Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-135Temp. Reso. #9398 - Page 1 April 24, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-135 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #01-12B ENTITLED "FIREWORKS & LASER LIGHT SHOW' TO ZAMBELLI INTERNATIONALE FIREWORKS MANUFACTURING COMPANY, INC.; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT FOR BID #01-12B FOR AN AMOUNT NOT TO EXCEED $25,000 FOR THE 2001 FOURTH OF JULY FIREWORKS SHOW; APPROVING ALL NECESSARY BUDGET TRANSFERS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac traditionally provides its residents and visitors with a fireworks display as part of the annual Fourth of July celebration; and WHEREAS, in the interest of safety, the fireworks display is an electronically fired show presented by a professional pyrotechnic company; and WHEREAS, the City of Tamarac publicly advertised Bid #01-12B entitled "Fireworks & Laser Light Show" in the Sun -Sentinel on April 1, and April 8, 2001, hereto attached as Exhibit "A"; and L_J Temp. Reso. #9398 - Page 2 April 24, 2001 WHEREAS, proposals were solicited from seven (7) vendors and three (3) proposals were received, two of which responded as "no bids"; and WHEREAS, Zambelli Fireworks Manufacturing Company, Inc., was determined to be the most responsive, responsible bidder meeting the City's needs; and WHEREAS, it is the recommendation of the Director of Parks and Recreation and Purchasing and Contracts Manager that Bid #01-12B entitled "Fireworks & Laser Light Show" be awarded to Zambelli Fireworks Manufacturing Company, Inc.; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to authorize the award of Bid #01-12B entitled "Fireworks & Laser Light Show" to Zambelli Fireworks Manufacturing Company, Inc., and to execute an Agreement, attached hereto as Exhibit "B", for an amount not to exceed $25,000.00 for the 2001 Fourth of July fireworks, with the option to renew said agreement for five (5) additional years in one year increments. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. E Temp. Reso. #9398 - Page 3 April 24, 2001 SECTION 2: That Bid #01-12B entitled "Fireworks & Laser Light Show" is hereby awarded to Zambelli Fireworks Manufacturing Company, Inc., for an amount not to exceed $25,000.00 for the 2001 Fourth of July fireworks show, with the option to renew said agreement for five (5) additional years in one year increments. SECTION 3: That the appropriate City officials are hereby authorized to execute an Agreement with Zambelli Fireworks Manufacturing Company, Inc., relating to Bid #01-12B and the Fireworks for the City of Tamarac's Fourth of July celebration. SECTION 4: That all necessary budget transfers are hereby approved. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. #9398 - Page 4 April 24, 2001 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 23d day of May, 2001. ATTEST: MARION 9WENSON, CMC CITY CLERK I HEREBY CERTIFY that I JOE SCHR IBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER c .tc.cc DIST 2: COMM. MISHKINT DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS - - c J 1 Temp. Reso. #9398 Exhibit A REQUEST FOR BID U C1 0-i 9R1� BID # 01-12B FIREWORKS & LASER LIGHT SHOW FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org CITY OF TAMARAC INVITATION TO BID BID NO. 01-12B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, April 18, 2001 at 2:00 p.m., at which time bids will be publicly opened and announced for: FIREWORKS & LASER LIGHT SHOW All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Bids, from qualified vendors, to provide an electronically fired fireworks display and laser light show during the annual 41" of July Celebration, as per the conditions and specifications contained in this document. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 01-126, FIREWORKS & LASER LIGHT SHOW opening on Wednesday, April 18, 2001 at 2:00 p.m, on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724-2450; and for technical issues, contact Charlene Nevadomski at (954) 724-1340. /& Z�/4 &� �' Anne M. Lodato, CPPB Senior Buyer Publish Sun Sentinel: Sunday, 4/1/01 Sunday, 4/8/01 1 Equal Opportunity Employer CITY OF TAMARAC INSTRUCTIONS TO BIDDERS BID NO. 01-12B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Wednesday, April 18, 2001, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and TWO (2) copies (blue forms only) of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2 2. BONDING: Not applicable for this bid. 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 3 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. 10. SAMPLES AND DEMONSTRATIONS: When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the 4 agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance 5 required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. C.1 The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m) Sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as rl the agency provides notice of a decision or intended decision pursuant to s. 120.57(3)(a) or within 10 days after bid or proposal opening, whichever is earlier. 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. E:3 SPECIAL CONDITIONS BID 01-12B FIREWORKS & LASER LIGHT SHOW 1, PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to secure an experienced and qualified contractor to provide an electronically fired fireworks display during the City of Tamarac's annual 4th of July Celebration. In order to be considered for this project, the vendor must meet the following conditions: 1. Vendor shall be an established provider of firework displays. Established shall mean, but not be limited to, providing firework displays for a minimum of (5) five years under the same name. 2 Vendor shall have performed similar size displays in the local market and provide a minimum of (3) three local references. 3. Vendor shall guarantee in writing that only an experienced, qualified Pyrotechnician will set up and fire the display. The fireworks display is scheduled for Wednesday, July 4, 2001at 9:00 PM and will be held at the Tamarac Sports Complex located at 9901 N.W. 77th Street, Tamarac, Florida. The total Bid Proposal price for the total show, MUST include materials, personnel, and applicable permits,as no other charges will be paid. It is the intent of the City to award this contract to the vendor offering the City the maximum variety of color, mortar size, and overall effect for the price. The City will review and consider all offers meeting the requirements contained in this bid. The contract shall be for an initial period of one (1) year. The City reserves the right to extend the contract for five (5) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. rr7 TECHNICAL SPECIFICATIONS BID NUMBER 01-12B COPE OF WORK: 1 Length of Show: The display shall last a minimum of twenty (20) to twenty-five (25) minutes with shell launch every 10 seconds. 2 Display: Vendor shall design and furnish a custom aerial fireworks display consisting of a grand opening, aerial display, laser light display and grand finale. 3 Rain Date: Fireworks to be furnished for display on July 4, 2001 providing the weather permits. In the event that inclement weather should prevent the fireworks display on the above date, vendor shall consult with the City's representative, who will be present at the site, prior to any decision being made to postpone the display. If the display is canceled, all activities will be scheduled on the next feasible (good weather) day agreed upon by both parties. In the event the fireworks have been prepared anticipating good weather and inclement weather prevents igniting, then such exhibition of fireworks must be implemented on the next feasible (good weather) day in the best possible manner without any deduction in the number of shells and without additional cost to the City of Tamarac. 4. Personnel: Vendor shall furnish an appropriate number of qualified operating personnel, to include a minimum of: one (1) supervisor and three (3) assistants for the fireworks display and one (1) laser light operator. The supervisor shall be available for pre -show logistics and safety meetings with representatives of the City's Fire, Police, and Parks and Recreation staff no less than 45 days prior to the date of the show. A representative of the company, that can bind and make decisions for the company, shall be present prior to and during the display. Radio and cellular phone contact shall be maintained between the shooters and the City. A radio will be furnished by the Parks and Recreation Department. The vendorshall be responsible forsupplying the cellular phone. 5. Storage of Fireworks: Vendor to store own fireworks, as approved by the City's Fire Department. Vendor to secure all Fire Permits on State and Local level. Fees for local permits will be waived. lift 6. Set-up and Clean up: Vendor shall be responsible for all set-up, tear -down and clean up. The firing location must be restored to its original condition after the show. 7. Dud Material and Debris: Vendor must remove all dud material. The vendor must search the fallout area for duds immediately after the show using adequate lighting. All dud material must be disposed of properly. Unexploded shells in excess of 5% of the total will be considered unacceptable and necessitate a decrease in the payment to the vendor. 8 Safety Standards: All fireworks shall be performed according to the National Fire Protection Association Code for the Outdoor Display of Fireworks, NFPA Standard 1123 and the South Florida Fire Code Section 5238. 9. Insurance Claims: Upon request, vendor must provide insurance claims record for the last (3) three years. Information required will be name of cities where displays were fired resulting in a claim; and a brief description of the claims. 10. Term of Contract: One Independence Day display in 2001. The City reserves the option to renew for (5) five additional Independence Day displays. Option for renewal will only be exercised upon mutual written agreement and with all original terms, conditions and pricing adhered to. Any renewal will be subject to appropriation of funds by the City Commission of Tamarac. Contract renewal shall be based on satisfactory performance; mutual acceptance; and determination that the contract is in the best interest of the City. SHELL SPECIFICATIONS Vendor must offer a variety of shell types. Shells must have different functions, patterns of break, colors and sizes. Vendors must submit the attached form listing the shell types offered with their proposal. No more than 50% of the shells offered for the show can have a mortar size of 3". No shell shall be less than 3". The size of the firing area dictates that the maximum mortar size shall not exceed 8". Vendor to be prepared for inspection on the morning of July 4, 2001 at a time agreed upon between vendor and Fire Chief or Designee to inspect and count the shells. The fireworks material list will be compared to actual inventory at site and shells originally bid. Failure to deliver and shoot all shells will result in a prorated amount being paid to the vendor and removal of the vendor from all future bid solicitations. 11 .....,, , P 0, BOX 1 463 Nk'w CASTLE, PA 16103 BOB-245-039 7 724-658-1561 1 724-658433 1 e F.X 29F-J 1JW 52N❑ FLHHwC:E SUIIE 1 18 HULA RAFUI ,, FL, 33487 800-860-0955 561 -395-0955 56 I •395- 1 79y IA. IN i ,i, rn, 1<, ­,, P.Q.k3gx 986 SHAF-I ER, L'A 93263 HQU 322-71 .1;1 805-744.2k342 605-746-2844 FA% /L4MkitLUF �REw UHA y,C:CIM �1 ZAM BELLS F I R E W El R K 5 INTERNATIONALE April 17, 2001 Purchasing and Contract Manager City of Tamarac Purchasing Office 7525 NW 88th Avenue RE: Bid# 01-12B Tamarac, FL 33321-2401 Dear Purchasing and Contracts Manager: I would like to thank you for the opportunity of submitting our bid to you for your July 4, 2001 fireworks programs. We certainly look forward to the opportunity of hosting the program for you. I have enclosed the completed forms along with our bid proposal which outlines the variety of shells we can provide for you and also the laser light options. Upon your review should you have any questions please do not hesitate to call me. I have enclosed our company information with other reference material that I am sure you will find very informative. Zambelli Internationale Fireworks is proud to host the fireworks extravaganza "Thunder Over Louisville/The Opening Ceremonies" for the Kentucky Derby Festival on April 21, 2001. The program will be set up on eight barges and fired from four configurations simultaneously on the Ohio River. Once again, thank you for the opportunity. We look forward to staying in touch with you and above all, we will look forward to working with you. If I can be of any further assistance to you, please feel free to contact me. Thank you. Best wishes and above all, let's please stay in touch! Sincerely, ZAMBELLI FIREWORKS MFG. CO., INC. Marcy Zambelli MZ/rg Eric: Bid Forms, Proposal and Company Information COMPANY NAME: (Please Print): zAMBELLI FIREWORKS INTERNATIONALE Phone: ✓ 3 4 ✓ 5. ✓ .6. 77. 800-860-0955 Fax: 561--395-1799 --NOTICE--- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... Carefully read the GENERAL TERMS & CONDITIONS, SPECIAL CONDITIONS AND TE CHNICAL HNICAL SPECIFICATIONS and then properly fill out the BID FORM (Attachment Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly y Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). Fill out the REFERENCES PAGE (Attachment "E"). Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") Include Proof of Insurance. ✓ 8- Carefully read the AGREEMENT documents attached. 9. Submit ONE ORIGINAL (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. 11. 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 PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 12 ATTACHMENT "A" BID FORM FIREWORKS & LASER LIGHT SHOW BID NO.01-12B Submitted by: ZAMBELLI FIREWORKS INTERNATIONALE 4/16/01 (Bidder) (Date) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88`h Avenue, Tamarac, Florida 33321 1. The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced an y person, firm or corpration to from bidding; and Bidder has not sought by collusion to obtain for itself f any advantage over any other Bidder or over the City. y 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. 13 ATTACHMENT "A" BID FORM FIREWORKS & LASER LIGHT SHOW BID NO.01-12B The City of Tamarac is hereby requesting Bids, from qualified vendors, to secure an experienced and qualified contractor to provide an electronically fired fireworks display and laser light show during the City of Tamarac's annual 4th of July Celebration. In order to be considered for this project, the vendor must meet the following conditions: 1. Vendor shall be an established provider of firework displays. Established shall mean, but not be limited to, providing firework displays for a minimum of (5) five years under the same name. 2. Vendor shall have performed similar size displays in the local market and provide a minimum of (3) three local references to be submitted with the bid. 3. Vendor shall guarantee in writing that only an experienced, qualified Pyrotechnician will set up and fire the display. 4. Vendor shall offer the City the maximum variety of color, mortar size, and overall effect for the price. The City will review and consider all offers meeting the requirements contained in this bid. Please submit a detailed description of the July 41' Fireworks Presentation you propose for the price listed below. Please include the followinifour detailed descri tion: • Description of Fireworks Performance (Opening, Feature Presentation, and Grand Finale) • Fireworks to be displayed (Including Quantity, Item/Description, and size of shell or effect) • Any illuminations or special effects • Laser light show specifics 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. . DESCRIPTION TOTAL COST The total Bid price for the fireworks display, including the'FIREWORKS WITH LASERS laser light show scheduled for Wednesday, July 4, OPTION 1: $33,000.00 2001 at 9:00 PM at the Tamarac Sports Complex located at 9901 N.W. 77th Street, Tamarac, Florida. FIREWORKSWITH 800.0s 2: Including the total show, materials personnel, and PrzoN $s�,000 applicable permits. 14 ATTACHMENT "A" BID FORM FIREWORKS & LASER LIGHT SHOW BID NO.01-12B 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 hey have examined the Invitation to Bid, the instructions to Bidders, the Specifications, t and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. ZAMBELLI FIREWORKS INTERNATIONALE Company Name 1 W. CAMINO REAL BLVD., #100 Address BOCA RATON, FL 33432 City, State, ZIP F94000001031 Contractor's License Number 15 Aut - • /.. a re MARCY ZAMBELLI .COI' { ,LQ.�p 6[ I I ►, Typed/Printed Name 800-860-0955 OR (561) 395-0955 (561) 395-1799 FAX# Telephone $ Fax Number 29--1092931 Federal Tax ID# ATTACHMENT "A" continued Bidders Name: zAMBELLI FIREWORKS INTERNATIONALE NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder Shall be deemed non -responsive and ineligible for award. TERMS: 100% 30 DAM DAYS: FIREWORKS Delivery/completion: *DELIVERY ON calendar days after receipt of Purchase Order DAY OF DISPLAY AND EQUIPMENT ON JULY 3, 2001 NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 16 ATTACHMENT "A" continued Bidder's Name: ZAMBELLI FIREWORKS INTERNATIONALE 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. 17 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of FLORIDA ) ) ss. County of PALM BEACH ) GEORGE R. ZAMBELLI being first duly sworn, deposes and says that: (1) Vsheis the OWNER /PRESIDENT , (Owner, Partner, cer, Representative or Agent) of ZAMBELLI FIREWORKS INTERNATIONALE the Bidder that has submitted the attached Bid; (2) He he is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder 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 Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, 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 Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part Of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered iE:3 By: GEORGE R. ZAMBELLI (Printed Name) PRESIDENT (Title) ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of FLORIDA ss. County of PALM BEACH ) BEFORE ME, the undersigned authority, personally appeared , GEORGE ZAMBELLI _ _ to me well known and known by me to be the person described he and who executed the foregoing Affidavit and acknowledged to and before me that GEORGE ZAMBELLI a_ executed said Affidavit for the purpose therein xpressed. WITNESS my hand and official seal this day of , 20'PI Gary A. TYaaattt 90 ( olor�ida NOT RY U LI , State of at Lar e Commts�ion � CC 80742!g Expires Mar. 26, 2003 ?�, r Bonded Thru '�' ..�•`' AtlanUa Bonding Co., Inc. (Signature of Notary Public: Print, Stamp, or Type (� Personally known to me or as Commissioned) ( ) Produced identification Type of I.D. Produced ✓) DID take an oath, or ( ) DID NOT take an oath. ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION 9/OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: GEORGE R. ZAMBELLI MARCY ZAMBELte AUTHORIZED SIGNATURE (PRINTED OR TYPED) PRESIDENT TITLE VICE PRESIDENT OF MARKETING FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 25-1092931 COMPANY NAME: ZAMBELLI FIREWORKS INTERNATIONALE ADDRESS: 1 W. CAMINO REAL BLVD. , #100, BOCA RATON, FL 33432 CITY: BOCA RATON TELEPHONE NO.: (5061) 60-09395-0955 CONTACT PERSON: MARCY ZAMBELLI STATE: FL 20 ZIP: 33432 FAX NO.: (561) 395-1799 ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: ZAMBELLI FIREWORKS INTERNATIONALE Address: 1 W. Gililil I BOCA RATON FL 33432 Street City State Zip Telephone No. Q Fax No. 561 395-1799 How many years has your organization been in business under its present name? 60+ years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: N/A Under what former names has your business operated? At what address was that business located? N/A N/A Are you Certified? Yes ® No 17 If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes ® No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No KI If Yes, explain:_ Are you a sales representative ® distributor ❑ broker ❑ or manufacturer ® of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ® No ❑ If yes, explain (date, service/project, bid title, etc) WE HAVE HOSTED THE FIREWORKS DISPLAYS FOR SINCE 1997 Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No Y$ If yes, explain:_. Have you ever been debarred or suspended from doing business with any governmental entity? Yes 0 No ® If yes, explain: ATTACHMENT "E" REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: City of Lauderdale Lakes Address 4331 NW 36th Street City/State/Zip Lauderdale La es, FL 3M19 Phone:954.7 - ` Fax: Contact Agency/Firm Name: City of Cooper City Address9090 SW 5th P ace Dept. Par ec. City/State/Zip 2 Phone: 954 _434.4300Fax: Contact Mr. Ken Richards Agency/Firm Name: City of Boynton Beach Address City/State/ZipBlolrnton Bch, FL 33425 Phone:561.742.6010Fax: Contacf4r- Wayne Segal Agency/Firm Name: City of Aventura _ Address 2999 NE 191 Street City/State/Zip Aventura, FL Phone: 305.4 �. Fax: Contac e Agency/Firm Name: City of North Miami Address: 776 NE 125th Street Dept. Parks 6 Rec. City/State/Zip N• Phone: Fax: Contact:Ms. Jean Fountain Agency/Firm Name: City of Margate Address:5790 Margate Blvd- - City/State/ZipMar ate FL 06 Phone: 954.972.6458Fax: Contact:Ms. Debra Winograd Agency/Firm Name: Address: City/State/Zip Coral Sprinms, FL 33075 Phone:954.344.1100Fax: Contact: Agency/Firm Name: Cif of Boca _Raton Address:201 W Paimetto�Park Rd �� City/State/Zi Phone:561. ax. Contact: Ms. Frail ili YOUR COMPANY NAME Zambelli Internationale Fireworks Co., Inc. ADDRESS 1 W Camino Real Blvd. #100 Boca Raton, FL 33432 PHONE: - - FAX-ibi-395.1-799 22 ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non 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. C� 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. h 1ze n ure 23 ZAMBELLI FIREWORKS INTERNATIONALE Company Name AGREEMENT BETWEEN THE CITY OF TAMARAC AND THIS AGREEMENT is made and entered into this day of , 20 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and , a Lfillin state) corporation with principal offices located at (the "Contractor") to provide for at Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) CONTRACTOR shall furnish all labor, materials, and equipment necessary to provide a fireworks and laser light display for the City of Tamarac's July 4' Celebration as per the terms and conditions outlined in Bid 01-12B "Fireworks & Laser Light Show". b) Contractor shall clean up and remove all debris and material created by the work at the contractor's expense. c) CONTRACTOR shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. CONTRACTOR shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. CONTRACTOR shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. 24 d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) CONTRACTOR shall 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 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 Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The term of this Agreement is for a fireworks and laser light show for the City's July 4`h Celebration for a period of one (1) year, beginning the first day following - execution by the City Upon expiration of the one (1) year term, the parties may choose to terminate this Agreement, or renew the Agreement by written agreement signed by the parties hereto for an additional five (5) one (1) year terms to be set in the renewal agreement. 5) Contract Sum The Contract Sum for the above work is Dollars and cents ($XXXX.xx) . The Contract sum is determined by the cost of labor and materials for the job also known as Bid 01-12B "Fireworks & Laser Light Show. 25 6) Payments The CITY shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the job completed against defect. Failure to deliver and shoot all shells will result in a prorated amount being paid to the vendor and removal of the vendor from all future bid solicitations. Contractor shall be responsible for any damages caused by defect to affected area or structure. 9) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. 26 The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR (Name of Contractor) (Title or named above) (Name of Company) (Address) 27 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon sixty (60) 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 seven (7) 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 nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. W. 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 (Name of party with whom Agreement is made), signing by and through its (President, Owner, C.E.O.,etc.) duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date: ATTEST: (Corporate Secretary Type/Print Name of Corporate Secy (CORPORATE SEAL) 29 CITY OF TAMARAC Joe Schreiber, Mayor Date: Jeffrey L. Miller, City Manager Date: Approved as to form and legal Sufficiency: Mitchell S. Kraft, City Attorney (NAME OF COMPANY) (Name of President) Type/Print Name of President Date: CORPORATE ACKNOWLEDGEMENT STATE OF_ COUNTY OF The foregoing instrument was acknowledged before me this day of 20 by or agent, title of officer or agent) of corporation acknowledging), a (name of officer (name of (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me take an oath. (type of identification) as identification and did (did not) KIr; Signature of Notary Public — State of Florida Print, Type or Stamp Name of Notary Public +yII.•upcu VtK I IFICATE OF LIABILITY INSURANCE DATE(MWODM) 1-90% (314) 721-1372 FAX (314) 721-2979 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Rarian N. Baker & Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 9301 Maryland Avenue HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 0. Box 66871 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Yz. Louis, MO 63166-6871 INSURERS AFFORDING COVERAGE ISURED Zambe i Fireworks Manu acturing INSURER A: Northland Insurance Company Company, Inc, Y P.O. Box 1463 INSURERB: American Alternative Ins. Corp. INSURERC: Agricultural Insurance Company New Castle, PA 16103-1463 INSURER 0: INSURER E: VERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR AY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH :)LICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS- Mk- TYPE OF INSURANCE POLICY NUMBER POL Y E ECTIV POL Y PI O GENERAL uaeILITY 010029 DATE MMlDp/YY 02/01/2001 DATE MM/DO/YY 02/01/2002 LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1, 000, CLAIMS MADE X OCCUR FIRE DAMAGE (Any one fire) S 100, 1 MED EXP (Any one person) S PERSONAL 6 ADV INJURY $ 1 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE POLICY n JE O LOC PRODUCTS • COMPIOP AGG S 1 , 00O " AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC S EXCESS LIABILITY 1-A2-UM-0000460 02/01/2001 02101 22002 AUTO ONLY: qGG S X OCCUR ❑ CLAIMS MADE EACH OCCURRENCE $ 5 , 000 , AGGREGATE $ 51000,E DEDUCTIBLE $ RETENTION $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TORY LIMITS ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE S E.L. DISEASE - POLICY LIMIT S5,000,000 S OTHER ,xcess Liability C5629748 02/02/2001 O2/01/2002 Excess Liability over $5,000,000 Primary CRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENOORSEMENTISPECIAL PROVISIONS c I WIUATE HOLDER 25S ADDITIONAL INSURED; INSURER LETTER: "SPECIMEN COPY" CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMP SE NO OBLIGATION OR LIABILITY OF A O UPON THE COMP REPRESENTATIVES. I AAUTHORqRNY 1988 - _ � • +.. cnA ADRIAN BAKER CO --ORDTM CERTIFICATE Or: LIABILITY INSURANCI �o0z: oo� 314) 721-1372` DATE IMAvonlffn /CER .S FAX (314) 721-2979 THIS CERTIFICATE 15 1$SUE:D AS A MATTER OF INFORMAT010N001 Irian N. Baker b Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 01 Maryland Avenue HOLDER. THIS CERTIFICATE DOES NOT AMEND, OR - 0. BOX 66871 ALTER THE COVERAGE AFFORDED BY THE POLICIES EXTEND ND OR t • Louis. M0 6316E-6871 ,INSURERS AFFORDING COVERAGE Z■ Fireworks Manufarturinq Company. Inc. INSURER A, American Home Assurance CO P.O. Box 1463 IN$URkR B: 'company New Castle. PA 16103-1463 INSURERC: INSURER D: rEERAGEiS INSURER E; HE POLICIES OF INSURANCE LISTCn nc. .,...... rvr REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER INSURED DOCUMENT WITH RESPECT TO WHICH LTM 5 CERTIFICATE MAYBE ISSUED OR TA ' 1Y PERTAIN, THE INSURANCE AFFORDED BY TH! PbLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. FIS CERTIFICATE ON3 TE MAY eE I PUS OF SUCH IG ILICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER C FF CTIv P LICY EXPI GENERAL LIABILITY D M D GATE MMlpp/YY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s CLAIMS MADE OCCUR FIRE DAMAGE (Anyone rve) S MEO EXP (Any One p�rypt) S PERSONAL 6 ADV INJURY 3 LLE/f L AGGREGATE LIMIT APFLIE.S PER: GENERAL AGGREGATE S POLICY JE�CT- LOC PRODUCTS • COMPIOP AGG % AIITOAIOMLE UAMLITY ANY AUTO COMBINED SINGLE LIMIT ALL OWNED AUTOS (Ef atddenl) f SCHEDULED AUTOS BODILY INJURY HIRED AUTOS (Par person) 3 NON -OWNED AUTOS BODILY INJURY (Prrr acddenl) f GARAGE LIA NLITY PROPERTY DAMAGE (Per ScHd,M) 3 ANY AUTO AUTO ONLY . EA ACCIDENT i EXCESA LIABIUTY OTHER THAN EA ACC S AUTO ONLY. OCCUR F-I CLAIMS MADE AGO f EACH OCCURRENCE S _ AGGREGATE i DEDUCTIBLE f RETENTION S S CO T1ON AND 9385 560 00 i .MPLOYERS' UIABILMY /l/200ZX f0 TORYLIMITS Ep E.L. EACH ACCIDENT s E.L. DISEASE • EA EMPLOYE i )TREK E.L aSEASE - POLICY LIMIT 3 IITION OF OpER,E,T10NyLOCATIONS/yEMCLESJE]LCLUSIONZ AOpEp BY ENDORSEMlutit-err=r w......�.�.._ _ TIFICATE HOLDER SPECIMEN COPY M •-oWneu; INSURER LETTER: LL000 1-1 OOQ 1.000 CANCELLATION SHOULD ANY OF THE ^DOVE DESCRIBED ►OLICIES BE CANCELLPD BEFORE THE EXPIRATION DATE THEREOF• THE 13.SQ'ING COMPANY WILL ENDEAVOR TO MML 30 DATA WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE L EFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGA'MON OR LIAAIUTV OF ANY M UPON THE COMPANY, IT3 AG! T EPRESENTATIVES. AUTHnnIr s 1 UtKTIFICATF OF LIABILITY INSURQ~ 1C i� E :000CER 14) 721-13 DATE (MM/DD/YY) Brian N. Baker C72 O• FAX (314)iz1-2479 THIS CERTIFICATE IS ISSU-t AS q MATTER OF INFORMATION 6301 Maryland Avenue ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 0. Box 66871 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. t. Louis, MO 63166-6871 SORED Za e I ICl rewon s Manu attuning INSURERS AFFORDING COVERAGE Company. Inc. INSURER A.' Northland Insurance Company P.O. Box 1463 INSURERS American Alternative Ins. Corp. New Castle. PA 16103-1463 INSURERC VERAGES INSURr:RE; I 5144 1L----- - - _ HE POLICIES OF INSURANCE LISTED BELOW wevG ncr.........__ _ .�hOw # O 10 � Q4 ENV FtFl11 uoc.•r.... �^^��� I • I tHM OR CONDITION OF may` IQ THE INSURED NAMED ABOVE FOR THE POLICY p BAY PERTAIN, OR THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONTRACTOR pTHER pOCUMENT WITH RESPECT Tp WHICH THIS CERTIFICATE MAY BE ISSUED T 'OLICIE5, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ERIOD INDICATED. NOTWITHSTANDING TYPE OF INSURANCE CONDITIONS OF SUCH GENERAL LIABIInY FOLIC X COMMERCIAL GENERAL LIABILITY CLAIMS MADE 1 A I OCCUR GEWL AGGREGATE LIMIT APPL SEI PER POLICY PRO. JECT LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED ALTOS GARAGE LIABILITY ANY ALTO EXCESS LIABILITY OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION S VORKERS COMPENSATION AND °MPLOYERS' LIABILITY ITHER PTION AF Here. Y NUMBER Ll Y 10oZ9 DATE MM/D T E DATE 02/01/2001 02/0 1`A2-UM-0000460 02/01/2001 oz """�wn��vnsryENICLES/EJcCLUS10115 ADDED BY ENDORSEM ENTISPECIAL PROVISIONS rICATE HOLDER ADDITIONAL INSURED; INSURER -------- SPECIMEN COPY RRENCE LIMITS 1 .100n E (My.0111 S ZOOY On! P4fsOnl W"11000 S AOV INJURY f 1 OOOGREGATE : 3.000 COMP/OP AGG S 1, 000 COMBINED SINGLE LIMIT �~ (Ea accidenq f BODILY INJURY (Per Person) S BODILY INJURY (Per accMenl) S PROPERTY DAMAGE (Pe(accrdenl) $ AUTO ONLY, EA ACCIDENT S OTHER THAN EA ACC $ AUTO ONLY: AGG S 002 EACH OCCURRENCE 4.000 AGGREGATE 000 -- - 4,000 S S S El- EACH ACCIDENT $ E L. DISEASE - FA EMPLOYE S E.LE.L. DISEASE -POLICY LIMIT S CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE�ITS� O OBLIGATION OR LIABILITY OF AN 1 UPON THE COMP , \UTHORIZ pRFCFurPRESENTATIVES. ' 25-S (7 1 ZAMBELLI F I R E W© R K 5 INTERNATIONAL.E EXECUTIVE SUMMARY • OVER 100 YEARS EXPERIENCE. • THREE GENERATIONS OF ZAMBELLIS. • WE HAVE THE SAFEST RECORD IN THE INDUSTRY. • OUR OUTSTANDING DESIGN DEPARTMENT MAGICALLY WEAVES HIGH-TECH METHODOLOGY WITH ZAMBELLI TRADE MARK SHELLS -TO POWER A FIREWORKS EXTRAVAGANZA OF LIGHT AND SOUND. • WE ARE A STATE-OF-THE-ART, HIGHLY COMPUTERIZED OPERATION ON THE CUTTING EDGE OF TECHNOLOGY. • WE OFFER THE FINEST IN DOMESTIC AND FOREIGN MADE SHELLS. • WE PROVIDE THE FINEST $ l0-MILLION INSURANCE PROTECTION. • WE PROVIDE VETERAN PYROTECHNICIANS. • OUR RECORD AND EXPERIENCE PRECEDE US. WE ARE KNOWN IN THE BUSINESS AS MASTERS AND TRUST WORTHY FRIENDS. - N- �i�i Z A M B E L L I F I R E W❑ R K 5 INTERNATIONALE ZAMBELLI FIREWORKS INTERNATIONALE MFG. CO., INC. CITY OF TAMARAC BID# 01-12B 1. INTRODUCTION We are pleased and honored to, again, have been invited to submit a proposal for City of Tamara. Enclosed you will find, in response to your Bid # 01-12B, a preliminary overview of our proposed program. We take pride in knowing that our name is recognized and respected world-wide, as we go to great lengths to provide satisfaction and pleasure to our customers. Zambelli Internationale has been in the fireworks business for over 100 years, having displayed for super bowls, U.S. Presidents, kings, queens, numerous world historical events and for such internationally known programs as "Thunder Over Louisville," "Desert Storm," "The Statue of Liberty," as well as SunFest." Our name, alone, bespeaks of our commitment to quality, affordability, originality and technology. Always we have been on the forefront in the coupling of fireworks with lasers arid computers, safety with pleasure, quality with economy and creativity with colors graphics and musical choreography. Over the past century, our versatility has allowed us to successfully execute all types and sizes of events throughout the world by means of manually detonating shells as well as through high-tech, electronic firings in synchronization with audio simul-casting via radio waves. Too, because we are the world's largest manufacturer and displayer of pyrotechnics, we can offer our clients a variety of "home-made and customized" shells in conjunction with the finest fireworks culled from other countries. Additionally, being as large as we are, we are capable of storing and stockpiling thousands of different shells; thus, our customers never have to worry about planning a show and then not being able to produce because of some unforeseen shortage in the availability of shells, or some other unexpected hazard. _3\ IAMBELLI F I R E W O R K S INTERNATIONALE With a superior, competent, and highly creative staff, Zambelli Internationale is known for its ability to originate and implement any type of show, construct any type of graphics, manufacture any type of shell. In ten decades, we have never been stumped. We are able to write any story in the skies. Our shows are always unique, electrifying, breath -taking and crowd -pleasing. Zambelli Internationale makes its customers look good to its spectators. We stand behind our name and deliver what we promise. We have been praised and named in hundreds of publications, including The Living White House, Time -Warner's Library of Curious and Unusual Facts, Guinness Book of World Records and a slew of magazines, newspapers, television and radio programs. Because we practice only the highest standards, and have earned the best safety record among all fireworks companies, our insurance rating is the finest in the industry. Quality and safety are of prime importance to us, so we make and fire only the finest caliber of shells, broadcast only through the best sound systems, and practice only the highest standards. Like fine wine, we get only better with time. If you thought we did an outstanding job for you previously, imagine what we can give you in 2001 ! . I I Z A M B E L L I F I R E W O R K S INTERNATI❑NALE U. OBJECTIVE Our only goal is to please you by offering an outstanding program tendering vivid colors, titillating music, unequaled special effects and awesome sights and sounds that make you the hero to your spectators. We do this by manufacturing customized shells, painstak- ingly selecting others from around the world to enhance your program and electronically choreographing a show designed specifically for you with the "bangs" bursting at the precisely designated moment, and the "booms" resonating world-wide to tell everyone what a great festival you have. Watching our shells zig-zag through the air, erupting kaleidoscopic fusillade of sprays, strobes, streamers and hearing heart -stopping symphonies, toe -tapping music, soul - wrenching rhythms, you'll know you're at a Zambelli show which will stay with you long alter the fireworks have ended. M. NATURE OF PROPOSAL The contents of this proposal serve as a suggestion only. We at Zambelli Internationale are distinguished for pleasing our clients by our willingness and abilities to invent the unique, modify the existing, adapt customer's designs, fashion a fresh innovation out of bits and pieces from an antiquated one and meld the old into new, the new into the old, or develop something in-between. Thus, this proposal serves only as a guide of the possibilities we can devise for you, but always your input is key to making a show successful. As a suggestion, then, we submit this proposal offering a finely designed and outstanding performance that we believe will leave your spectators amazed and appreciative of your efforts. This proposal provides for a charismatic and powerful, yet streamlined, design that blazes across the skies unequaled anywhere. F I IV. PROPOSALS LMBELLI R E W O R K S INTERNATIONALE $25, 000.00 - Fireworks Budget $8, 000.00 or $12, 800.00 - Laser Budget July 4, 2001 SHELL DESCRIPTION QUANTITY OPENING FINALE Three Inch Shells 120 Four Inch Shells 24 Five Inch Shells 10 Six Inch Shells 08 Eight Inch Shells 01 BODY OF PROGRAM Three Inch Shells 200 Four Inch Shells 270 Five Inch Shells 225 Six Inch Shells 200 Eight Inch Shells 40 GRAND FINALE Three Inch Shells 560 Four Inch Shells 48 Five Inch Shells 30 Six Inch Shells 24 Eight Inch Shells 04 Laser Proposal On Next Page 4111-1�ZAMBELLI F I R E W 0 R K 5 INTERNATIONALE Laser Presentation Station #1: Utilizing a high power 5 to 8 watt full color laser and our LASERPRO projector, we will project laser graphics onto a screen. The screen will be 20 x 20 feet and hung between to two scaffolding towers. We will include up to 5 corporate logos that will be able to spin and zoom as they are projected in stunning full color laser light. Test messages can be generated easily and added live at the show. Additional custom logos can be added for an additional charge of $350.00 each. Patriotic images can be choreographed to songs like Lee Greenwood's "God Bless the USA" and Neil Diamond's "America". This solo presentation will be around 10 minutes and afterwards can be synced up with a 10-15 minutes fireworks presentation. Station #2: We will use our new State -of -the -Art Nd:YAG laser providing over 40 watts of lime green beam power. This station will project beams and aerials over the audience. Smoke machines and/or smoke candles will be sued. Charges: Option 1: Full show with both stations as described above $12,800.00 Option 2: YAG (Station 2) only for beam and aerial presentation $8,000.00 Requirements: Security for equipment in absence of laser crew must be provided Charges, if any, for electric and water will be additional. U ZAMBELLI F I R E W© R K 5 INTERNATIONALE 2001 SPECIALTY SHELLS Kaleidoscope. Shells - These shells represent the small tubes of colored glass. The colored stars change their colors three times by sections, creating different shapes and colors. Wagon Wheels - These unique shells are in the shape of an old fash- ioned wagon wheel. The spokes are thick palm tree effect of white & gold with a colored ring. Tremelon - A bright silver glittering ball creating a shimmering effect! Glitter Blast - A thick glittering gold chrysanthemum ball creating a sparkling golden glow! r ��� �l �ZAMSELLI ��ll� 11 F I R E W❑ P. K S INTERNATIONALE SHELL DESCRIPTIONS CHRYSANTHEMUMS AND PEONIES The most familiar of the star burst shells to the U.S. Audiences are the floral shells. These shells engulf the entire sky with color and they look like the flower they are named after. PALM TREE AND TIGER TAILS Produces a thick wide tail that rises directly from the mortar tube and when it reaches a proper altitude it bursts into the shape of the palm tree or color bursts. KAMURO AND WILLOW Produces a great willow spray with tendrils that reach almost to the ground. WHISTLE AND SERPENTS These are noise making tubes that give off mild, sad shrieks as they dart across the skies after the shell bursts. STROBES AND TWINKLING EFFECTS One of the latest aerial effects. A shell appears to let loose a cluster of glittering lights which float down to the ground. TOURBILLIONS AND BEES/BEES A shell that produces an effect that rotates in the air like a flying saucer or wheel top. NOISE SHELLS Known as a report or salute, this shell goes up and gives a loud bang sound. „ZAMBELLZ F I RE W❑ R K 5 INTERNATIONALE "ZAMBELLI INTERNATIONALE SIGNATURE SERIES SHELLS” ROYAL FLOURISH TITANIUM SALUTES GOLDEN BROCADE AND TWINKLING KAMURO CHRYSANTHEMUMS GOLD AND SILVER SPLITTING COMETS HEART AND FIVE POINTED PATTERN SHELLS WHITE AND RAINBOW MAGNESIUM COMETS BOW TIES WITH COLORED RINGS (HOURGLASS SHAPE) RED, WHITE AND RAINBOW STROBE SHELLS SERPENTS, TOURBILLIONS, FISHES AND WHISTLES GOLDEN, GLITTERING AND CRACKLING PALM TREES EIGHT BREAK SPIDERWEB AND PIMPINELLA 63 LLI R E W© R K S INTERNATI❑NALE ** SHELL DESCRIPTIONS ** DURATION/LINGERING EFFECTS Gold Spider to White Strobe Diadem Chrysanthemum w/Strobing Pistil & Rising Gold Tail Spider Web and Pimpinella Brocade and Silver Crown Chrysanthemum Gold Rippling Chrysanthemum Twinkling Kamuro Chrysanthemum w/Rising Tail Majestic Transformation Arch Diadem Chrysanthemum w/Palm Tree Pistil Big Willow w/Strobing Stars Glittering Gold to Red Crown Chrysanthemum Glittering Gold to Green Crown Chrysanthemum Glittering Gold to Silver Crown Chrysanthemum Weeping Willow and Gold Spiderweb Shell of Shells Brocade and Golden Kamuro Chrysanthemum White Magnesium Comets NOVELTY SHELLS Bees and Bees Tourbillions Tourbillions to Report Tourbillions to Titanium Report Serpents and Whistles Red Comets to Titanium Reports w/Rising Silver Tail Blue Comets to Titanium Reports w/Rising Silver Tail Red and Purple Magnesium Butterflies Silver, White Flitter and Gold Flitter Crossettes Green Magnesium w/Gold Flitter Crossettes BELLI R E W 0 R K 5 INTERNATI❑NALE NOISE SHELLS Floral Salute Shell of Shells Flash and Titanium Salute Tourbillions to Report Crackling Star Shells Blooming Silvery Chrysanthemum Gold Sparkling Kamikazes Red Comets to Titanium Reports w/Rising Silver Tail Blue Comets to Titanium Reports w/Rising Silver Tail PATTERN SHELLS Red and Silver Concentric Rings Letter "F", "H", "M" and "Z" Pattern Shells One Red, white, Blue, Green or Yellow Circles Ring and Small Flower Hat Pattern Shell and Saturn Shells Cross Within, Interlocking and Square in Circle Umbrella, Stained Glass, Snails, Clovers and Lemon Patterns Diamond Pattern w/Strobing Center SPECIAL PATTERN SHELLS Red and Purple Heart Pattern Red Strobe Ring Hour Glass Silver w/Red Ring Hour Glass Gold w/Blue Ring Red & White Double Strobe Rings . Red, White or Blue Five Pointed Star Patterns Yellow & Green Ribbons (In Honor of our Troops) iMBELLI R E W© R K S INTERNATI©NALE PALM TREE EFFECTS Gold Tiger Tail w/Palm Tree Core Golden Palm Tree Shell of Shells Golden Palm Tree w/Large Rising Tail Silver Palm Tree w/Large Rising Tail Diadem Chrysanthemum w/Palm Tree Pistil Red, Blue, Green and Purple Peony w/Palm Tree Pistils Crackling Palm Tree w/Large Crackling Tail MULTI -SHELL OF SHELLS EFFECTS Red, Blue and Green Chrysanthemum Shell of Shells Golden Palm Tree and Weeping Willow Shell of Shells Eight Break Spider Web and Pimpinella Blooming Silvery Chrysanthemum Gold Sparkling Kamikazes Silver, White Flitter and Gold Flitter Crossettes Green Magnesium w/Gold Flitter Crossettes Purple Laced Flowers Grapes all over the Vineyard Blossom After Thundering Twice Presented Flowers Gold Spiderweb Shell of Shells '&ZAMBELL1 F I R E W O R K S INTERNATIONALE RISING TAIL EFFECTS Silver Tiger Tail w/Silver Flower Core Gold Tiger Tail w/Gold Flower Core Red Tiger Tail w/Blue Core Golden Tiger Tail w/Palm Tree Core Golden Palm Tree w/Large Rising Tail Crackling Tiger Tails w/Crackling Core HALF AND HALF EFFECTS Half Blue & Red Chrysanthemum w/Half Red & Blue Pistil w/Rising Tail Half Silver & Red Chrysanthemum w/Half Red & Silver Pistil w/Rising Tail Half Blue & Silver Chrysanthemum w/Half Silver & Blue Pistil w/Rising Tail STROBING EFFECTS Diadem Chrysanthem w/Strobing Pistil & Rising Gold Tail Lightning Bugs (Strobing Stars) Big Willow w/Strobing Stars Sparkling Red, Green, Silvery or Golden Lights Red or White Strobe Gold Sparkling Kamakazes Double Strobing Rings PARACHUTE SHELLS Series of Glittering, Red, Green or Colored Stars Flying Butterflies in the Star Night Double Happiness Lantern Wailed Flowers in Successive Appearances BELLI W O R K S INTERNATIONALE "DESCRIPTION OF SHELLS" 317 4" 5" 6" 8" A. Weight (in pounds) .50 .80 1.75 2.90 8.00 B. Burst Height 50-300 300-400 400-500 500-600 700-800 (in feet) C. Illuminant Burst Radius 246' 328' 410' 491' 656' D. Duration of Illumination (in seconds) 2.5 3 3 4 5 "NOTE: Due to physical shell construction, data may vary slightly! 1. Star Shell: 3" - 4" - 5" - 6" E. Colors: Red, White, Blue, Green and Silver F. Special Effects: Bright, Brilliant Color Illuminations 2. Fancy Star Shells: 3" - 4" - 5" - 6" - 8" E. Colors: Gold, White, Green, Blue, Silver, Purple, Strobe, Red and Magnesium F. Special Effects: Color Changing effects including Strobes, Magnesium and Flitter Stars! 3. Special Effects: 3" - 4" - 5" - 6" E. Colors: Red, Gold, Green Magnesium, Blue, White Flitter and Willows F. Special Effects: Flying Serpents, Whistles, Titanium Reports, Tourbillions, Splitting Comets, Hearts and Star Pattern Shells. 4. Oriental Shells: 3" - 4" - 5" - 6" - 8" E. Colors: Red, White, Blue, Green, Gold, Silver, Purple and Pink F. Special Effects: Color Changing Twinkling and Crown Chrysanthemums, Golden Palm Trees, Shell of Shells and Tiger Tails 5. Special Multiple Break Shells: 3" - 4" - 5" - 6" - 8" E. Colors: Red, White, Blue, Green, Gold, Silver, Purple and Glitter F. Special Effects: Shells are connectd by long fuse to create a unique display of colors and multiple effects. "NOTE: Finale Shells will be a combination of the above described effects and will also include Flash and Titanium Salutes. �. i ► i R 5` Z A M B E L L I F I R E W❑ R K 5 INTERNATIONALE V. METHODOLOGY Your displays will last approximately twenty to twenty five minutes, providing a combination of aerial and ground fireworks, with emphasis on aerial displays shot from Tamarac Sports Complex. Aerials will contain Zambelli specialty shells and customized designs. Detonation will be by electrical firing. Shells shall be a combination of Zambelli manufactured and specialty types, as well as hand -selected ones from all over the world. Only the finest quality will be submitted to The City of Tamarac. Zambelli Internationale does a commendable job in clean-up, as well. r0-A11(` � Nr�R--�ZAMBELLI F I R E W D FR K S INTERNATIONAL-E V1. SCOPE OF WORK Zambelli Internationale Fireworks follows the NFPA 1123 code and the South Florida Fire Code Section 5238 along with the following requirements: ALCOHOL, TOBACCO, FIREARMS REQUIREMENTS: I . Explosives are delivered to site in locked truck. 2. Truck will be placarded. 3. Truck will have 24 hour security. 4. Security Guard will have written instructions on emergency procedures. 5. Truck will have an anti -theft lock such as (The Club). OSHA REQUIREMENTS: 1. Hard hats will be worn. 2. Ear protection will be used. 3. Eye protection will be used. 4. There will be (4) water type fire extinguishers. 5. There will be a firing booth to protect the technician and the control equipment. 6. There will be radio and cellular communication to the City representative and a Zambelli representative that can bind and make decisions. PERMITS: Zambelli will file for all local, county, State and Federal Permits. ; ZAMBELLI F I R E W 0 R K 5 INTERNATIONALE UALIFICATIONS & EXPERIENCE For 100 years and three generations, members of the Zambelli Family have combined quality, showmanship and safety in establishing ourselves as America's Leading Manufacturer and Exhibitor of Pyrotechnic Extravaganzas. The development of a variety of firing systems that include Push Button, Touch Tone, Micro -Processor, Digit Cue and Electrical Firing Systems has transgressed from a toggle type switch in 1963 to a totally computerized firing system that has been completed and tested. This computerized system is the World's First and most advanced. It is the prototype for the new generation of electronic -computerized -pyrotechnics. Zambelli Internationale has produced the world's largest pyro-musical productions, commencing with the City of Chicago's Sesquicentennial. Sixteen individual pyrotechnic launching sites throughout the Metropolitan Chicago area were coordinated to music that was simulcast over radio and television. The manufacturing capability for producing every pyrotechnic ground, water or aerial device from raw materials utilizing either the stringless technique or the non-flammable spiked technique. Zambelli Internationale has also incorporated automatic presses along with hand craftsmanship to facilitate quality control compression where needed for safety and effectiveness. We are proud to say that we have met all the stringent requirements that are duly enforced by the Alcohol, Tobacco and Firearms Administration and the Occupational Safety and Health Administration. We are also proud to say that we employ a safety director at our facility and in addition, a safety director to make on -site inspections of pyrotechnic displays. Zambelli's pyrotechnicians have attended our extensive training classes and have met all of our rigid safety procedures that exceed state and federal requirements and that are necessary to exhibit a pyrotechnic display in a safe and sane manner. BELLI R E W© R K 5 INTERNATIONALE COMPANY TRAINING Zambelli Internationale Fireworks is proud to advise that we currently have a total of three training courses in place. We will provide only qualified pyrotechnicians that will set up and fire your display. This crew will consist of one supervisor and two to three assistants. The first is a basic pyrotechnicians class which covers all of the basics involved with conducting a fireworks display. The class is a requirement for all of our display operators before they are assigned to a display. The course covers such items as in-depth coverage of NFPA 1123, Code for Fireworks Displays. The safe handling, storage, set up, and display operation and all post display operations. The second course offered covers the various aspects of an electrically fired display along with in-depth coverage of the NFPA codes and regulations covering this topic. Both of the above courses include classroom lecture and hands on training for all who participate. In addition to the training as stated above, all new pyrotechnicians are required to work hand in hand with one of our experienced technicians and must show competence in the field with regards to safety, adherence to all codes and regulations and overall display performance before they are assigned as a display operator. The third course that has been developed by Zambelli Internationale is geared for the local fire and police officials who regulate our displays. To date over 100 fire and police officials have received this training which involved both classroom lecture and live demonstrations of a fireworks display. This course has been approved by the Florida State Fire College and offers Continuing Education Credits to its participants. n BELLI • •% W ❑ R K S INTERNATIONALE VII. INSURANCE COVERAGE INSURANCE COMPANIES: Northland Insurance Co. - Policy #KA010029 American Alternative Ins., Corp. - Policy #0 1 -A2-UM-0000460 Agricultural Insurance Co. - Policy #EXC5629748 INSURANCE AGENCY Adrian N. Baker & Company PO Box 66871 St.Louis, MO 63156-6871 LIMITS OF LIABILITY $11 Million Dollars AUTOMOBILE LIABILITY COVERAGE $5 Million dollars as required by the United States Department of Transportation WORKER'S COMPENSATION Pyrotechnicians will meet all of the requirements of the Worker's Compensation laws of your state. IMBELLI R E W D R K S INTERNATIONALE * * MAJOR REFERENCES * * "NATIONAL VICTORY CELEBRATION" WASHINGTON, DC - JUNE 8, 1991 "STATUE OF LIBERTY CELEBRATION" NEW YORK, NY - JULY 4, 1986 "DERBY FESTIVAL - OPENING CEREMONIES/THUNDER OVER LOUISVILLE" LOUISVILLE, KY - APRIL, 1991 - 2000 "SAUDI ARABIA - YESTERDAY AND TODAY" WASHINGTON, DC - JULY 29, 1989 "HUDSON'S FREEDOM FESTIVAL" DETROIT, MI - 1990 - 2000 "WORLD UNIVERSITY GAMES - OPENING/CLOSING CEREMONIES" BUFFALO, NY - JULY, 1993 "ATLANTA BRAVES - NATIONAL LEAGUE CHAMPIONS" ATLANTA, GA - 1986 - 2000 "DISNEY'S POCAHONTAS - PREMIERE IN THE PARK" NEW YORK CITY - JUNE 10, 1995 "GUAM'S NEW YEAR'S PROGRAM" GUAM, MARIANA ISLANDS - DECEMBER, 1990 - 2000 "SUNFEST" WEST PALM BEACH, FL 2000 "POPE JOHN PAUL lI VISIT TO THE U.S." BALTIMORE, MARYLAND - OCTOBER 1995 Zambelli Fireworks W. Camino Real Blvd Suite # 100 Bc" Raton FL 33432 7amWli Fireworks W. Camino Real Blvd suite # 100 Boca Raton FL 33432 Zambelli Fireworks W. Cam no Real Blvd suite # 100 Boca Raton FL 33432 ZamWli Fireworks W. Camino Real Blvd Suite # 100 & x;a Raton FL 33432 U.S. OoWPONAM HEAOWUARTER5 P.O. Box 1463 NEw CA5Y11, PA 16103 BOU-$ 4 t1-0397 724-195S'A61 1 724-658-831 a FAX 6OIJTNERN REMION 299 NW 52NO TmR = 6UITE 1 1 5 B4GA RATON, FL a3407 e00•860-0953 5e 1-395-0955 56 1-395-1 799 FAX WC9 N RCOION P.0.90x 9®6 5n4F16N. CA 93263 600 322 7142 5 C 5.746.2043 905-746-2544 FAX W W W. ZAMOCLLIFINCWORKi.00M LMBELLI I E W C R K s INTERNATIONALE Wednesday, Apri125, 2001 Anne Lodato City of Tamarac 7525 NW 88th Avenue Tamarac, FL 33321-2401 Dear Ms. Lodato: This is to confirm with The City of Tamarac that we agree to exhibit the July 4, 2001 fireworks for $25,000.00. Lasers will not be a part of the program this year; but the city might want to incorporate them into the program next year. Upon your review, please call us at (800) 860-0955, should you have any further questions. Thank you and we will look forward to staying in touch. Sincerely, ZAMBELLI FIREWORKS MFG. CO., INC. ianabeth Zambelli Marcy m' belli FAXED THEN SENT REGULAR MAIL (954)724-2408 AGREEMENT BETWEEN THE CITY OF TAMARAC AND ZAMBELLI FIREWORKS INTERNATIONALE THIS AGREEMENT is made and entered into this 2 Vrol day of A , 2001 by and between the City of Tamarac, a municipal corporation with principal ofFicA located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Zambelli Fireworks Internationale, a Florida corporation with principal offices located at 1 West Camino Real Blvd., #100, Boca Raton, FL 33432 (the "Contractor") to provide for Fireworks at the City of Tamarac's July 4th Celebration. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) CONTRACTOR shall furnish all labor, materials, and equipment necessary to provide a fireworks display or fireworks and laser light display for the City of Tamarac's July 4th Celebration as per the terms and conditions outlined in Bid 01-12B "Fireworks & Laser Light Show". The contract shall be for an initial period of one (1) year. The City reserves the right to extend the contract for five (5) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. b) Contractor shall cleanup and remove all debris and material created by the work at the contractor's expense. 1 c) CONTRACTOR shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. CONTRACTOR shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. CONTRACTOR shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) CONTRACTOR shall 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 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 Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The term of this Agreement shall be for a period of one (1) year, beginning the first day following execution by the City. Upon expiration of the one (1) year term, the parties may choose to terminate this Agreement, or renew the Agreement by written agreement signed by the parties hereto for five (5) additional one (1) year terms. 6 5) Contract Sum The Contract Sum for the above work is Twenty Five Thousand Dollars and No cents ($25,000.00) for an electronically fired fireworks display or Thirty Three Thousand Dollars and No cents ($33,000.00) for an electronically fired fireworks display and laser light show. The Contract sum is determined by the cost of labor and materials for the job also known as Bid 01-12B "Fireworks & Laser Light Show". 6) Payments The CITY shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the job completed against defect. Failure to deliver and shoot all shells will result in a prorated amount being paid to the vendor and removal of the vendor from all future bid solicitations. Contractor shall be responsible for any damages caused by defect to affected area or structure. 9) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the 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. 3 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 race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. 4 CONTRACTOR George R. Zambelli President Zambelli Fireworks Internationale 1 West Camino Real Blvd., #100 Boca Raton, FL 33432 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon sixty (60) 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 seven (7) 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. 5 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the CONTRACTOR and the CITY, and negotiations and oral understandings 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. The remainder of this page left blank intentionally 0 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 Zambelli Fireworks Internationale, signing by and through its President duly authorized to execute same. ATTEST: — Marion Swen on, CIVIC City Clerk Date: �lvl ATTEST: ( orporate Secr (2-P& 4ee :Z�Zawlell,,- ,� &L Type/Print Name of Corporate Secy. (CORPORATE SEAL) 7 CITY OF TAMARAC e Schreiber, Mayor Date: 5-2 9-01 Jeffrey . ill r, City Manager Date: 55-2 9-0/ as Mitchell S. Kraft, Cify Ajkbrney ZAMBELLI FIREWORKS INTERNATIONALE OeOA6ta a e�lG (Name of President) 0,afi&e'-W Zaldelj,' Type/Print Name of President Date: ` D/ CORPORATE ACKNOWLEDGEMENT STATE OF rLO 0 da-, COUNTY OF fpAlin bea6h The foregoing instrument was acknowledged before me this 16 4t? day of (X.l . , 20,91 by l� D �� �'�� (name of officer or agent, title of officer or agent) of Zam be)! ►T AYe wofk6 l nee of corporation acknowledging), a _ ino 3 �) VOW) 6' (state or place of incorporation) corporation, on behalf of the corporation. He is personally know�9�9 me take an oath. (type of identification) as identification and did (did not) A Signature of Notary Public — State of Florida 6'. Cori-) Print, Type or Stamp Name of Notary Public a r rrr Oary A Trasatti Commission # CC 907421 Expires Mat. 26, 2003 Bonded Thru Atlantic Bonding Co., Inc,