Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-1091 11 1 Page 1 Temp. Reso. # 8607 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R 99- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND AWARD BID #99-15B ENTITLED "TAMARAC PARKS SPORTS FIELDS RENOVATION PROJECT" TO THE LOWEST BIDDER, RECIO & ASSOCIATES, IN THE AMOUNT OF $114,700.00, FOR IRRIGATION AND LANDSCAPE SERVICES AT TAMARAC PARK, 7501 N. UNIVERSITY DRIVE, APPROVING BUDGET TRANSFERS, APPROVING FUNDING FROM THE APPROPRIATE PARKS AND RECREATION ACCOUNT, PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac, Florida, publicly advertised Bid Number 99-15B for irrigation and landscape services at Tamarac Park, 7501 N. University Drive, in the Sun Sentinel of April 11, and April 18, 1999, and WHEREAS, bids were solicited from 22 potential bidders with 4 responding; as hereto attached in Exhibit I; and WHEREAS, on April 28, 1999, the following were opened: (1) MBR Construction (2) Recio & Associates (3) Mark Tomber, Inc. (4) Windmill Sprinklers $151,293.00 $114,700.00 $203,525.00 $40,000.00 _(Only Irrigation) WHEREAS, Recio & Associates submitted the lowest responsive and responsible bid proposal in the amount of $114,700.00, hereto attached as Exhibit II; and Page 2 Temp. Reso. # 8607 WHEREAS, monies exist in the FY 99 General Fund, to fully fund this project; and WHEREAS, it is the recommendation of the Parks and Recreation Director and Purchasing/Contracts Manager that Bid Number 99-15B be awarded to Recio & Associates; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to approve the award of Bid Number 99-15B for irrigation and landscape services at Tamarac Park, for an amount of $114,700.00. NOW, THEREFORE, BE IT RESOLVED BY THE 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. SECTION 2: The appropriate City officials are hereby authorized to accept and award Bid Number 99-15B to Recio & Associates at a cost of $114,700.00 for landscape and irrigation services at Tamarac Park. SECTION 3: Budget Transfers totaling $25,400.00 from General Fund accounts entitled "Operating Supplies -Chemicals", "Operating Supplies -Materials and "Utility Services -Electric" to General Fund account entitled "Tamarac Park Sports Fields Renovation" are hereby approved for correct accounting purposes. SECTION 4: Authorizing the City Manager or his designee to close the bid award, including but not limited to making final payment and releasing of funds upon successful completion within the terms and conditions of the specifications. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. Page 3 Temp. Reso. # 8607 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. SECTION 7: This Resolution shall become effective immediately upon adoption. A PASSED, ADOPTED AND APPROVED this /l day of 1999. K JOE SCHREIBER MAYOR ATTEST: 0" - - ✓ RECORD OF COMMISSION CAROL GOL CMC/AAE MAYOR SCHREISER CITY CLERK DIST 1 : COMM. DIST 2: V/M MISHMN DIST 3: Comte A I HEREBY CERTIFY that I have DIST4: CMMM_.R08Em Appr a this RESOLUTION a o For /1 TCHELL S. KR CITY ATTO R Y 1 • • 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.tomarac.org April 21, 1999 ADDENDUM #1 BID NO.99-15B EXHIBIT II TR #8607 This addendum and the following information addresses and clarifies the questions that were asked at the Pre -Bid Meeting on April 20, 1999. The following are the requested clarifications and attachments to the bid package. TAMARAC PARK SPORTS FIELDS RENOVATION PROJECT Technical Specifications, Pages 13 and 14 • A pressure test of the irrigation system will not be required. • The existing well, which is approximately 1 to 2 years old, is to be reused. The removal of the existing pump station will be done by the City prior to the start of the project. • The determination of the exact square footage of sod is to be left up the contractor. • The sand base is to be a standard minimum 1" base. • The clay depth is to be returned to the natural state with no lip. • As a clarification to the removal of dead grass and weeds, the site is to be stripped of the dead grass and weeds to a minimum of a 1" base. Equal Opportunity Employer EXHIBIT II TR #8607 • 0 ADDENDUM #1 BID NO. 99-15B Page 2 Bid Price, Page 17 • The Bid price is to include the ductile iron main line fittings by Harco as stated on Page 2 of the Irrigation Plans. An option of PVC main line fittings can be listed on the Bid as a price savings to the City and a deduction from the Bid price. Please replace Page 17 of the Bid with the attached new Bid Form. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. Anne Lodato Senior Buyer F1 include this page as part of your bid submittal. kGC40 Akli> d�xe�, Company Name EXHIBIT II TR #8607 ADDENDUM #1 IS BID 99-15B 11 Page 3 L31»�I:lul TAMARAC PARK SPORTS FIELDS RENOVATION PROJECT BID # 99-15B 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. IRRIGATION SYSTEM TOTAL COST OF IRRIGATION SYSTEM INCLUDING MATERIALS, LABOR AND INSTALLATION $ �3 g 7� 00 , OPTION OF PVC MAIN LINE FITTINGS IN THE IRRIGATION SYSTEM (DEDUCTIQN TO THE TOTAL COST OF IRRIGATION LISTED ABOVE) $ 11500. 00 MANUFACTURER OF PUMP STATION QAF-r' I C- DL-- 1 P 1 SPORTS TURF RENOVATION TOTAL COST OF SPORTS TURF RENOVATION INCLUDING MATERIALS, LABOR AND INSTALLATION $ 00 7J�3Z� GRAND TOTAL OF BID $ 1174zo().00 RUuo AW> d456U4-V5- Company Name 0 EXHIBIT II TR #8607 BID FORM continued Bidders Name: R► GO �►Jtj 6KOC.(Q7C�� loc NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: Nll;�T % DAYS:3o Delivery/completion: ,60 calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. iR EXHIBIT II TR #8607 Bidder's Name: RGZA0 aNb &,;,�Ases, �IJG 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 M /A Section Variance Section Variance Section Variance Attach additional sheets if necessary, 0 19 EXHIBIT II TR #8607 • • • NON -COLLUSIVE AFFIDAVIT State of Rom t>A ) ) ss. County of __1�RJQ Li C NARaLO being first duly sworn, deposes and says that: (1) (Sb/she is the (Owner, Partner, Office , Representative or Agent) of R�G� Q �2bSOU/STeS , ANC ,^_ the Bidder that has submitted the attached Bid; (2) Hshe 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. n � I Signed, sealed and delivered in the presence of: C LG By: n s U)IA- 41 Witness ►41; C.ad ��N�eow �umuc w� (Printed Name) 1 EXHIBIT II -� TR #8607 • NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Ft.GeoA ) )Ss. County of PAVg: ) BEFORE ME, the undersigned authority, personally appeared M Q to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that N 2 executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this '2 8 day of Pr 1 , 1992. ( '�) Personally known to me or ( ) Produced identification NOT RY BL Sate o lori t Large OAYpUB BETSY ROORIG CoMN.ISSION # CC 674054 (Signatur"� 6iary� 9&6 tamp, or Type ti AT ""'c p LADING CO., INC. as Commisslone(� Type of I.D. Produced ( ) DID take an oath, or (_.X-) DID NOT take an oath. 21 EXHIBIT II TR #8607 0 CERTIFICATION' THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the item(s)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION 111"OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: AUO 1-1GrMAK0k0 AUTHORIZED SIGNATURE (PRINTED OR TYPED) �ClvnUe VIGE-P1vS4MV4 i TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 5(" -1 4-4IZS6 COMPANY NAME: I<G I 17 AS �1G ADDRESS: 805,3 QW 6 ' sT CITY: �IA+�`1 I STATE: FL_ ZIP: 331 &6 TELEPHONE NO.. 3-45 q94 = 011 FAX NO.:O�F) QRIa 4771 CONTACT PERSON: 41,,EX F=NE-:N Pez 22 r EXHIBIT II TR #8607 • BIDDERS QUALIFICATION STATEMENT 0 The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company Address: 8o! RF-rcI p AMV •• i I`1 Lt�M I ► c- Street City 'State Zip Telephone No. AS CIg4--7bl I Fax No. (WS) 99lF-7779 How many years has your organization been in business under its present name? years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? /a At what address was that business located? N Ak Are you Certified? Yes I(No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes 12"No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No Z 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 I32"'No ❑ If yes, explain (date, service/project, bid title, etc) S�E Have you ever receiveP complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No If' If yes, explain: Have you ever debarred or suspended from doing business with any governmental entity? Yes ❑ No If yes, explain: 23 i EXHIBIT II TR #8607 • r 1 LJ Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Agency/Firm Name: Er.: aYT Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact YOUR COMPANY NAME ADDRESS Id PHONE: 30 gQt4--'7AI 0 24 City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip, Phone: Contact: Fax: EXHIBIT II TR #8607 0 VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, • and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through iMatis tion of this section. As the person authorized to sign the statement, I certify tm complies fully with the above requirements. Signature ReGo 40b As%CWEs , luc . Company Name r EXHIBIT II "- TR #8607 • 11 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to be Performed Contractor License Number Percent of Total Contract Subcontractor's Name and Address 1. IRRI6raT9ON �T cis-14 ZO 37.y Q W 10011 I LL �,P J K.I R (a 1 uc 153 . WisE &_vo FT. ID 0AcF--P4 33311 2. 3. K91 -C& Flreman's Fund Fireman's Fund Insurance Company The American Insurance Company National Surety Corporation Associated Indemnity Corporation American Automobile Insurance Company KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, hereinafter called the Principal, and A.I.A. Document No. A-310 (February 1970 Ed,) Recio and Associates, Inc. National Surety Corporation Bid Bond a corporation duly organized under the laws of the State of I l l i n o i s as Surety, hereinafter called the Surety, are held and firmly bound unto City of Tamarac, Florida i�'t�1�lt as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of.the amount bid.***** Dollars($ 5 % ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for • Renovation Park Sports Fields NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26 t h day of Apr i 1 A.D. 19 99 RFCIO AND ASSOCIATES, INC. (Principal) (Seal) YIC4S-- f�CfxJ.c�T . (Witness) (Title) *n NA 10 AL URETY C(,R, ATION (Surety (Seal) (witness) VDAVOI.:� Attorney-in•Fact g 3fieG4l-7-la0 la Resident Agent Phone No'. (305 591-0090 FIREMAN'S FUND INSURANCE COMPANY EXHIBIT 11 NATIONAL SURETY CORPORATION ASSOCIATED INDEM7'Y&PORATION THE AMERICAN INSURANCE COMPANY AMERICAN AUTOMOBILE INSURANCE COMPANY • GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That FIREMAN'S FUND INSURANCE COMPANY, a California corporation. NATIONAL SURETY CORPORATION, an Illinois corporation, THE AMERICAN INSURANCE COMPANY, a New Jersey corporation redomcsticated in Nebraska, ASSOCIATED INDEMNITY CORPORATION, a California corporation, and AMERICAN AUTOMOBILE INSURANCE COMPANY, a Missouri corporation, (herein collectively called "the Companies") does each hereby appoint MICHAEL BONET, JOHN U. HARROLD, M. STEPHEN JACKMAN, FRANKLIN E. WHEELER, DAVOR I. MIMICA, MIAMI FL their true and lawful Attorrtey(s)-in-Fact, with full power of authority hereby conferred in their name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof --------"-- and to bind the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seals of the Companies and duly attested by the Companies' Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. This power of attorney is granted under and by the authority of Article Vll of the By-laws of FIREMAN'S FUND INSURANCE COMPANY. NATIONAL SURETY CORPORATION, THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY,,'CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY which provisions are now in full force and effect. This power of attorney is signed and sealed under the authority of the following Resolution adopted by the Board of Directors of FIREMAN'S FUND INSURANCE COMPANY, NATIONAL SURETY CORPORATION. THE AMERICAN INSURANCE COMPANY. ASSOCIATED INDEMNITY CORPORATION and AMERICAN AUTOMOBILE INSURANCE COMPANY at a meeting duly called and held, or by written consent, on the 19th day of March, 1995, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice -President. Assistant Secretary, and Resident Assistant Secretary of the Companies. and the seal of the Companies may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto. by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companies: IN WIT F8SS WHEREOF, the omp ies have caused s resents to be signed by their Vice -President, and their corporatjINSU unto affixed this �U day of krciti �, N""wNHa • FIREMAN'S FE COMPANY ,,,��,ppi C •trrrr ^N s su€R% " NATIORPORATION 7r `\• ;C� �`4' at...lO 1.•••. ..F�y Ott, ObILE lNa o•. THE AMERIE COMPANY c e . �' ' A OCIATEDRPORATION sEPT.ataro ;' sEA L € AM RICA UTOMOE COMPANY • •nnun ..• ONCE CoW..- "' en•wt0 By STATE OF CALIFORNIA Vke-Prcsidcnt Ss. COUNTY OF MARIN ,�/j On this . jn day of _ , before me personally came 9�,p /V . / ! 4pnw to me known, who, being by me duly sworn, did depose and say: that he is atVice-President of each company, described in and which executed the above instrument; that he knows the seals of the said Companies; that the seals affixed to the said instrument are such company seals; that they were so affixed by order of the Board of Directors of said companies and that he signed his name thereto by like order. IN WITNESS WHEREOF, I haceta the day and year herein first above written. aJudMATE oldCo7 NOTARORNIA 5 Sn CommExp.2000 -6 NaWy public ATE STATE OF CALIFORNIA ss. COUNTY OF MARIN 1, the undersigned, Resident Assistant Secretary of each company, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII of the By-laws of each company, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. Signed and sealed at the County of Marin. Dated the 26th day of April 1999 �J �7Y E °•,, atu..y �N•S AYfR%: �,a.•wuw..p. pJ �rOP•vOq ' \ Oxa�rr�rrc+ 4`+ft.. ..,�GqO 1'`�En•n..��yyt,. ��.bO�p6tlL Lt�� £ _ T{y SEPT.xtprp % O �'�'CE COt�• R,NCE G�, �/DUKM��.•r •""" Resident Assistant Sac etary 360791-11-98 EXHIBIT II TR #8607 • C, J CERTIFICATE OF LIABILITY INSURANCE 1 °A PMMO 04110 s MWDUOU% THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Acordis SE, Contral Fla Divan ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 31666 HOLDER. THIS CERTIFICATE DOES NOT AMEN, EXTEND OR ALTER THE COVERAQ6 AFFORDED BY THE POLICIES BELOW. Tampa, FL 33631-3666 727-79M666 INSURERS AFFORDING COVERAGE INILI-BD RdE+lity UnitedINWJRIR Al Continantal Caoual Insurance United Enterprises dba IN"FR R' 7152 S.W. 47th Street ;;A -ER C; Miami FL 33155!g"!+gn°:_ - __ _ IMOLIAGA E COVERAGES THE POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED To THE INBUREO NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWfTH9TAN0INQ ANY REQUIREMENT. TERM OR CONDITION pS ANY CONTRACT OR OTHER DOCUWNT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED 08 MAY PERTAIN, THE INSURANCk A)- ]ROED BY THE POLICIES DESCRIBED HEREIN IN SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMrr5 BHOVYN MAY HAVE SEEN REDUCED BY PAIR CLAIMS. PM TYTT OF INBLSRA rs POWY TIIJINB6R POLICY < EICTIVE POLICY EIIPIRATE'IN u"If OMWAL UAMUTY EACH OCCURMNC; 1 RIIE DAMAOE err R.e1 1 COMMERC''AL 13FNCRAL LIABILITY -6AIMI MADE OCCUR MED 6XP (Any e.r p.nanl f PERSCNAL A AOV INJURY e OINEAAL AOOREOATE 0 OEN'L AOtlREOATE LIMIT APPLIES PER; PRODUCT$ - COMP/OP AGO f I � POLICY PIIO LOC AUTZ11MOI U UAROM ANY AUTO COMBINED BINOLELIMIT IFS AffawmR1, / IODILY INJLNLY II'w PMnU f ALL OWNED AUTOS eCWEOUI.ED AUTOS BODILY INJURY rw 646"Ml S WIRED AUTOS NOR-NE9 AMS OW i PROPERTY DAMAGE near eesldenu S OAPA►1Q UAWUTY AUTO ONLY - CA ACCIDENT 1 OTHER THAN EA ACC f ANY AUTO / AUTO oNLYI AOO EMM UMUTY EACH OCCURRENCE 1 A0041OAT9 OCCUR cLAIMa MADE e ' f DEDUCTIBLE $ RETENTION : A WORILEPA CO%WENSATICN AND WC160807411 5/14/98 5114199 WC STATU- OTH- WKIDYIU' UANUITY + j I C.L. CACW ACCIDENT t 1 QQ QQ rl. DISEASE - EA EIMPLOYEC 1 1 1 QDQQQQ . E.L. DISLAS"_ - AOLICY LIMIT f OTHGA I I I I I 000RI�rION Or DOIIIATIWM gCATlOi4XA MCLESMOC LNMNi ADOW BY fiNOOMIRAENTASIPWIAL PRONf10 N9 J001ANDSCAPING & MA'NTENANCE. FOR ALL EMPLOYEES LEASED TO RECIO ANI] ASSOCIATES AND FOR ANY THIRD PARTY CLAIMS INCLUDING ANY CLAIMS INCLUDING ANY CLAIMS BROUGHT BY ANY OF HIS LEASED EMPLOYEE. Ll L:ERTIFIUATE HULOLeH I I ADOITIONµ INSUNW: INBVIIIA LMM; CANCELLATION CITY Of CORAL GABLES ' SHOULD ANY CF THE ABOVE O"CMW POLPMrA aR 0AW"n IgFaRE TW 1001111EATIDN DATE THOMP, THE ISSLANO INSURER WILL "OEAVOR TO MAIL _ 30 9AY0 WRITTVI WORKS (DEPARTMENT NOTICE TO THE CUIT49CATE WOLDELI NAMED TO THR LA"T. BVt PAIMM TO DD 90 &MAU 285 ARAGON AVENUE IMPOSE ND OBUOAt10TI OR LMAILITY Or ANY IQND UPON THE INSURER. ITS AMTI OR CORAL GABLES FL 33134 RMFEENTATIV6e. ALIT HORIWDREPRESWT VE V ywnv cv'a U/aJl 7. 73 a r�.r+nu r.wnr�rnnl IVI■ I.v� 01 To 1 d 1554 L£ 160 st _L1D 16661 y 1:75 L'=L LZL _L5u3-.Lncs ii i att od i �,odz 1 or Ysru :::: q.Q y NC T �-ER IITK�"Mronm� „.. 04/12/99 PRODUCER TIIIS (F R1 IFICATE IS ISMIK1) AS A MATTER OF INFORMAL ION 305-591-0090 CONFERS NO RIGHT'S UPON THE CERTIFICATE HOLDER. THIS CERTIFICATK Seitlin DOES NOT AMRND, EXTEND OR ALTER T119 COVERAGE AFFORDED BY TIIK P. 0. Box 025220 'OI ICIFS 11FLOW, COMPANIK AFFORDING COVERAGE Miami, FL 33102-5220 COMPANY A CRUM & FORSTER INDEMNITY INSURED COMPANY NORTH RIVER INS.CO. RECTO &ASSOCIATES, INC. COMPANY ATTN: RICARDO RECTO C U.S. FIRE INS.CO. 8053 N.W. 64TH STREET COMPANY MIAMI FL 33166 D TIIIS IS TO CERTIFY THAT TIIK POLICIF_y OF INSURANCE LISTED BELOW HAVE BEEN ISSUF:D'LO TIIR INSURED NAMED ABOVE FOR THR POLICY PERIOD INDICATED, NOTWITILSTAN)IN(. ANY RRUUIRE(-1ENT, TERM OR COMr'ION OF ANY CONTRACT OR OTHER DOCUMENT WI I'll RESPECT TO WHICH THIS CERTIFICATE MAY BK ISSUPI) OR MAY PERTAIN, TIIK INSURANCE AFFORDED BY TIIE POLICIES DESCRIBED HE1tEIN IS SUBJECT TO ALL TIIE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFF. POLICY EXP. LIMITS DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE A COMM. GENERAL LIABILITY 503172796 9/01 /98 9/01 /99 PROD-COMP/OP AGG. CLAIMS MADEOCCUR PERS. & ADV. INJURY OWNER'S & CONTRACT'S PROT EACH OCCURRENCE FIRE DAMAGE(OneFire) x Contingent .� MED EXP(Any me perwn) AUTOMOBILE LIABILITY COMBINED SINGLE A X ANY AUTO 1336442067 9/01 /98 9/01 /99 LIMIT 1000000 BODIL$INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Per P—) X IHREO AUTOS BODILY INJURY X NON -OWNED AUTOS (Par stxldent) OF F-1 PROPERTY DAMAGE GARAGE LIABILITY ANY AUTO AUTO ONLY -BA ACCDDENT OTHER THAN AUTO ONLY:::;r>.;;'•;`%::=5;+:-'--:-:'::: EACH# ACC'1DENT AGGRRGATR A EXCESS LIABILITY X UMBRELLA FORM OTHER TITAN UMBRELLA FORM S53064250 9/01/98 9/01/99 RACH OCCURRENCE 5000000 AGGREGATE 10000000 WORKERS COMPENSATION AND KMPLOYKRS' LIABILITY THE PROPRIETOR/ INCL PARTNERS/RXECUTIVR OFFICERS ARE; F1 EXCL STATUTORY LIMITS>:'%%:••«fi%%;{;::::: ::';.;tr'V°i°'"•:..' : •::::::. EACH ACCIDENT DISEASK-POLICY LIMIT I)ISKASE-EACH KMPL. OTHER DESCRIPTION OF OPKRATIONS/I.00ATIONS/VEIIICI.ES/SPKCIAL ITEMS RE: GRANADA GOLF COURSE RENOVATIONS, CITY OF CORAL GABLES IS LISTED AS ADDITIONAL INSURED AND WAIVER OF SUBROGATION AND HOLD HARMLESS INDEMNIFICATION ARE A COVERAGE PART FORM.(ATTACHED) THIS INSURANCE IS PRIMARY OVER ANY OTHER POLICY/SELF INSURANCE PROGRAM AVAILABLE TO CITY SHOULD ANY OF TIIK ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF CORAL GABLES EXPIRATION DATE THEREOF. THE ISSUIN(: COMPANY WILL ENDEAVOR TO MAIL. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAME!) -1'0 TIIR PUBLIC WORKS DEPARTMENT LEFT, BUT FAILURE TO MAIL SUCH NOI•ICE SHALT. IMPOSK NO OBLIGATION OR 285 ARAGON AVENUE LIABILITY OF ANY KIN) UPON THE COMPANY, ITS AGIONI'S OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE CORAL GABLES. FL 33134 A n ( . n - EXHIBIT II TR #8607 • i • C n r_ U 4 z n 1 r a 0 D 1 O z G7 m m z D m 0 C m w x �- qoM to C] xLj H O :r C� am a wvnW w H in �d o rn m n ON rrl I i H a M M O i7 r n �W m r (n 0 m z m C] O Xz (! m ro � Q � c ,ro v �,y r m rn ➢ --4 W ➢ p r m n 7 C� 0 1- 1 a yw i t7 n© x Lo n n � a O '-d z r-4 z 0 c 7 a O � H (n O ro cl, z cn c H x G"� N c z 1 m m n O z n c -•, H � q p 7 Q °mgcp� zr 7 m n N n n n O n O O �j a N 0 p w O n m 73 p m I w o c' :3 to CD c 00 c Q Q ° ac n c m 7 O m m d0 In n vw n 7 O V d N � p � w T N 3 m m io c — N,O ro Z,- r m T? o m N d _ m a c W 2 M r 0 m a z z OD i o 0 m O ti • C� EXHIBIT II TR #8607 'A DADE COUNTY 1998 OCCUPATIONAL LICENSE TAX 1999 FIRST-CLASS TAX COLLECTOR MIAMI-DADE COUNTY - STATE OF FLORIDA U.S. POSTAGE 140 W. FLAGLER ST. EXPIRES SEPT. 30, 1999 PAID 14th FLOOR MUST BE DISPLAYED AT PLACE OF BUSINESS MIAMI, FL MIAMI, FL 33130 PURSUANT TO COUNTY CODE CHAPTER 8A - ART. 9 & 10 PERMIT NO- 231 045879-6 BUSINESS NAME / LOCATION iZ!=CIC NURSERY CCRP 2-10-15 SW 134 AVr 33-170 UNIN DAD= r r(!f!TY OWNER RECTO NURSERY CARP RENEWA1_ LICENSE NO. ) 4,-! 879-6 Sec. Type of Business EMPLOY G `- S 220 WHOLESALE/DISTRTBUTOR 1. THIS IS AN OCCUPATIONAL TAX ONLY. IT DOES NOT PERMIT THE LICENSEE TO VIOLATE ANY EXISTING REGULATORY OR ZONING DO NOT FORWARD LAWS OF THE COUNTY OR CITIES. NOR DOES IT p (� (� EXEMPT THE LICENSEE RTO NURSERY I"' D R P FROM ANY OTHER LICENSE n A, ,�1 / - .- • -- - - - „ - OR PERMIT REQUIRED BY e953 N Y ST ' _ r LAW. THIS IS NOT A CERTI• _ FICATION OF THE MIAMI = l_ 33166 LICENSEE'S QUALIFICA• "L' •+ ••- - a \.� • ' TION, PAYMENT DADE COUNTY TIAXO �( USSI C• �� C COLLECTOR: V 08/25/1998 0000700 aj IL,I SEE OTHER SIDE - DADE COUNTY 1998 OCCUPATIONAL LICENSE TAX 19" FIRST-CLASS TAX COLLECTOR MIAMI-DADE COUNTY - STATE OF FLORIDA U.S. POSTAGE 140 W. FLAGLER ST. EXPIRES SEPT. 30, 1999 PAID 14th FLOOR MUST BE DISPLAYED AT PLACE OF BUSINESS MIAMI, FL MIAMI, FL 33130 PURSUANTTO COUNTY CODE CHAPTER 8A - ART. 9 & 10 PERMIT NO. 231 035008--2 RENEWAL BUSINESS NAME / LOCATION LICENSE NO. 3 9047 6-1 RECTO & ASSOCIATES INC 8053 NW 64 ST 33166 UNIN DADE. COUNTY OWNER RECIC C ASSOCIATES INC_ Sec. Type of Business 213 JANITORIAL SERVICE THIS IS AN OCCUPATIONAL TAX ONLY. IT DOES NOT PERMIT THE LICENSEE TO VIOLA. ANY EXISTING REGULATORY OR ZONING DO NOT FORWARD LAWS OF THE COUNTY OR CITIES, NOR DOES IT EXEMPT THE LICENSEE �^ ,.'� = C I 1 �„ A) S '~j C I A T' a TNr FROM ANY OTHER LICENSE REQUIRED BY " �- I n '' ,. A SS 7 C I A T :. S T N C OR PERMIT LAW. THIS IS NOT A CERTI- OF THE LL•,� � 0 5 3 N W 6 4 P 1ry' FICATION I TONNSEE'S aunuFlcA- l MIAMI 1= L 33166 , PAYMENT RECEIVED DADE COUNTY TAX COLLECTOR: 08/25/1998 230000196 00007144-00 SEE OTHER SIDE EMPL(71`E�> 111111111111Illllllllllllllllllllllllllllllllllllllllll1111111 EXHIBIT 11 TR #8607 0 0 DO NOT DETACH RETURN ALL CO '�IES C) o :A —5. . C r L) tj 0� L-3, �4,4jcn i". : -0: 1 f4l �>CD, 0 > t:lo > 0, F) 0 MW M q, C) Z .0 00-,—,, nz c� C) Mtn to >01 ">. c --.4 z> o,. M 31 k m 1-1 0 a Dj. m C:) M, "..0 0 z > cn t,y0 m W. Z,' In .0 0 m "M Fn f-5 1.0 .,0. ". --4 - �.: �7., ", '' — - "' ' Q? 0 Y Z, S UJ ru Ln c) c� C) rn o < lsi 1 EXHIBIT II TR #8607 DADE COUNTY 1998 OCCUPATIONAL LICENSE TAX 1999 TAX COLLECTOR MIAMI-DADS COUNTY - STATE OF FLORIDA FIRST-CLASS 140 W. FLAGLER ST. EXPIRES SEPT. 30, 1999 U.S. POSTAGE 14th FLOOR MUST BE DISPLAYED AT PLACE OF BUSINESS PAID MIAMI, F-L 33130 PURSUANT TO COUNTY CODE CHAPTER BA - ART. 9 6 10 MIAMI, FL PERMIT NO. 231 178527—c; ZCENEWAL BUSINESS NAME / LOCATION LICENSE NO, 1 7 8 5 L 7— 9 RECIC C ASSOCIATES INC STATE IICGCO05372 EO5? NW 64 ST 33266 UNIN DADE CCUNTY OWNER RECIC �r ASSOCIATES INC Sec. Type of Business WC R K E R S 196 GENIE-_ZAL BUIL,CIN S 10 THIS IS AN OCCUPATIONAL TAX ONLY. IT DOES NOT PERMIT THE LICENSEE TO VIOLA. ANY EXISTING REGULATORY OR ZONING LAWS OF THE COUNTY OR DO NOT FORWARD CITIES. NOR DOES ITEXEMT (- 1� T THE LICENSEE FROMP NY OTHER LICENSE R L-- C`^n� L A S J O C .I A T E S 1 1' C OR PERMIT REQUIRED 9V �3 4 ? I y YW 6 + ,J T LAW. THIS IS NOT A CERTI- FICATION OF THE '/• I A r I F L " 3 1 6 6 LICENSEE'S OUALIFICA- TION. PAYMENT RECEIVED DADE COUNTY TAX COLLECTOR: 08/27/1998 230000 4 I IIIIIIIIIIIlI1111111111IIl1 1111t II lII11.1.1... lllll{II 000075 0 SEE OTHER SIDE DADE COUNTY 1998 OCCUPATIONAL LICENSE TAX logo FIRST-CLASS TAX COLLECTOR MIAMI-DADE COUNTY - STATE OF FLORIDA 140 W. FLAGLER ST. EXPIRES SEPT. 30, 1999 U.S. POSTAGE 14th FLOOR MUST BE DISPLAYED AT PLACE OF BUSINESS PAID MIAMI, FL 33130 PURSUANT TO COUNTY CODE CHAPTER 8A - ART. 9 & 10 MIAMI, FL PERMIT NO. 231 035008-2 RENEWAL BUSINESS NAME / LOCATION LICENSE NO. 0 35 0 0 8— 2 RECIQ & ASSOCIATES INC 8'053 NW 64 ST 33166 UNIN DADE COUNTY OWNER RECIQ r" ASSOCIATES INC 21YLAWN%EMPLOYEES LANDSCAPE/TREE SERVICE of Business EMPL60 3 THIS IS AN OCCUPATIONAL TAX ONLY. IT DOES NOT PERMIT THE LICENSEE TO VIOLATE ANY EXISTING REGULATORY OR ZONING LAWS OF THE COUNTY OR DO NOT FORWARD CITIES. NOR DOES IT (r- /` ��'77 EXEMPT THE LICENSEE R E C I Q ASSOCIATES T INC I" ' t +L �1 _Y FROM ANY OTHER LICENSE 1 1 V 1. 11. I1-- j OR PERMIT gEO ACE DYLAW THIS P'= C I a F. A S S rT C I A T r S X N C 11 FICATION IS NOT A CETHE ^ r N I.1 64 i TIONNSEE'S gUALIFICA• MIAMI F- L 33166 J. ' 1y9� 1 PAYMENT RECEIVED I I I DADE COUNTY TAX _ J COLLECTOR: '2300 197 000045az6o IIIIII11111II1111IIII1111IIIIIIII1111111111111111IIIIIIIIIIIII SEE OTHER SIDE I . . ^�� . ~.. ...^~ . ����������� �[U������ ���P/���rE�| �/ �`�r�����.1G, �'����[�L���`/''��l� AND �i��UL�����'�� 1] � ^� 1[�( ���l'�I�i Mi:r��` FL 3���^� 1oTH Fi �UR, ���,�I �/�|0 ST��!L CC�T''�C�U�.�, C[RlIF[''����' C� R�G1ST�/�������� ��3�D FEB�U�H; 27, �/Y8 [>|�� IS TO CE�T��Y |HA� :[CrO AM� �SS[/�.I�TFS' IN�� �/B/A C.C.N' CGCC05372 TRA���� BUILUIN� . H+V�NG MET THE H�G|ST�AllUN RE�UIREME'{rS OF �ETRO JAD� C�JNTY, lS RE�lSTEREU AS A CON/|lAC�OR IW THE ��OLLQWING TRADE CATEGORY(S> 04 GE�ERAL (STATE> , WITH ALL�WORK TO BE DONE UNDER T�E ���QUALIFYIN8 A�ENT LICEA RAFAEL V RECIO �NO.ASSOCIATES, INC MIAMI���"^� � FL 33166 / ` � DIRECT SUPERVISION �ND CONT�OL OF S S N 119-34-4 -� . . . '��,���.��� .^�` THIS REGISTRATION IS VALID UNT%L�' SEPTEMBER 30 1999 �'�, , ` ~ BY AUTHORIZATION OF �,��� GUILLERMO OLMEDIL �-'~ .^ SECRETARY, CONST TRAD�S�QUAL''BOARD / ` ' ALTE _R TION ORT�ANSFER OF THIS CAT�'IS IB - �-�r����-,-� ����� - - , ,, `~ `, , . . . . ^�=�-~�', , .� ~ -^' -�-� '-- ^ ^ ^ ^` ^2^ �^ ~R^N^W^L~ ^�MMENCGMENT-DATE: 0� /0nh0�- ENTRY~DAT�� 08/�4���88 10EN �: 1T85 T-9' � � * �u - _, � '` '' '' - ��� ENTRY -TYPE: C . �TAT : _�� | /" � / ���~v, s �K�~ ' ��' DESCRlPTlOm�� `- � PRV-YRS: ^ .00 lTEMS: Uuy ��, _ ' CURRENT: T�.00 ���^ ,' 10 ~ '^00 . . -----'-- -- -�� �n�' PEN&LTY: ^ �� ����`� UELupEN: . 00 SVC-CHG: .00 iTA7E # : O������Q�� CC # [RANGFR: � _ , 00 ��xEMPT-CD : �~- 00 �� — SMERIFF: ^ n��^*' O0 �DJUST : �E8AL: WARNlNG # : ��~~~- mt��' '00 �XEMPT : - ^`` pREV-YRS^ YEAR: 1.997 .00 1�96 , cOTAL : T5^ -- � '�' ` r�,~ ` ' ` ` ' � Y PAlD : T�.00 [RANSF-FROM: TRANSF-TO: ~ 00 DUE : � ` u�CALS: ' ���� ��'NENU CLEAR=PREV SCR F2=FMHlST F3=PYMlS F4=MORE LlC *MEM0S* ' �6=MUNlNA . �0�������:�Ms��������N Ms��Noom�mm�Ns�����m����mT�m���p��T��u���C�mnv�Mms��Rmm�m�` � �o����z�T�����N���N��rM����K����nvn��� � '--------- EXHIBIT II TR #8607 P _rnc a or >U10 0 am aw"m �'lip ' zc,�;. III';-�•tt�� o =am car fi� f ary` r�pp I' II!UA IV Y IIII p IX I ( r s iww� k fl,l `'1'' Illlsl'II'I�I, f o�t �ARr ��MM "�F IIII I!IQI I'I'I IIII I, ,� '.a 5�. f�-4�4^��� • � I 75 r +'u 1, IIIII 1911 J6 VII� ,�1�µ+j'[ • �—v'�°4 II �/''� 7 Iu II d Illll�'llfll��lr- .' k, ��.`,,�^•,-�a 1, '�ti,�n I �IIIIII'jil , �� wy al + irk I e al w~ y✓�II I��III �,'I�Ir,. d�,J I� y '!t. I I L H,NII,y 1•", it •, Q � �7 yn i'�Illl li ���IIII'rl I'Ir,. »'� • , ��" �9i'pllil �11UII1; If j •JS d I10C i IIIIIIII Ii IQrt `n��������Vi/• xA --1 hull IIItl I why / N � � �;• 9��Yfllllp r!� I' ` m � i. II I I� IIII IIIII,I� r� " • m III, IIhl11 II III"�1� F r � 171, J'A��IIJ IIIII I'Id '/ �9(�Y'M�L�� z IIII' I j� , 11IIII II' I I I n ..{ ..,�+, � � � �� 414 .`: �1.0 �,..�i idi�ftt. vL�v•'r ;•, I�I;J .�, li5"�n:1 vi �Grr{ 11 —i Cl. o II w tm m=� n � � lri r } �; (n m (n 0 x T j� oil �y�y � c T En 6 O (n � g p n� m m O m ion z o / ; v\,,� Z is A n r�i. N I ., �{ f ,Oiri i5ri2 0 co "4 y � �O m r +f l' , 2A>•1f'j �fr�Yl ;',' ' : t Ip� pr� a''ti 7D TOV rrrax rn CJI CA n'.M1IrM r,� ,` t(`� , in � `n �T x• a1�7�, a, rl •A C. ','P V1 M' r:m c z0AA `. ZNI m d� �►'" },,, ,• �. O .a m mF y U) rr m m v r, ri ni P, 7_ �y h III�Ilrl1 , �f {,) :a n m m X -n vro ro .( r-r r m A -, rn INII J e to ©rn A r n 4' m ro ca yc ca r I�III•i a'r ` n� n © rn Z m w ddb i 3�r �e! r -n m O -4 vi z e4IpIfI li� L�, o 0 F) a m "d m m �n 52 m m to 2 Q d go �n 0 03 Om A m on 0 t IIIII +. C 'irpp. of sK 11 J 4 if4 p 1 .r IYev 'A lr I ! t i.�''il �`Ri� krl �f¢ tr!! r4✓.,aMygl ry dr'�.>"�aN�''�r f(y'yIFL ♦�i,b i 5p' }��' h'�� w .r�;.'., rr, S..v,. 7!@, �I,lu),Il.'� �{' ..r^�1 �L,., c. 4'l..i d�.✓'. 1 �l RFCIO & ASSOCIATES, INC MAINTENANCE. DIVISION EQUIPMENT INVENTORY AS OF NOVEMBER 30, 1998 QTY MAKE MODEL DESCRIPTION 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52' RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52' RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG SUPER Z 52" RIDING MOWER 22 HP 1 SCAG TURF TIGER 52" RIDING MOWER 25 HP 1 SCAG TURF TIGER 61" RIDING MOWER 25 HP 1 SCAG TURF TIGER 52" RIDING MOWER 25 HP 1 SCAG SUPER Z 48" WALK BEHIND MOWER 22 HP 1 SCAG SUPER Z 36" WALK BEHIND MOWER 22 HP 1 SCAG SUPER Z 36" WALK BEHIND MOWER 22 HP 1 GREAT DANE CHARIOT 61' RIDING MOWER 22 HP 1 FORD CM222 1996 MOWER 1 HONDA 20 LAWNMOWER 1 KAWASAKI LAWNMOWER 22 NOTE: ON HAND WE HAVE 2 - 22 HP SPARE MOTORS FOR SCAG MACHINES EXHIBIT II TR #8607 SERIAL NO 29971265 29971261 21560894 29970006 21560914 29971220 21560922 2756W19 29971202 2150996 14550337 48104 3860753 3862111 3862130 2532415834 2629801285 2629801284 133841 EXHIBIT II 14i AVY EQUIPMENT TR #8607 TRACTORS UTY MAKE MODEL DESCRIPTION SERIAL NO. 1 FORD 5000 1974 TRACTOR W/ART ICULATED BOOM MOWER & W' ROTARY CUTTER C-41931 1 FORD 7740 4LL PURPOSE TRACTOR W/AL.AMO 15 BATWING HEAVY DUTY ROTARY CUTTEF 06214 1 FORD 7610 ALL PURPOSE TRACTOR W/BUSH HOG 16 RATWING ROTARY CUTTER 1 kSSLY FERGUSC 399 ALL PURPOSE TRACTOR WIBUSH HOG 1: ROTARY CUTTER ` 1 FORD 4630 ALL PURPOSE TRACTOR WITH A RHINO 84" HEAVY DUTY ROTARY CUTTER 5 I FORD F150 1986 MECHANIC SERVICE TRUCK 61FTCF15NIGN001826 'E RAVE OUR OWN COMPLETE MAINTENANCE SHOP 1 RECIO & ASSOCIATES• INC LANDSCAPING DIVISION EQUIPMENT INVENTORY AS OF NOVEM13ER 30, 1998 OTY MAKE MODEL DESCRIPTION SERIAL NO. VEHICLES 1 FORD F8000 1978 WATER TRUCK !!1 W81DVCBM73 1 INTERNATIONAL 1981 WATER TRUCK 02 TAA1857BHA31862 IISUZU TTR 24'FLAT13ED H 7 JALM7A1NOK3201250 1 MACK 1984BOX TRUCK 410 VG6M111A3E8019824 1 FORD LNT9000 1991 FORD TRACTOR TRAILER 1FTYW909MVA15342 1 FORD F360XLT 1993 FORD DIESEL PICK UP TRUCK 2FTJW35M3PCA46702 1 FORD RANGER 1985 FORD RANGER PICK UP TRUCK 1FTBR10A8FUC63397 1 FORD LNT900 DUMP TRUCK 1FDYW90VV9HVA1190i 1 FORD F250 IW6 FORD DIESEL PICK UP TRUCK 1FTHDUSFOTEA66M 1 CHAMPION 1991 CHAMPION PASSENGER BUS 1FDKE30M2MHA66= n:vm7LIodi1 1 FORD 755 1982 FORD BACI O 74702 1 NEW HOLLAND L785 19M NEW HOLLAND SKID LOADER 761638 1 NEW HOLLAND LXB85 1995 NEW HOLLAND SKID LOADER 853482 1 CASE 5m 19W CASE FORKLIFT 61215 1 NEW HOLLAND L785 1994 NEW HOLLAND SKID LOADER 59146 1 FORD 675D 1995 FORD LOADERIBACKHOE 1 WACKER VPY1740 INS VIBRATING COMPACTOR 1 DYNAPAC LP750 1995 VIBRATING ROLLER OOMPACTOR 1 VERMEER 1250 BRUSH CHIPPER TURBO DIESEL 11172Iita:R 1 HOMEMADE 1991 TRAILER 1 FRUEHAUF 1994 TRAILER 1H2PO4529RW067102 1 FRUEHAUF 19W WATER TRAILER UNJ300402 1 WITZCO 1994 UTALLENGER TRAILER 1W9B21E25RS061030 1 HORIZON 1995 TRAILER 1 HOME MADE 1992 TRAILER 1 ARROW 1995 TRAILER 1351591 1 EAST 1973 TRAILER OSIO2620 1 FRUEHAUF 1978 TRAILER FWZ388606 RECIO NURSERY. INC EQUIPMENT INVENTORY AS OF NOVEMBER 30, 1998 OTY MAKE MODEL DESCRIPTION SERIAL NO. 1 FORD 1210 1986 TRACTOR (216TH NURSERY) 459 07235 1 FORD 1910 1987 TRACTOR WlRHINO ROTARY MOWER (216TH NURSERY) 1162 0993T 1 FORD 1710 1987 FORD TRACTOR (205/216TH NURSERY) 463 16885 1 FORD 445D IM TRACTORILOADER WITH TREE BOOM (107TH NURSERY) $173 A436320 1 CLARK MIT40 FORKLIFT 469 i HARDEE C148LT 1997 I IARDEE 48" ROTARY CUTTER 474 9618713 i EXHIBIT II TR #8607 • RLCIO & ASSOCIAI ES, INC MAINTENANCE DIVISION EQUIPMENT INVENTORY AS OF NOVEMBER 30, 1998 VEHICLES QTY MAKE MODEL DESCRIPTION SERIAL NO. ISUZU NPR 1992 18' ALUMINUM & HYDRAULIC RAMP TRUCK #5 JALB4B1KXN7010122 t ISUZU NPR 1990 16 ALUMINUM & HYDRAULIC RAMP TRUCK #6 JALB4131H21_7003862 t ISUZU NPR 1992 18' ALUMINUM & HYDRAULIC RAMP TRUCK #14 JALB4B1K6N7009744 t ISUZU NPR 1996 ALUMINUM & HYDRAULIC RAMP TRUCK #28 JALB4B1K7T7004064 t ISUZU NPR 19%ALUMINUM & HYDRAULIC RAMP TRUCK 029 JALB4B1KXT7006522 t ISUZU NPR 1996 ALUMINUM & HYDRAULIC RAMP TRUCK #36 JALC4B1K5T7000213 t MITSUBISHI FE-639 19%ALUMINUM & HYDRAULIC RAMP TRUCK #30 JW6AAF1HTLOD2089 1 ISUZU NPR-ZB300 1997 16 ALUMINUM DRY VAN #34 JALB4131KOV7003454 t ISUZU NPR-ZB300 1997 19 ALUMINUM DRY VAN #35 JALB4B1 K2V7006629 t ISUZU NPR 1991 GARBAGE DUMP TRUCK #22 JALB4B1H7M7004071 t NTERNATIONAL 455 1981 GARBAGE DUMP TRUCK #4 TAA1857BHA30467 1 FORD F150 1989 PICK-UP TRUCK TO PICK UP LITTER #19 1 FTDF15Y6KNBO5670 t FORD F150 1994 PICK UP TRUCK TO PICK UP LITTER #16 1FTDF15Y6RNA68324 t FORD F150 1994 PICK UP TRUCK TO PICK UP LITTER #17 1 FTDFI5YORNA68321 t FORD F150 1994 PICK UP TRUCK TO PICK UP LITTER #18 1 FTDF15TOKNA45224 1 FORD F150 1997 PICK UP TRUCK TO PICK UP LITTER #26 1 FTDF1722VKB30550 t FORD F700 UTILITY BUCKET TRUCK W/ 5U ARTICULATED BOOM 99 F70WGKO629 t FORD E150 1996 FORD VAN #33 FTEE14Y7THA56469 t FORD E150 1996 FORD VAN #32 1 FTEE14YBTHB44625 t GMC FUEL TRUCK 1989 GMC FUEL SERVICE TRUCK # 15 1GDJV34J4KJ508104 t GMC VAN 1988 GMC VAN # 13 IGTCG15HOJ7505686 t GMC 6000 34' LIFT -A -LOT W/SPRAY Ns DB6DIAXBV565024 t VERMEER 1800 SELF-PROPELLED HEAVY DUTY CHIPPER SHREDDER VERMEER MODEL 1800 08' CAPACFM t MACK CH613 1996 TRACTOR TRAILER Who' HEAVY DUTY 20 TON LOWBOY # 12 24 MOWERSITRIM ME RSBLOWERS/CHAINSAWS/ETC. 44 WEEDEATERS 20 BACKPACK BLOWERS 15 EDGERS 22 CHAINSAWS 10',1fr. 20', 46.48" 8 HEDGE TRIMMERS 2400 6 HEDGE TRIMMERS 3100 4 PRUNERS HT-75 • EXHIBIT II TR #8607 C7 ti L Gi � A o 2 j� 5yj1 }+ D V to n 2S 3 tiririri 3 t5 3. d 3. n g* a an d '� a a a m A F ul a n N N M M N v 0 a n 0 n(A o n 3 ry� 0 EXHIBIT II VARIOUS LANDSCAPE AND GENERAL CONTRACTS COMPLETTB #8607 BY RECTO & ASSOCIATES, INC. Metro Dade County Rickenbacker Causeway S 694,900,00 1966 Parks & Recreation Division H.C.B. Contractors Miami Bayside S 674,824.00 1967 City of Coral Gables US#1 Landscape $ 794,630.00 1989 285 Aragon Ave Coral Gables. Florida Mr. Dan Keyes (305) 46O5132 City of Coral Gables 'Tree & Sod Replacement $ W,440.00 19M 2B5 Aragon Ave. On Public Areas In the Cowl Gables, Florida City of Coral Gables Mr. Dan Keyes (,X)5 460-5132 Departrent of Transportation Mc Arthur Causeway $ 1,188,960.00 1993 1000 N. W. 111 Avenue SR AIA• Miami. Fl. 33172 Metro Dade County Parks Various Projects $ 2,248,994-201994,1995,1996+ Parks & Recreation Dept. (PO#AW0036.R12BW.S10441B) 175 N. W.1 Ave 12th Floor Mianu. Fl. 33128 Mr. Bill Cutie (Wq 775-79M Department of Transportation Homestead Beautification $ 1,100,000.00 1994 I= N. W.111 Avenue Wiaml. Fl. 33172 Mr Jorge Fernandez (305)470-5962 City of FL Lauderdale • Gat Ooean Mile S Z7.31,197.00 1996 100 North Andrews Avenue Beautification Project FL Lauderdale, Fl. Mr. Pete Sheridan, P.E. VA 7615056 Homestead Mctonsports Stadium FocUy Landscape i 217,695A0 19W one Speedway Blvd. Florida Homestead. Mr. Jorge Dm**W (306) Z10-6= Dade Coldly AVAUon DW&ftnent • MLP 2-02 Various S 3.800.0=00 1996+ P. o. Boot Sam 6 Locations 0woughout Airport. Miami, FL 33159 Mr. Michael Houle (305) 8764=1 Department of Transportation Turnpike Tree Removal $ 1,339,345-00 1996+ P: O. Box 982E 970003301 Ft. Lauderdale, Ft. 33310-9828 Mr Jorge Fernandez (305)4705362 Sawgrass Landscaping $ 189.460.00 1997 97869-33340 Gratigny Parkway Landscape $ 96.818,00 1997 8730D--601 11 N �o �o o I� C G7 w w CD O a 3 c co . C 0 ro ? w (L] w CL D m ID w 7 CD ro ro" � w � w 7 0 CDC° ro rn - m... m -I- m .- y 0 O] to Q M (D Cp o0 N N N o w ((DD ((DD W a N N N to w w w 4 r w T v. g 6 co w w 0 cu o (D CD w Cb Q ] 4 w Q a O Q (] � coC Q O Q o O � a Q O o Q w C7 O p CI O C � ��a� W a -+ C7 w co W O o O � A to O O Q � N A tD w CD w Q N d -•+ N fafA Gi 40 404A 40 Can � -a N N " to Q Q K N m a N W w CD — N O w iD Cn b" -co -1 ti cn Cn V -A► N -1 C a o C)a< x 0 a a w 0 O d d O O d O O CD co (1 A �] i �! O C7 O O O C7 U 1,n2=, ((0 CO (D(Dco (D ( w ((DD w rn rn rn �n Co Cn � rn O d n O C� d C7 d co co co Al � 1 Cr) 1 W W W 6 O O W C7 •...+• �• -a A O co tt7 co (1D co O (1D O (D co m co Co -• W O (0 w m m n n -n O m O a -n > > Y n Y w o w r r r Xk N T O O T T Y o EXHIBIT II cry c� c, v C r-R 7 n O m .= CD CDC O Y, (n o O m--% Z) a C w' (A OL r O n r O w Q 0 O 'y C C(D U) 1 C7 (D m `� v o n w 7 y 3 @ O O O O O O n W O A -I A -4 A V A V -Al -4 O r W N V -► V A -1 N V Q V W Qt .0 z C? ur z CD o N W N� 4A fo v 73 Oo W A O do to O O N -4Cott A to A C] C] p p CS (]i co p CD N N tD to ODD O O C7 QCn Ali C 0 .fir CD C? Q Cl C7 A to C7 O _ C) d J V v rn W O O_ rn C) W C7 ro (D v ;u r� N N 0 0 W Cn W Cn O (D 0 C) O w Cn Q W 1 Q -4 00 C7 d O O 4 O O C7 (0 O O p O Q 0 (D (D co (O (D rn rn rn rn �n w n CD 0 O a C7 O (.D w (D to w 1 1 ro 00 [] (� C7 Q C7 C7 O C7 CDw a z r > > > O O O O A A A A cq EXHIBIT 11 TR #8607 MAINTENANCE DIVISION ?ROJECT OWNER AND TITLE CONTRACT AMOUNT EXPIRATION :,ITY OF CORAL GABLES, US#1 MEDIAN MAINTENANCE $ 58,800.00 12/31/98 MR. DAN KEYES TEL. #460-5132 CITY OF CORAL GABLES CORAL GABLES VARIOUS ST $ 210,758.00 09/24/01 MR. DAN KEYES TEL. #460-5132 CITY OF MIAMI BRICKELL AVENUE $ 48,560.00 07/31/02 MR. RAUL GARCIA TEL. #575-5256 CITY OF MIAMI BEACH MCARTHUR CAUSEWAY $ 98,135.00 09/30/98 MR. JOHN OLDENBERG TEL. #673-7720 DOT GRATIGNY EXPRESSWAY $ 346,102.00 07/31/99 MR. TABAKOLI TEL. #654-7163 METRO DADE COUNTY MR. PEDRO HERNANDEZ TEL. #375-2960 ROADWAY ZONE B $ 214,772.00 08/31/98 ROADWAY ZONE C $ 310,016.00 08/31/98 ROADWAY ZONE D $ 312,904.00 08/31/98 i EXHIBIT 11 TR #8607 MIAMI-DADE COUNTY PUBLIC SCHOOLS (VISION OF BUSINESS DEVELOPMENT AND ASSISTANCE - 1450 NORTHEAST SECOND AVE., ROOM 456 - MIAMI, FL. 33132 Roger C. Cuevas Superintendent of Schools Ms. Carol Cortes Deputy Superintendent Management and Accountability Ms. Patricia Freeman Director (305) 995-1494 Fax: 995-1535 April 21, 1999 Mr. Ricardo Recio Recio & Associates, Inc. 8053 N.W. 64th Street Miami, FL 33166 Miami -Dade County School Board Dr. Solomon C. Stinson, Chair Dr. Michael M. Krop, Vice Chair Mr. G. Holmes Braddock Ms. Perla Tabares Hantman Dr. Robert B. Ingram Ms. Betsy H. Kaplan Mrs. Manty Sabates Morse Mr, Demetrio Pdrez, Jr., M. S. Dr. Marta Pdrez RE: MINORITY/WOMEN BUSINESS ENTERPRISES CERTIFICATION Dear Mr. Recio: The Dade County Public Schools, Division of Business Development and Assistance, has approved your firm's application for certification as a bona fide HISPANIC -owned and controlled firm, for a period of two (2) years from the date of approval. Transmitted herewith is your M/WBE Certificate. The firm's certification is subject to continued eligibility, and if, at any time, there is a change in the ownership and control of the company, you are to notify the Division without delay. Any questions you may have, pertaining to the certification process, may be directed to the Division of Business Development and Assistance at (305) 995-1494. Sincerely Patricia A. Freeman, Director Division of Business Development and Assistance PF:DC:Imb Attachment (305) 994-7811. a 4 I Ca Ca 0 CA) Cn to 4 OD N d t7 A to �CO al 00 w CD 0• Qpo 0 (D n y EXHIBIT II TR #8607 • • • Florida Department of Transportation rFal TWIS11 605 Suwannee. Street c:ovF:RNOR Tallahassee, Florida 32399-0450 April 7, 1999 Recio & Associates, Inc. 8053 N.W. 64th St. Miami, FL 33166 RE: CERTIFICATE OF QUALIFICATION Gentlemen: "110,M:\S F. BARRY, JR. SF:C'RFI'ARY The Department of Transportation has qualified you for the amount and the type of work indicated below based upon the assets of Recio & Associates, Inc. and Subsidiary. Unless your company is notified otherwise, this rating will expire March, 31,, ,...2M1,Q00. Please take notice that to ensure continuity in your certification at least thirty (30) days must be allowed for the processing of your next application for qualification. To remain qualified with the Department, a new application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative Code. MAXIMUM CAPACITY RATING: S9,750,000.OQ WORK CLASS RATINGS: 1. Major Bridges: a. Bridges which include Bascule Spans .............................. — b. Bridges which include Curved Steel Girders ....................... c. Bridges with Multi --Level Roadways .................................. d. Bridges of Concrete Segmental Construction ....................... — e. Bridges which include Steel Truss Construction .................... f. Bridges which include Cable Stayed Construction .................. — g. Bridges of conventional construction which are over a water opening of 1000 feet or more ..................................... — 2. Intermediate Bridges (Bridges that contain none of the type of construction listed under Major Bridges and span lengths exceeding 50 feet (center to center of cap) .................................... — 3. Minor Bridges (Bridges with span lengths not exceeding 50 feet (center to center or cap) and total length not exceeding 300 feet. A Minor Bridge shall not contain any types of construction listed under Major Bridges or Intermediate Bridges). — 4. Bascule Bridge Rehabilitation .................. — 5. Grading (Includes clearing and grubbing, excavation, and embankment)... 6. Drainage (Includes all storm drains, pipe culverts, culverts, etc.).... 7. Flexible Paving (Includes limerock and shell base and other optional base courses, soil -cemented based, mixed -in -place bituminous paving, bituminous surface treatments, and stabilizing) ....................... — 8. Portland Cement Concrete Paving ....................................... — 9. Hot Plant -Mixed Bituminous Structural and Surface Courses .............. www.dot.state.fl.us © FIFCYC:LFI) PAPCH EXHIBIT II TR #8607 Recio & Associates, Inc. April 7, 1999 Page Two SPECIALTY CLASSES OF WORK: grassina, So sca a ovaRoadway Please be advised the Department of Transportation has considered your company's qualification in all work classes requested. We have evaluated your company's organization, management, work experience, work performance and adequacy of equipment as directed by section 14-22.003, Florida Administrative Code. Based on this evaluation, the Department is not able, at this time, to prequalify your company for the work class:. Fgncino. You may apply in writing, for a Revised Certificate of Qualification at any time prior to the expiration date of this certificate according to Section 14-- 22.0041(3), Florida Administrative Code. Please be advised if certification in additional classes of work is desired, documentation is needed to show that experience was gained with another contractor and that you have the necessary equipment for each additional class of work requested. Also refer to the note at the bottom of Page 13 of the Application for Qualification when supplying additional information. This is a notice of intended Department action. If you disagree with the Department's decisions regarding your firm's qualification, you may request an administrative proceeding in accordance with the attached Notice of Appeal Rights. Sincerely, Juanita Moore, Manager Contracts Administration JM:paw Attachment cc: Clerk of Agency Proceedings 12/89 (SEE NOTES ON REVERSE SIDE) • LJ L'ul—I'I.I;`7u[ll l rKLJQCHI'IJ-pf r `_» 10•1':� r.oieul N IF. FLORIDA u' LAro� CHo. u C.OVF:MoA �VENEER �r October 2, 1998 Gervaaio Llorente Recio & Associates, Inc. 8053 N.W. 64th Street Miami, FL 33166 EXHIBIT II TR #8607 DEPARTMENT OF TRANSPORTATION 605 nm4a J2199 WJ4 TEE" R. URAY. JA. ►ty:lHw.dar.r�!.. n .. SECRETARY RE. ;DBE AFFHLMATIVE ACTION PLAN.APFROVAL Dear Mr. Llorcnte: The Disadvantaged Business Enterprise Affi ni'ative Action Flan submitted by. Recio & A51 ocia#es, Inc. has been approved for a period of one year. Phase update and submit a new plan before the expiration date shown below. If you do no plan to Work on any Florida Department of Transportation projects, it will not be necessar, , for you to submit anew plaza. 1f you need any additional information, please Wl Ms. Carol Greene at (850) 921-73 i0. Sincerely, Charlotte Thomas Taylor Minority Programs Office CT:cg AFFIRNIA.TIVE ACTION PLAN EXPIRA ION: 09/13/1999 4 i I r1 LJ • C) a U')CD V) 0 a R � 04 Z a0 Cl N p M N M fl a � 0 0 u co as p) .` Gq C 64 � (IS o a o 0 0 � C LO N O Ul) N op r7 O oc Ul N CD d CO O CD @ r N N 0 U F- c x 0 L. m m 2 ..2) 63 64 0 0 O o ci o 4 O Ili L fl- N co O O O 4 O M N C) ti N r C N O N `T (u 0. C C, O E � o z �' p (n cm:E O C:3 c of cf° c �C-) o� G o n o 0 o v 0 C) c U i6 •0 c m F0-O2� W Ir IN I('7I� C4 r1 co w t., O O co 0) N N Q? O N N 41 Q) N N N N Q) 0 O z } } } } } } 0 to 0 to co w 0 O V7 N to V7 } N O z O z } } } � coa N Q m 1E0 M Cao c M UU N . W '7 yiEO-0 c 1E 'C 7OcCo � CC O V Z O .00 O -00 --a (D) -�5 ° c`o ,Fnz¢c)D .• • EXHIBIT II TR #8607 COMPANY NAME: (Please Print): RF—GIO AW t;:' L`SSC (di , I IJG . Phon Fax: L_1�10_ q94 -1179 ---NOTICE--- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General �Q/'•W Requirements. 2. Carefully read the DETAILED SPECIFICATIONS and then properly fill out the BID • FORMS. 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT and have it properly notarized. 4. Sign the CERTIFICATION PAGE. Failure to do so will result in your Bid being deemed non- responsive. 5. Fill out BIDDERS QUALIFICATION STATEMENT, 6. Fill out the REFERENCES PAGE. 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. 8. Fill out the LIST OF SUBCONTRACTORS. 9. Include a 5% BID BOND. (See Bond Information) Failure to provide a bond will result in automatic rejection of your bid. 10. Carefully read the APPLICATION FOR PAYMENT, CHANGE ORDER and FINAL RELEASE OF LIEN and CONTRACT documents. (Do Not Submit with Bid) �U 11. Submit ONE ORIGINAL AND TWO (2) PHOTOCOPIES of your bid and clearly marked with the BID NUMBER AND BID NAME on the outside of the envelope. 12. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. 13. Include proof of insurance. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 15 i EXHIBIT II TR #8607 BID FORM TAMARAC PARK SPORTS FIELDS RENOVATION PROJECT BID NUMBER 99-15B Submitted by: b%occ o ies hsc dp{L1(- 2,3a9 (Bidder) (Date) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88"' Avenue, Tamarac, Florida 33321 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 Time frames 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 after the date of the City's Notice of Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, Work, Sites, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the " TAMARAC PARK SPORTS FIELDS RENOVATION PROJECT Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. Bidder accepts the provision of the agreement as to liquidated damages in the event of failure to complete the work on time. The undersigned agrees to forfeit to the City, as liquidated damages for each calendar day elapsing between the dates established for response and/or performance minimums, and the actual dates beyond which said responses or completion(s) are achieved, the amount of $250.00 per calendar day. ' M 16