_ WAS YES,_ WHAT 13. HOW DID THE CONTR, Additional Comments: G INVOLVED IN THIS PROJECT? Name: Title: Please Print Signature Date: K? 0 ECKLER ENGINEERING, INC. Page 2 of 2 COV'RACTOR REFERENCE CHF'K Project: WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO.455 Project No: 442.131 (EE) _ Bid No: 02-25 B Bidder/Proposer: ACUTEC MECHANICAL CONTRACTING COMPANY Reference Name: Miami Dade Water and Sewer Authority _- Contact Person: Oswaldo Imia Telephone Number: (305) 669-7817 Fax Number: (305) 740-651$ Please answer the following questions regarding services provided by the bidder/proposer listed above. Please sign and date the questionnaire and return no later than 8-19-02 4.30 m You may fax your response to: Eckler Engineering, Inc., Attn: HAROLD JACKSON. PE Fax: 954.755.2741 Phone: 954.510.4700 THANK YOU FOR YOUR COOPERATION. Questions: 1. Rate the level of commitment of the contractor to your project. Did the contractor devote the time and personnel necessary to successfully complete the project? 1 2 3 4 5 Lowest Highest 2. Rate the competence and accessibility of the personnel directing, supervising and performing the work on the project. 1 2 3 4 5 Lowest Highest 3. Rate the contractor's success at keeping you updated and informed as the work progressed on your project, particularly when special needs or problems arise. 1 2 3 4 5 Lowest Highest 4. Rate the contractor's success at minimizing and controlling potential hazards and risks during the project. 1 2 3 4 5 Lowest Highest 5. Rate the contractor's success at completing tasks within the contract times established for completion of your project. 1 2 3 4 5 Lowest Highest ECKLER ENGINEERING, INC. Page 1 of 2 I CONTRACTOR REFERENCE CHF -K 6. Rate the quality of complete project. Was the project completed according to the standards of quality and performance established in your contract? 1 2 3 4 5 Lowest Highest 7. Rate the contractor's success at working cooperatively with your personnel. 1 2 3 4 5 Lowest Highest 8. Rate the comfort and confidence you had in the contractor through the progression of your project. 1 2 3 4 5 Lowest Highest 9. Rate the overall performance of the contractor on your project. 1 2 3 4 5 Lowest Highest 10. When you have a similar project to undertake in the future, would the contractor be considered to perform the work? 1 2 3 4 5 Lowest Highest Additional Questions: 11. WAS DUCTILE IRON PIPING INVOLVED IN THIS PROJECT? 12 IF 11 WAS YES, WHAT JOINT TYPE AND MAXIMUM DIAMETER? 13. HOW DID THE CONTRACTOR HANDLE THE DUCTILE IRON PIPEWORK? Additional Comments: Name: Signature Please Print S Title: Date: ECKLER ENGINEERING, INC. Page 2 of 2 Job Name: Miami Dade Pump Station 9948 Owner: Miami Dade Water and Sewer Authority Contact: Phone: �786) 552 8145 y Engineer: Miami Dade Water and Sewer Authority ontact:4 Phone: P05) 669 7817 Contractor: Acutec,inc. Contact: Phone: (954) 486 1588 Start Date: October,2001 Value: Mr. Iden K Edwards Mr. 0swaldo Imia Q Mr. Harold Purrier $373,065.00 Brief Description: Rehabilitation of One (1) Miami -Dade County Master Pumping Station consisting of 2 Concrete Structures - one (1) 9' x 9' x 22' deep Wet Well & 1 Dry Well, with 12" thick walls. The pumping system utilized two (2) Duplex 47 HP EBRA Submersible Sewage Pumps with 6" Suction/Discharge DIP piping. This Station employed some unique features: 1) a complete Muffin Monster Grinder (Comminutor) System. 2) 3 Manually operated Sluice Gates for flow control. 3) an Ultrasonic Level Control System. 4) a complete annunciator package with Remote Telemetry. The bypass operation utilized a 6" electric pump and a Back-up Diesel operated Sloan Bypass Pump. All work was performed by our staff mechanics and electricians. Surety- Matson -Chariton Surety Co. 305 662 3852 ' Subcontractors: Santamaria Paving 305 227 3901 `Z Ebara 954 596 2075 Savemor Underground Z 954 583 2999 Ferguson Supplies 954 973 8100 McDonalds Distributing 954 485 1255 ¢ Sunbelt Rentals 3 954 229 1099 S 6 Job Name: Owner- Phone- Engineer - Phone: Contractor: Phone: Start Date: Miami Dade Pump Station 467 CO Miami Dade Water and Sewer Authority Contact: (786) 552 8143 Q Wiami Dade Water a d Sewer Authority Contact: (305) 669 7817 Acutec Mechanical Contracting Co. Contact: (954) 486 1588 December,2000 Value: Mr. Gary Clark Mr. Oswaldo Imia Mr. Harold Purrier $167, 000.00 Brief Description: Installation of a new Third 47 HP Flyght Submersible Pump into a existing pump station. This included demolition of existing top slab,fillet grout ,valve vault and replacing with new. All associated valves and emergency pump out connections and a custom control panel were modified to accommodate additional pump. During the rehabilitation, a duplex electric/diesel by-pass pumping system was utilized. All mechanical and electrical work was performed by our staff mechanics and electricians. Surety: Latimer Insurance Agency 305 653 7998 Subcontractors: H & R Paving 305 261 3005 Savemor Underground 954 583 2999 Ferguson Supplies 954 973 8100 3 McDonalds Distributing 954 485 1255 EK Phelps 407 880 2900 Sunbelt Rentals 3 954 229 1099 0 U 4 IQ AC TEC MECHANICAL C NT CTIN C MPA CURRENT JOB C NT CT Job Name: Miami Dade Meter Vault P-6 Owner: Miami Dade Water and Sewer Authority Contact: Mr. Gary Clark Phone: (786) 552 8143f Engineer: 7 Miami Dade Water and Sewer Authority Contact: Mr. Oswaldo Imi a Phone: (305) 669 7817 Contractor: Acutec Mechanical Contracting Co. Contact: Mr. Harold Purrier Phone: (954) 486 1588 Start Date: January,2002 Value: $75,600.00 Brief Description: Installation of (1) Sump Pump including associated piping,valving,electric and pressure tap into a 12" force main. This project also included re coating the interior of the existing Metering Vault. All mechanical and electrical work was performed by our staff mechanics and electricians. Surety: Matson -Charlton Surety Co Subcontractors: Savemor Underground McDonalds Distributing Vicking Service and Maintenance Personel: Harold Purrier Amold Hodgson Garry Williams Julian Lewis Clive Fullerton Chad Mullins Project Manager Forman Electrician Apprentice Apprentice Apprentice 305 662 3852 954 583 2999 �. 954 485 1255 954 577 9153 Z � 1 I 7 �o Page 1 of 1 John Doherty From: Lynda S. Flurry Sent: Tuesday, August 27, 2002 4:05 PM To: John Doherty Cc: Michael Cernech; Ray Gagnon Subject: Wastewater Flow Meter - BCOES Master Pump Station No. 455 John - I have reviewed the documentation and justification submitted by Eckler Engineering regarding the recommendation to award to Interstate Engineering Corporation rather than the low bidder, Acutec, Inc. Based on the reference checks and confirmation of lack of relevant experience, I concur with Eckler's recommendation. Acutec does not have the required experience for this complex and time sensitive project. If you need a formal memorandum before submission to the Commission for recommendation of award, please let me know. Lynda 9/9/lr..r::2 EXHIBIT 3 F MPANY NAME: (Please Print): Tr,te�stane: 3W - 434. Fax: BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. [Z2. Carefully read the Detailed Specifications, and properly fill out the BID FORMS. �3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have it properly notarized. Sign the CERTIFICATION page. Failure to do so may result in your Bid being deemed non -responsive. D✓ 5. Fill out the BIDDERS QUALIFICATION STATEMENT. L.Z 8. Fill out the REFERENCES page. [� 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. [� 8. Fill out the LIST OF SUBCONTRACTORS. R1 g. Include a 5% BID BOND. Failure to provide a bond will result in automatic rejection of your bid. Payment and Performance Bonds will be required and must be submitted on the City's forms. 10. Fill out and sign the CERTIFIED RESOLUTION. [� 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. [+ 13. 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. ' i t 6) _. BID FORM Submittedby: CDt P _ _ Date T 6/15k-�-__ (Bidder) THIS BID IS SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager. -- 7525 Northwest 88th Avenue Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into a contract with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit the necessary documents required by the ' City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and -- the written resolution thereof by the City is acceptable to Bidder, c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly �- induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the "Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. BID FORM (continued) The City of Tamarac is hereby requesting Bids, from qualified vendors, to: Provide construction of the Wastewater Flow Meter BCOES Master Pump Station No. 455 Project. Construction of wastewater flow monitoring improvements inclusive of new flow metering equipment, piping, valves, electrical, instrumentation, site restoration and all other incidentals as indicated by the drawings and specifications or as required to properly complete the project as -planned. In order to be considered for this project, the vendor must meet the following conditions: 1. Has successfully completed a minimum of three (3) projects of similar scope and complexity over the past five (5) years. 2. Must be able to document the requested experience. 3. Has successfully completed a minimum of three (3) projects requiring the installation of mechanical joint and flanged ductile iron piping with diameters greater than 30-inch. We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents. . (See schedule of Bid Items, page 2A of 5) CITY OF TAMARAC, FLORIDA WASTEWATER FLOW METER BCOES MASTER PUMP STATION NO. 455 BID NO. 02-25B SCHEDULE OF BID ITEMS All bid items shall include costs for furnishing to the City all materials, equipment, and supplies and for all costs incurred in providing all work shown on the plans and specifications for Wastewater Flow Meter BCOES Master Pump Station No. 455. Said costs shall be complete and inclusive of all labor, permits, inspection, servicing and start-up fees, taxes, insurance, miscellaneous costs, warranty, overhead and profit. SECTION I: LUMP SUM BID BIDDER agrees to accept as full payment for the Lump Sum Work proposed under this Project as herein specified and as shown on the Drawings, based upon the undersigned's own estimate of quantities and cos the foil ing total lump sum bid of: _tjg,ta v4v� •1� �, Dollars and �'W cents. (Amount written in words has precedence.) SECTION II: LUMP SUM BID BREAKDOWN For the sole purpose of evaluating bids, the following general breakdown of the total LUMP SUM BID is to be given. The price breakdown shall be fairly apportioned to the various parts of the work. If so requested by the ENGINEER, the CONTRACTOR shall substantiate any price or prices with additional detailed price breakdown. In the event of discrepancy between the written lump sum stated in LUMP SUM BID and the arithmetic total of the following LUMP SUM BID BREAKDOWN, the lump sum stated in writing above shall have precedence. (The Bidder must submit with this Proposal the apportioned amounts for the items listed below.) Item Description Total Cost 1 Mobilization/Demobilization and General Requirements 2 Bonds and Insurance Premiums 3 Preparation of Project Record Documents (Section 01720) 4 Preparation of Operation and Maintenance Manuals (Section 01730) 5 Indemnification (Instructions to Bidders, Section 24) 6. Furnish and Install Wastewater Flow Monitoring Improvements, Complete. 7. Contingency (Section 01010) Total Lump Sum Bid $ $ 10,000.00 $ /.5a, 000, ad BID FORM (continued) The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, ".ey 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 We 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. Qi"e- F-nL�IV enY)q LIJr-P - Company Name au,(,WJ4.C� Authorized Signature 1Jor4h Fe&ra.l �1 qh! ' TSu aa3 Arnol8 -Pike- Address Typed/Printed Name B6CQ.ail , 33431 City, State, ZIP CG -'�a580ao __.._._.- Contractor's License Number .56i-3g4-4345 5,61-3V -4613 Telephone & Fax Number _ _ o4aa7a3a3 Federal Tax ID# ____ BID FORM (continued)) Bidders Name: rl,.►T" tPry`kL_te_ nC��nP�rll'�Q(1(JfP• TERMS: % DAYS: Delivery/completion: 100 calendar days after receipt of Notice to Proceed To be considered eligible for award, one (1) original and two (2) copies of this bid form MUST be submitted with the Bid. NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. BID FORM (continued) Bidder's Name: r15 IGLIe— :L:Y)q1nLeLD 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. 141 NON -COLLUSIVE AFFIDAVIT State of ROV-da _) )ss. County of M ) A1'V10 I Ve- _ being first duly sworn, deposes and says that: 1. He/she is the r r�S(dQ�Ylf , (Owner, Partner, Officer, Representative or Agent) of LA Evu1�+n_ee01T�, 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 M-WIC M-2 �}rndd.K. Printe"ame de."-_-t- Title 0 ACKNOWLEDGMENT NON -COLLUSIVE AFFIDAVIT State of Florida County of _ Ph)IM, On this the _E "day of q_5+ , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared 14rno0Pi Ke_ _ - 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: F4�r'p ',' CAROLL. THOMSEN -siNotary Public - StffW of Florida zS ` MyConxrriionEqieeNiey27,2006 "%'' Gomn,i..ision * 00013776 _QA�3j C-k NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned) 2/Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or 3"61D NOT take an oath CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We (1), the undersigned, hereby agree to furnish the item (s)/service(s) described in the Invitation to Bid. We (1) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ If "Other", '_xplain: Authorized Signature ... . - Ere-5- `f Title PARTNERSHIP ❑ CORPORATION R� OTHER ❑ rhnld P,'Kp— Name (Printed Or Typed) C4 a Z7 23 a3 Federal Employer I.D./Social Security No. -%rs1z&e- E. ro'll III ees' I rG r- e a ROD iQpr+IAQIQJSu �t� Zz3 Company Name .1 Address �Q RCL% r�- 33431 City/State/Zip b�l-3�- 6 6 93 . Fax Number 50-N4-4345 Telephone Contact Person OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager ADDRESS: 7525 NW 881h Avenue Tamarac, Florida 33321 Check One Submitted By: rr,oIcd IFiKe [✓Corporation Name: o Norit Partnership Address. r I3;3+.uk--X; Individual Principal Office:��,q o�4p a' ❑ Other Telephone No. 5b1-30-4345 Fax No. �;bI-N4•-66g3 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: Y)2Pr1n3 ' p The address of the principal place of business is: /93 TWWi-5or) f}✓�• ,2z18fn,MA DIf7o 2, If Offeror is a corporation, answer the following: Date of Incorporation: TU -►e 19(cb State of Incorporation: ___ M454chtettS_ President's name: AVTD)d PI'Ke Vice President's name: "oel__Le.Ln5oh Secretary's name: Cary I I?i Ke- Treasurer's name:_ _ _ �j 65� _ Name and address of Resident Agent: ArnojA ? Ke 441 D. -Dor-5av eDC.cr-f 'i eioqBaO), R- 8¢ 3. If Offeror is an individual or a partnership, answer the following: Date of organization: Name, address and ownership units of all partners: State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 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? 4a 1I6AR-5 Under what other former names has your organization operated? k0MC 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. Cep �¢ � Ce+rtr or I C cpplf NcQ l-tra�_� n� - c o s6�9s Amrr::--D 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? 10YES ❑ NO vy 11. Have you ever failed to complete any work awarded to you 7 IIff so, state when, where and why- 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone 755 i3S� Tontr-Kter FCKI,¢< N1n6¢CI_h _ OU�►�rScc�2�Ve�Suxt��ly 6T&P �3oE Bob I Vv4 %t a n-k�,+.F rc4 IooT 1,.�Ivd. ►7+nn e�,�L3 zs 661-740-4:: �� ll�eese µT2eese., Vox-. Assoc, �¢/5L1'ftiRd kbrF}, I`z3 s6� 93-3,� 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 56E A-rTAcAED 14. State the name of the individual who will have personal supervision of the work: A 1e>(an&r Ar4anum i 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: /� /� 18. State the name of Surety Company which will be providing the bond, and name and address of agent: /l f J eJ;*V �rSI I�Q'�1CL l�►1��ny_. �1►e�sor,�ev� � a�k5 � � o f o � C z d4-can ►4-O`'��4�er�u�. �Id� �.c�tl ca �IwwFL- 3376 19, Bank References: Ba nk Address Telephone /--2eWT &d4 66 Pleasap)+ 9t. Olgff.._ SM-63/-75�0 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): Net Fixed Assets Other Assets Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State then me of the firm preparin=ry\ey financial statement and da thereof: Ylkorr i 5 � M.o-r r is, i� C , .3a ICJ N eedi i� - MA oa i 44 22. Is this financial statement for the identical organization named on pag ono? Z YES ❑ NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS 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. JA a �� (Signature) ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Flori a � "� l County of QlYv�'t,1RCN On this the /Oday of Auqto, 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared -e _. a n d , vlolc� K (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. ry NOTARY PUB ICowy, ,w CAROL L. THOMSEN NOTARY PUBLIC, STATE OF FLORIDA .,e SEAL OF OFF - Notary PuNk; _ Stets or FkMa fO L 1h 2 C' A.%_- Nay Commis; ion Effie �, V, 2� Comminmon a 00013776 (Name of Notary Public: Print, Stamp, or Type as Commissioned) [0Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath or 0 ZDID NOT take an oath REFERENCES 5EE AT A-e-' ED L(5'F 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 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. 46 Authorized Signature Company Name LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work that will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Contractor Percent License of Total Subcontractor's Work to be Performed Number Contract Name and Address 1. eAec-H Ca_j e-eD oi646 3.01 E—firc c161 rp+ oce4ttL)At I looe Ma ru c~ Aug All J1�38 ,42, m�� �hV1rbAWJ_7 4(1X1'Jl�� Ji�i _.1edcAve. Cor,2 Gctbl�g.>vL 331� 0 4. 5. 6. CERTIFIED RESOLUTION I, �iW ryJ_ f i Ke _ (Name), the duly elected Secretary of Tn'rerstcrte E� er�T(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 - ��SIC�Prt _ _ (Title of Officer) of E 3tZl� 7EnAiy 6vq 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 bd 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 L� day of LLS' , 2002. (SEAL) By: Secretary C 1e-(-K 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. ORRIS MOWRIS,px. CERTIFIED PUBLIC ACCOUNTANTS INTERSTATE ENGINEERING CORP. BALANCE SHEETS ASSETS CURRENT ASSETS: Cash and Equivalents Accounts Receivable: Construction Contracts: Billed and Due for Payment Retained - Due upon Completion and Acceptance of Work Performed Costs and Estimated Earned Gross Profit in Excess of Billings on Uncompleted Contracts Prepaid Expenses and Other Current Assets TOTAL CURRENT ASSETS PROPERTY AND EQUIPMENT, at Cost Less: Accumulated Depreciation NOTE RECEIVABLE - OFFICER/STOCKHOLDER INVESTMENT IN JOINT VENTURE DEPOSITS TOTAL ASSETS December 31 2001 2000 $ 1,143,965 $ 137,135 2,332,971 1,343,757 577,683 1,019,907 12,172 157,353 662652 1187_ 4,073 —417 _ 2,710 339 417,307 461,013 (235,183) 228 487) 182,124 232,526 40,000 40,000 4,897 4,897 --1-.15 2 472 iAXLjn 24 The accompanying notes and independent auditors' report are an integral part of the financial statements. 2 LIABILITIES AND STOCKHOLDERS' E UITY CURRENT LIABILITIES: Note Payable - Bank Accounts Payable: Construction Contracts: Currently Payable Subcontractor Retainage Accrued Expenses Accrued Retirement Plan Expense Installment Debt, Current Portion Billings in Excess of Costs and Estimated Earned Gross Profit on Uncompleted Contracts TOTAL CURRENT LIABILITIES INSTALLMENT DEBT, Non -Current Portion COMMITMENTS AND CONTINGENCIES TOTAL LIABILITIES STOCKHOLDERS' EQUITY: Common Stock - No Par Value; Authorized, 1,000 Shares; Issued and Outstanding, 398 Shares Retained Earnings, Prior to July 1, 1988 Undistributed Stockholders' Income TOTAL STOCKHOLDERS' EQUITY TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY December 31 2001 2000 $ - $ 418,401 2,469,860 1,047,847 660,150 306,332 45,127 150,110 41,867 76,169 50,209 54,785 3 _2.1 25,820 3,573,616 2,079,464 82,332 119,691 3,655 -�948 2 1199155 3,980 3,980 626,069 626,069 15,593 161 030 6- 45642 7911079 �1 34 The CPA, Never Underestimate the Value.' CD rl CIO a at a)P, w�, mG7 Nrh A "M CIO MR rn N1, * k �• 1 a y, 'r jz (pC- m 13 `'�1,l>, g ►r,lm M rn A) Zorn .. Q (A 7nz fix,. mm rvwS ►-1 rtl m rn �'n r•� _ P* P< tp c •f v n r% L C86906EL99 �EAABbtiLAL6 NVV L : 6 ! ZO-9 L-A :4ANS ,-LIVI 'jI. I V IV Ve 1 01 IJMM I OfUt440000- DOIJy400yJ-4 L Recent Completed Jobs PROJECT TITLE J_OCAMN CATEQ. AMOUNT, DATES i Palm'S rings Chlorination Palm Springs, FL WTP $ 235,487.00 1/96 - 7/96 Palm!S rings Phase 1 Improvments Palm S rin s, FL WTP $ 340,335.00 3196 - 10/98 Seacoast Utility Authority Palm Beach, FL WWT $ 86,327.00 9/96 - 2/97 Normar St, Pump Station Marblehead, MA PS $ 122,926.00 10/96 - 5/97 Bredfprd Rd./Prime Pk. Pump Stations Natick, MA PS $ 152,661,00 11196 - 5/97 MWRA Rota Screens Boston, MA WWT $ 54,964.00 7/97 - 9/97 Dix St. Sewer P.S. Woburn, MA PS $ 47,100.00 12/97 - 12/97 SESO Remote Pump Statlon Salem, MA PS 1,231,000.D0 4/96 - 4/97 So. Lgke PS Modifications Hollywood, FL PS $ 288,608.00 10/96 - 6/97 Deer Nslland Residuals Boston, MA WWTO, $ 8,940,828.00 1/94 - 6/97 MWRA PS Rehabs, Stoneham, MA PS $ 3,047,721.00 5/95 - 10/97 So.Essex WWTP(Mech) Salem, MA WWTP $ 1,781,948.00 10/96 - 2/97 so.Essex WWTP HVAC Salem, MA HVAC $ 1,543,000,00 10/95 - 2/97 SE5 WWTP Upgrade Salem, MA WWTp $ 247,968.00 5198 - 11/96 Lowell WWTP Lowell, MA WWTP $ 1,998,556.00 12/95. 1197 Pompano Beach P.S. Pompano Bch, FL PS $ 710,234.00 11/98 - 11/97 Fells eservolr Covered Storage Stoneham, MA WR $ 1,486,825.00 3/97 - 6/99 Phasd II West WTP Boynton Bch, FL WTP $ 2,361,928.00 8/97 - 6/98 CSO odifications Bangor, ME WWTP $ 645,874A0 8/97 - 12/97 Forea't River Park Pool Renov. Salem, MA WT I $ 217,000.00 4199 - 7/99 Methuen WTP Methuen, MA WTP $ 160,050.OD 12189 - 1 /00 Weymouth Phase 1&2 Weymouth, MA WTP' $ 393,000.00 2/99 - 1-00 Cartel- St. PS Chelsea, MA PS $ 64,058.00 12/99 - 5-00 Hogan Regional Danvers, MA PP $ 174 500.00 6-00 - MO G.T. Lohmeyer WWTP Ft, Lauderdale, FL WWTPj 11 $ 2,437,023.00 10/98 - 6/00 Worcester St. PS Springfield, MA PS 11 $ 527,574.00 5/99 - 6/00 Winftop PS Winthrop, MA PS $ 126,027.00 12/99 - 5/00 Wa mouth Phase III Weymouth, MA WTP $ 627,349.00 11/99 - 6/00 Carbon Filter Danvers, MA WTP 174,178.00 6/00 - 9/00 Dunedin WTP Dunedin, FL WTP i $ 168,309,00 7/00 - 2/01 Scad9 System Newton, MA WTP $ 109,200,00 8/00 - 2/01 Wellf101d Improvements Dracut, MA WTP $ 919,131.00 8/00 - 3/01 WS Strainer Winthrop, MA WTP $ 31,595.00 11100 - 4/01 Metro est Water Supply Tunnel, MA Weston, MA WTP $ 4,850,848.00 9/97 - 5/00 Ancillary Design Mod. Phase III, MECH Boston, MA WWTP $ 6,351,348,00 10/97 - 6/00 Ancliltry Desl n Mod, Phase III, HVAC Boston, MA WWTP fj ee,000.00 10/97 - 5/00 Bath Iron Works Beth, ME PP $ 6,897,193.00 9/99 - 10/00 WTP Ex ansion Wallington, FL WTP $ 995,000.00 11/00 - 5/01 Dra dr St, PS Woburn, MA PS $ 362,740.00 10100 - 7/01 Londonderry PS Londonder , NH PS $ 1,028,000.00 12/00 - 9/01 Horn Pond WTP Woburn, MA WTP 4,596,000.00 2/01 - 2/02 Paho ee WWTP Pehokee, FL WWTPI $ 1,240,000.00 4/01 - 4/02 Boyntbn Beach WTP 6q nton Bch, FL WTP $ 80,800,00 12/01 - 3/02 Spring Lake WTP Spring Lake, FL WTP ! $ 31,100.00 1/02 - 4/02 Page 1 ; PROJECT Palm Springs TITLE Chlorination OWNER CMEANY NAME Village of Palm Springs, FI NAME IIIAm Leasure AREA—IELA 407 865-401 D DESIGNER Eckler En In"ring D. n Eckler 305 755-1351 GC Interstate Engeering R bert Cook 508 744-8883 Palm Springs Phase 1 Im r. OWNER Village of Palm $ rin s W Iliam Leasure 407 965-4010 DESIGNER Eckler En ineering D n Eckler 305 755-1351 GG Interstate Engineering R bert Cook 508 744-8883 Seacoast Utillity Authority OWNER Seacoast Utility Authority RtY Bishop 407 627.2900 DESIGNER L,B,F & H P trick Joyce 407 746-9248 GC Interstate Engineering E Zinggeler 561 394-4345 Norman St. 98 OWNER , Town of Marblehead D ne Snow 617 631-0102 DESIGNER Heley & Ward S aryl Traylor 817 690-3980 GC Interstate Engineering Jd I Leinson 508 744-8883 Bradford Rd. rime Pk. Pump Stations OWNER Town of Natiok P , It Plasted 508 651.7319 DESIGNER Hale & Ward Gtogory Eldridge 617 890-3980 GC Interstate Engineering 5t ve Begonls 508 744-8883 MWRA Rotarj Screens OWNER MWRA Joff McCauley617 539-4243 DESIGNER MWRA Joff McCauley617 539-4243 GC Interstate Engineering R ger Matheson 508 744-8883 Dix St, Sewer P.S. OWNER City of Woburn R ert Simonds 617 932-4500 DESIGNER City of Woburn R ert Simonds 617 932-4500 QC Interstate Engineering J I Leinson 508 744-8883 SESD Remo tePump Stations OWNER So. Essex Sewage Dist. rew Sims 508 744-4550 DESIGNER Malcom Pirnle St ve Thayer 617 396-3201 GC Interstate Engineering J I Leinson 508 744-8883 So. Lake PS Modifications OWNER City of Hollywood, FL D id McLaughlin 954 967-4225 DESIGNER Hazen and Sa ar, P.C. Joe Franko 305 987-0066 00 Interstate Engineering Sq tt Blair 561 394-4345 Deer Island Residuals OWNER MWRA DI Itrl Theodosslo 617 242-3770 DESIGNER CDM Jo n Skraredowski 617 252-8000 GC George Hyman Gonst, Jon Lamarre 617 539-0077 MWRA PS Rdhobs. OWNER MWRA D� aid Flnocchio 617 242-7110 DESIGNER Fay, S afford & Thndk DohnIs Bouchere 617 221-1000 GC Barletta Engineering Hobh Allen 617 524-4710 So. Essex WWTP Mech OWNER So. Essex Sewage Diet. A raw Sims 508 744-4550 DESIGNER Malcom Plrnle/CDM Robert Gaudes 617 252-8000 GC dWNER Barletta Engineering so. Essex Sewage Dist. hly An h Allen Sims 617 509 524-4710 744-4550 So, Essex TP (HVAC) DESIGNER Malcom Pimle/CDM R ert Gaudes 617 252-8000 GC Barletta Engineering Hugh Allen 617 524-4710 Lowell WWTP OWNER Lowell Wastewater Utll Mark Young 508 970-4248 DESIGNER Fay, Spofford & Thndk RdQ Porter 617 221-1000 GC Interstate Engineering Steve Begonia 508 744-8883 Pom ano B P.B. OWNER CIty of Pompano Bch Alen Garcia 954 785-4061 DESIGNER Eckler Engineering Dan Eckler 305 755-1351 GC Interstate Engineering Scut Blair 561 394-4345 Page 1 Fells Resew it Covered Storage OWNER MWRA Frank DePaole 617 242-6000 DESIGNER Klein & Hoffman, Inc. Hem Thakral 312 553-5443 GC Barletta Engineering Chris Lowman 617 524-4710 Phase II Weat WTP OWNER City of Boynton Bch Robert Ken on 516 375-6111 DESIGNER CH2M HUI, Inc. Steve Lavinder 954 426-6112 GC Interstate Engineering Scott Blair 561 394-4345 CSO Modlficatlons OWNER City of Bangor John Murphy 207 945-4400 DESIGNER CH2M Hill, Inc. Ned Johnson 703 471-1441 GC Interstate Engineering Robert Cook 508 744-8883 Forrest River Park Pool Renov. OWNER City of Salem Stanley Bornstein 978 745-9595 DESIGNER Weston & Sampson John Ellis 978 532-1900 GC Barletta Engineering Chris Barletta 617 524-4710 Methuen WT OWNER City of Methuen Mark Riopelle 978 794-3286 - DESIGNER CDM Dave Polcarl 617 252-8415 —GC Interstate Engineering Joel Leinson 978 744-8883 Weymouth Phase 1&2 OWNER City of Weymouth Stephen Olson 781 337-5100 - DESIGNER SEA Consultants Sarah McConnell 617 498-4694 GC Interstate Engineering Joel Leinson 978 744.8883 Carter St. PS OWNER Clty of Chelsea Andrew DeSantis 517 889.8376 DESIGNER Weston & Sampson John Ellis 978 977-0110 GC Interstate Engineering Joel Leinson 978 744-8883 Hogan Reglo el OWNER Comm. of MA David Chan 817 624-7881 DESIGNER Weston & Sam son Laurie Toscano 978 532-1900 GC Interstate Engineering Ron Katz 978 744-8883 G,T. Lohme ar WWTP OWNER City of Ft. Lauderdale Michael Just 954-623-1002 DESIGNER CH2M Hill, Inc. Bruce Cale 352-335-5877 GC Interstate Engineering Robert Cook 661-394-4345 Worcester StJ Pump Station OWNER 5 rin field W&S Commission Joe Su ernesu 413 7 - DESIGNER SEA Consultants Sarah McConnell 617-498-4694 CSC Interstate Englneering Joel Leinson 978-744-8883 Carbon Fllter, Danvers, MA OWNER Town of Danvers Richard Rogers 978-777.2668 DESIGNER Eartfl Tech Robert Yarsites 978-371-4000 GC Interstate Engineering Joel Leinson 978-744-8883 Dunedin WT , Dunedin FL OWNER City of Dunedin Doug Hutchens 727-738-1874 DESIGNER Boyle Erlglnserin Steve Duranceau 407-442-3866 bC Interstate Engineering Bob Cook 581-394-4345 Scads Syste , Newton, MA QWNER Clty of Newton Jay Fink 617-652-7001 DESIGNER Weston & Sam son John Ellis 978-977-0110 GC Interstate Engineering Bob Cook 978-744-8883 Page 2 - ,. -- n,, I ..... r+a., -)V IV04V VvJ,M V WeIlfleld Imp ovements, Dracut, MA OWNER Dracut Water Supply Dist Bill Zielinski 978.957-0441 DESIGNER Weston & Sam son Vonnle Morann 617-845-8434 GC Interstate Engineering Ron Katz 978-744-8883 W6 Strainer, Winthrop, MA OWNER MWRA Kevin Feeley 617-242-6000 DESIGNER MWRA Kevin Feeley 617-242-600o GC I Interstate Engineering Roger Matheson 978-744-8883 Metrowest Water Supply Tunnel OWNER MWRA Frank DePaole 617-242.6000 DESIGNER Sverdrup -Civil, Inc Jim Carroll 617-742-8060 GC Barletta/O'Connell, AJV Alan Harwood 617-423-9569 Ancillary Design n4od. Phase III (MECH OWNER MWRA Charles Button 817-242.0000 DESIGNER Metcalf & Eddy John Diskin 617-246-5200 GC Zoppo/interstate Eng. AJV John Leach 617-344-8366 Ancillary Desl�n hood. Phase III (HVAC OWNER JMWRA Charles Button 817-242-6000 DESIGNER Metcalf & Eddy John Dlskln 617-246-b200 GC Zoppo/Interstate Eng. AJV John Leach 517-344-8300 Bath Iron Wp ks OWNER Bath Iran Works Walt Cantrell 207-442-4075 DESIGNER Moffett & Nichols Tom Shafer 410-583-7300 GC Clark Builders of ME LLC Tim Galvin 207-442-1234 WTP Expansion, Wellln ton, FL OWNER Village of Wallington Edward Waslelecos 561.753-2430 _ DESIGNER Reese, Macon & Assoc. William Reese 581-433-3226 GC Interstate Engineering Robert Cook 561.394-4345 Draper St. P Woburn, MA OWNER Ci of Woburn Fred Russell 781-932.4410 DESIGNER Earth Tech Joe Boccedoro 978-371-4070 GC Interstate Engineering Joel Lelnson 978-744-8883 Londonderry S. NH OWNER AES Londonder , LLC Robert White 603-432.9114 DESIGNER Metcalf & Eddy Scott Thlbault 781-246-8200 GC R, Zoppo Corp. Jim Llnhan 781.344-8822 Horn Pond, Woburn, MA OWNER City of Woburn Jay Corey-781.932-4400 DESIGNER Camp Dresser & McKee Ed Dilorlo 817-452-6691 GC Interstate Engineering Ron Katz 978-744-8883 Pahokee, l- I OWNER City of Pahokee Kenneth Schenck 561-924-5534 DESIGNER Craig A, Smith Assoc. Jay Beaton 954-782-8222 QC Interstate Engineering Robert Cook 561-394-4345 Boynton Beach, FL OWNER Clty of Boynton Beech Bob Kenyon 561-742-6320 DESIGNER CH2M HIII David Schuman 954-426-4008 GC Interstate Engineering Robert Cook 561-394-4345 Spring lake, ebrin , FL OWNER Spring Lake Impr. District Gre oetz 863-665-1715 DESIGNER raig A. Smith Assoc. Jay Beaton 954-782-8222 GC I Interstate Engineering Robert Cook 561-394-4346 Page 3 V V ' WQ"V VQV .!! V TRADE REFERENCES A arican Cast Iron Pipe Co. 1 01 31 "' Ave. North B rrningham, AL 35207 ( 05) 325-7701 Ayer Sales, Inc. 2 Industrial Parkway Woburn, MA 01801 (781) 933-1141 S ieridan Engineering Corp. 15 Spring Street P 99body, MA 01060 (E 78) 977-3300 3rpenter and Patterson, Inc. 15 Merrimac Street oburn, MA 01801 B 1) 935-2950 Newman Associates 190 University Ave. estwood, MA 02090 (7 1) 329-4000 A co Welding Supply Co. 1 00 Eastern Avenue M Iden, MA 02148 (7 1) 324-8190 Public Works Supply Co., Inc. 27 Garden Street Danvers, MA 01923 ($ 0) 851-1505 JG MacLellan Concrete Co. 180 Phoenix Ave. Lowell, MA 01852 (978) 458-1223 Hilti P.O. Box 21148 • Tulsa, OK 74121 (800) 679-7000 F.W. Webb Company 200 Middlesex Turnpike Burlington, MA 01803 (978) 937-9322 Metropolitan Pipe & Supply Co. 303 Blnney Street Cambridge, MA 02142 (617) 942.6400 New England Insulation 55 North St. Canton, MA 02021 (781) 628-6600 Safety Source Northeast P.Q. Box 532 Sturbridge, MA 01566-0532 (800) 225-3553 New England Controls 9 Oxford Road Mansfield, MA 02048 (508) 339-5522 Resume* of Supervisory Personnel lexander Antonucci - Project Superintendent 31 years experience as a licensed Master Plumber, licensed Pipefitter, journeyman Sprinkler Fitter, certified Welder, Foreman & Superintendent. Joined Interstate Engineering Corp. in 1989. Previous work experience Included operating his own plumbing business for five years, .and as a plumber for Boston Local 12 working for Zany companies. Functions as working. Project Superintendent / Foreman, Supervised nstruction and start-up of the following Interstate projects., I + North Systems Headworks, Winthrop, MA $10,435,022 " Palm Springs Chlorination, Palm Springs, FL $ 235,487 * Palm Springs Phase I Improvements $ 340,335 * Seacoast Utility Authority, Palm Springs, FL $ 86,327 Pompano Beach PS, Pompano Beach, FL $ 710,234 * West Boynton W.T.P. Expansion, Boynton Beach, FL $ 2,361,927 " G.T. Lohmeyer WWTP, Ft.Lauderdele, FL $ 2,503,393 " Dunedin WTP, Dunedin, FL $ 158,309 * WTP Expansion, Wellington, FL $ 995,000 Pahokee WWTP, Pahokee, FL $ 1.240,000 * Boynton Beach WTP, Boynton Beach, FL $ 60,800 * Spring Lake WTP, Spring Lake, FL $ 31,100 IEC as General Contractor + IEC as Process Mechanical Subcontractor R bert Cook - Project Manager G aduate of University of New Hampshire, 1978, Bachelor of Science Degree in E ivironmental Civil Engineering, Registered Professional Engineer. state of Florida C rtified Mechanical Contractor. Previously employed seven years by Weston & Sampson Engineers, Inc. as head of the Specification Division and as a Project Er er/Manager in charge of design and construction services for a number of major F' projects. Joined Interstate Englneedng Corp, In June 1987. Duties include project management. Functioned as Project Manager on over 20 Interstate projects including the following: + Great Sandy Bottom Pond WTP, Pembroke, MA $ 1,682,534 + SESD Odor Control Facility, Salem, MA $ 1,281,332 * Jackson WTP, Brunswick, ME $ 1,154,971 + Bangor, ME WWTP $ 2,041,398 -VU"VVVV.A V E It �i..le 2 obert Cook (cont.) + North Systems Headworks, Winthrop, MA * Madbury, NH WTP + SESD WWTP, Salem, MA * CSa Modifications, Bangor, ME * Palm Springs Chlorination, Palm Springs, FL * Palm Springs Phase I Improvements * G.T. Lohmeyer WWTP, Ft,Lauderdale, FL w Dunedin WTP, Dunedin, FL * WTP Expansion, Wellingfon, FL * Pahokee WWTP, Pahokee, FL * Boynton Beach WTP, Boynton Beach, FL * Spring Lake WTP, Spring Lake, FL IEC as General Contractor IEC as Process Mechanical Subcontractor $10,435,022 $ 1,580,000 $ 3,324,949 $ 645,874 $ 236,487 $ 340,335 $ 2,503,393 $ 158,309 $ 995,000 $ 1,240,000 $ 60,800 $ 31,100 Michael Sweeney - Chief Estimator / Project Manager 'aduate of University of Rhode Island, 1971, Bachelor of Science degree in 3chanical Engineering. Graduate of Bryant College, 1978, Master's Degree in isiness Administration. Registered professional engineer and Member of N.S.P,E. eviously employed for 23 years by Arden Engineering Co., as Vice President in arge of construction and engineering. Duties included estimating, purchasing, Dject management and engineering. Worked extensively on water and wastewater iatment plant projects, as well as Industrial and power generating facilities. Joined ,erstate Engineering Corp. in June 1994. Duties include estimating, purchasing and eject management. vvVW JV IJ,7"4UVQJI _izP-e 1 67111�1-M• r llw 1 In Qll ITV I K I n I I M A \1^Pf � ► r _ �.� DATG 1,.1AyM M 'rv6yX(i•50D0 F 12/17/2001 Elliot, Whittier, Hardy & Roy ONLY AND CONFERS NO R}4HTs UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOPE NOT AMEND, >MENC) OR Insurance A envy, Inc. ALTER THE COVERAGE AFFORDED 6Y TH4 POLICIES BELOY/, 57 Putnam S rFet Winthrop, 02152 INfiURER9 AFFORDING COVERAGE nterstate ng veering Corp. INsuAERA CNA INSURANCE COMPANIES P.O. 3�x 687 INSUNIEI'e, Lumbermens Mutuil Ins. Co, Salem, !MA 01970 NBUM1ERO. Continental Casua I WSLRtkR G IN6VRER E: COVERAGE I E P ll I OF URANCS LISTED OrM HAVE BEEN ISSU TYE I S RED W1E0 A95VI fOR THE PFRI00I D. N A NG ANY RFOUIREM6147,71ERM OR CONDITION OF ANY CONTRACTOR OTHIR DOCUMENT WITH RESPECT To "ICH THIS 0RR'nNICATE MAYBE ISSUED OR MAY PFFZTAIN, THE i?48UFLkNCE AFFORDED BY THE POLICIES DESCP.ISED H[REIN 15 SUBJECT TO ALL THE TVI(hls, EXCLUSIONS AND CON OrMONS Or SVCH POLICIES. l,C3(3RE,,QATE LIMITS SHOWN MAY HAVE BEEN REOLICED BY PAID CLAIM& ,71t 1lTE 0 INSURANCE I-OLICY NUIIAFR pA NNV y (1YIMIPOIYY) LJMIT3 09NRAAL4IAEIL rn.�a,enni ..sr-.�.-�� .n�� — 048094$87 20/01 2001 10/01/2002 EACHOCCU.RAINCI I i000 0O000000 • �'w •t CLAIM NAJ)� I A I DCCUR NIP UP (M+y 4n4 Doran) 1 500 A X PERIC)NAL i Awv INJURY 1 100000 aiNCAAL A=A10ATF s 200000 rLNLnnn.REfAA GlIh1IrP�PLIE3PFR: DROOUCTs-Co.ti:P10PAO.11 17 200000 PC ICY JE LGC AVTOMOSILI UAoarry 1031828178 10/01 2001 1010112002 COhIGINQD B{yGLE LIMIT ANY AUTO (Ea eedem) 1 ODQ 00 BODILY INJURY = ALL Ow�ID�.L+To3 X A SCHEDULE AU702 I IP*' F"VJ) X nalLpAU7�9 I 10�1LY INJURY X NON-Oti`A�6Q �,U'�o� Imo- fear Icadmtl ! PROPIR YDAJdASE a I OARAOCLIADILJ AVT0ONLY-EAACCIDIYT r ANYOT1jLR THAN ABC AV i i ONLY: A40 Fxeeao LIABILJ I3SX058180.00 10/01/2001 10/01/200Z EA0 OCCURRENCC s• 10,000,00 Oee�M1�J CLAIMSTIADE 1 ACCREOATI S B l 10,000,000 DEDUC115L>._2 I I RSTGNTION S WORKEReCOMP�NSATIONAND 2048094437 10/01/2001 10 01/200Z D, Ts GrL IuPLCYCRT U ILI'Y EL F., N AC0109NT 1 104 000 C F-L DISrADC . rtA CMPLOY11 1 100,000 E.LDIS'W9-POLICY LIMIT i 500,000 nstallatibn Fioatgr �048094387 10 01 2001 10/01 2002 $1,500,000 Special Form A I $1,000 Deductible N E. CAS Projeit ]ENCUSAXCLUSIONS AIDDED 0 NT/5PEGIAL #; 01-1042 he certificate holder is additional insured with respRCt to liability arising out of the vperatlons of he Named SnsOred for Auto, General and Excess Liability for the project noted 4bova. The certificate alder is Lost Payee with regards to the Installation Floatar listed above, as their interests may ppear. ZERTIFICATE DER ADDR7ONALINSURIb;1NIUR6Rl1TrIR; EL 990"D ANY OR TM1 AVOVTi DESCRIBED POLICIRR 49 CANCILLID BEFORE TAZ UPIKATION C.ATI TKIREOP, TFIC ISSUING COMPANY PALL WDEAVOR TO MAIL _30 pAYg WRIT[1N NOTICE TO TKi YIP►CATI HOLDER NAMED TO TMB LIFT, Spring Lake Improvement Di St r i c t BUT FAILURE TO MAIL allCK NOTICIR ALL I Q.0ALIGAMON OR UAIIurr 11 S Sp wi ng Lake Blvd. OF ANA- UION THE COI A AGCNT6 OR PLEPRR3FNTATTV>i7 AUTWD:����� Sebring, FL 33976 19 4 4 A ►b STATE OF FLORIDA) ) ss: COUNTY OF BROWARD) KNOW ALL MEN BY THESE PRESENTS, that we, jut erstate Engineering Corp. as Principal, and international Fidelity Insurance Company as Surety, are held and firmly bound unto the City of Tama(ac, a municipal corporation Of the State of Florida In the penal sum of: 5% of the attached bid Dollars $ ***** ( )lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the principal has s bmitted the accompanying Bid, dated August 1q, 2002, for: Wastewater Plow Meter $COES Master Pump Station No. 455 Bid N . 02-25s NOW THEREFORE, (a) f said Bid shall be rejected, or InYthe alternate, (b) 17 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 t rms and conditions attributable to the acceptance of said Bid, then this obligation hall be void; otherwise, It shall remain in force and effect, it being expressly nderstood and agreed that the liability of the Surety for any and all claims ereunder shall in no event exceed the amount of this obligation as herein stated. The S irety, for value received, hereby agrees that the obligations of the said Surety and its borid shall be in no way Impaired or affected by any extension of time within which said GITY may accept such Bid; and said Surety does hereby waive notice of any exten ion. ACKNOWLEDGEMENT L : • 0 Signed and sealed this 14th day of IN PRESENCE OF: 1 (AFFIX SEAL) /-ATTEST:- C� TT E ST: XEAOM-bc�k ✓ — Christina D. Hickey Attorney -in -Fact "Impress Corporate Seal August , 2002. n or . Principal �es,*at i 193 Jefferson Avenue Business Address Salem Massachusetts 01970 City/State/Zip Business Phone International Fidelit ,Insurance Company Surety" By Donna M. Robie, Attorney -in -Fact Title A _ Attorney -in- E11 � tfwWI J. Young By Kevin Wojtowicwl Florida Resident Agent Nielson, Rosenhaus, & Wojtowicz 4400 140th Avenue North Suite 110 Clearwater, Florida 33762 Ieitvi5)ow-I/Vo FUWER UY A '10KNLY & INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint FRANK J. SMITH, ELLEN J. YOUNG, DONNA M. ROBIE, CHRISTINA D. HICKEY, FRANK W. ENGLAND, WILLIAM J. DOBBINS, JR, PAUL C. COOK, JR., EILEEN M. RYAN Natick, MA. its true and lawful attorney(s)- in -fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. r This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3-Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. DE��TY•/�yJ. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 31st day of August, A.D. 1998. SE AL � �y INTERNATIONAL FIDELITY INSURANCE COM NY S� Z 904h n STATE OF NEW JERSEY �t p County of Essex y � �Ea� � d Vice -Pr sident On this 31st day of August 1998, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. �M�rRQG IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, �t?. �� at the City of Newark, New Jersey the day and year first above written. ONOTARY [, PUBLIC ;U !� JEF" A NOTARY PUBLIC OF NEW JERSEY My Commission Expires Nov. 21 2005 CERTIFICATION 1, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 14thday of August 2002 Assistant Secretary