HomeMy WebLinkAboutCity of Tamarac Resolution R-95-118Temp Reso. 7069
Rev. 05/16/95
CITY OF TAMARAC
RESOLUTION NO. R-95 lie
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA APPROVING THE TRANSFER OF
$18,650 FROM THE UTILITIES WATER AND SEWER
DEVELOPER IMPACT FEE ACCOUNT NUMBER 432-872-
588-99C TO ACCOUNT NUMBER 432-363-533-6HK
ENTITLED "EXTENSIONS AND MODIFICATIONS"
APPROVING THE AWARD OF BID NO. 95-02 ENTITLED
"WATER MAIN EXTENSION ON MCNAB, NOB HILL ROAD
AND 108TH TERRACE" TO McCAROL PARTNERS, INC. AT
A COST OF $465,670.89, FUNDED UNDER ACCOUNT
NUMBER 432-363-533-6HK ENTITLED "EXTENSIONS AND
MODIFICATIONS"; AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO EXECUTE THE CONTRACT BETWEEN THE
CITY OF TAMARAC AND McCAROL PARTNERS, INC.;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac advertised Bid Number 95-02 for the
construction of a 16" water main extension located on portions of McNab Road, Nab Hill
Road and Northwest 108 Terrace, the location extending along Nob Hill Road from
Westwood Drive to 720 feet south of McNab Road, along McNab Road from Nob Hill Road
to Northwest 108 Terrace and along 108 Terrace to 71 Place, (shown in map form as
"Exhibit 2" ); and
1
1
Temp. Reso. 7069
Rev. 05/16/95
WHEREAS, on February 27, 1995, the following five bids were opened:
1) McCarol Partners, Inc. Bid offer $465,670.89
2) Man -Con, Inc. Bid offer $480,044.50
3) Foster Marine Contractors, Inc. Bid offer $490,227.00
4) Intercounty Engineering, Inc. Bid offer $518,851.00
5) C & A Contracting, Inc. Bid offer $576,531; and
WHEREAS, McCarol Partners, Inc. had the lowest bid proposal at $465,670.89; and
WHEREAS, the City Commission approved funding of this project in the FY95
Budget under Account No. 432-363-533-6HK entitled "Extensions and Modifications,"
which has a balance of $447,027; and
WHEREAS, funds in the amount of $18,650 need to be transferred from Account
No. 432-872-588-99C entitled "Utilities Water and Sewer Developer Impact Fees" to
Account No. 432-363-533-6HK, entitled "Extensions and Modifications," to fully fund the
award of Bid Number 95-02; and
2
Temp. Reso. 7069
Rev. 05/16/95
WHEREAS, it is the recommendation of the Utilities Director that the project be fully
funded and that Bid Number 95-02 be awarded to the lowest responsive and responsible
bidder, McCarol Partners, 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 approve a budget
transfer of $18,650, and to approve the award of Bid Number 95-02 for the construction
of a 16" water main extension to McCarol Partners, Inc. at a cost of $465,670.89.
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.
SECTION 2: That the appropriate City Officials are hereby authorized to
approve a budget transfer of $18,650 from Account No. 432-872-588-99C entitled
"Utilities Water and Sewer Developer Impact Fees" to Account No. 432-363-533-6HK
entitled "Extensions and Modifications" to fully fund this project.
1
Temp. Reso. 7069
Rev. 05/16/95
SECTIOtq 3: That the contract for the construction of the 16" water main
extension on Nob Hill, McNab and Northwest 108th Terrace with McCarol Partners, Inc.
is HEREBY APPROVED and that all appropriate officials are authorized to execute the
contract between the City of Tamarac and McCarol Partners, Inc. attached hereto as
"Exhibit 1 ".
SECT)„QN 4� That the City Manager or his designee be authorized to
close the contract including but not limited to making final payment and releasing bonds
when the work has been successfully completed within the terms and conditions of the
contract and within the bid price.
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.
4
1
1
[J
SECTION 7:
passage and adoption.
1995.
Temp. Reso. 7069
Rev. 05/16/95
This Resolution shall become effective immediately upon its
PASSED, ADOPTED AND APPROVED this-4&day of
ATTEST:
CAROL A. EVANS
CITY CLERK
I HEREBY CERTIFY/that I have
approved this RES LUTION as
MITCHELL S
CITY ATTOR
Utilities - mw
4--Mome &4wx
NORMAN ABRAMOWITZ
MAYOR 0
FIE(7 RD OF COMP
MAYOR
ABRAIy'OWITZ
DIST. 1:
V to KAT_7
DIST. 2:
COMM. MISHKIN
DIST. 3:
COMM. SCHREIBER
DIST. 4:
COMM. MACHFK
G�
VOTE
Ll
•
BID SCHEDULE
CITY OF TAMARAC
WATER MAIN EXTENSION
PROJECT NO. 89 - 04
BID NO. 95 - 02
,/ , q-�' - //J'
REPAIR WORK
QUANTITY
UNITS
UNIT PRICE
AMOUNT
1. 6" D.I.P CL 52 Restrained Joints
70
LF
52.32
3,662.40
2. 8" D.I.P. CL 52 Restrained Joints
20
LF
40.08
801.60
3. 12" D.I.P CL 52 Restrained Joints
5
LF
76.77
383.85
4. 16" D.I.P. Class 52
4,530
LF
38.38
173,861.40
5. 16" Restrained Joint D.I.P. CL 52
1,370
LF
52.36
71,733.20
6. 24" Restrained Joint D.I.P CL 52
40
LF
87.39
3,495.60
7. D.I.P Fittings
7.5
TONS
4,794.67
35,960.03
8. Jack and Bore 30" Steel Casing
175
LF
204.20
35,735.00
9. Trench Safety (Trench Box)
700
LF
1.00
700.00
10. 12" Gate Valve
1
EA
1,071.25
1,071.25
11. 16" Gate Valve
7
EA
3,082.50
21,577.50
12. 16" x 8" Tapping Sleeve and Valve
2
EA
3,856.35
7,712.70
13. 24" Butterfly Valve
1
EA
3,674.28
3,674.28
13A. 24" Gate Valve (Alternative Bid
Item)
1
EA
9,933.58
XXX
14. 16" x 16" Tapping Sleeve and Valve
1
EA
6,336.75
6,336.75
15. Air Release Valve Assembly
4
EA
2,937.50
11,750.00
16. Fire Hydrant Assembly
5
EA
1,726.98
8,634.90
17. Maintenance of Traffic
LS
LS
8,480.00
8,480.00
18. Asphalt Restoration
720
SY
28.07
20,210.40
19. Concrete Restoration
7
CY
361.25
2,528.75
20. Landscape Restoration
LS
LS
12,000.00
12,000.00
21. Video Tape Streets
LS
LS
560.28
560.28
22. Prepare As -Built Drawings
LS
LS
5,800.00
5,800.00
23. Cost of Bonding and Insurance
LS
LS
4,000.00
4,000.00
24. Contingency Allowance
LS
LS
20,000.00
20,000.00
25. Testing Allowance
LS
LS
5,000.00
5,000.00
26. Indemnification, Page SGC-6
LS
LS
1.00
1.00
GRAND TOTAL BID AMOUNT
$465,670.89
C-4
0 CONTRACT
THIS CONTRACT, made and entered into this a24 day of /'t in
the year Nineteen Hundred Ninety Five (1995) by and between McCarol Partners.Inc.
jointly and severally hereinafter called the Contractor, and the City of Tamarac, hereinafter
called the Owner.
WITNESSETH: That whereas, the Owner has awarded to the Contractor the work
of performing certain construction:
NOW, THEREFORE, the Contractor and the Owner, for the consideration
hereinafter named, agree as follows:
ARTICLE 1. Sc9pe of Work: The Contractor shall furnish all of the labor,
materials, tools, equipment, and everything necessary to perform; and shall perform, in
accordance with the Bid Documents and the terms of this Contract the Project known and
identified as Water Main-Exten5ion of E2rtioncNabRoad, o ill Road and N.W.
108th Terrace, Project No.89-04" and shall do everything required by this Agreement, the
Proposal, the General Terms and Conditions, the Supplemental General Conditions and
Specifications.
ARTICLE 2. Time of Completion: Construction work must begin within ten
(10) days from the date of receipt of official notice to proceed and shall be carried on at a
rate to insure its full completion within one hundred sixty (160) calendar days. The rate of
progress and the time of completion being essential conditions of this Agreement.
0 C-1
If - 9'S -SIP'
Deduction for Not Qomptalin= Time: If the Contract work is not fully completed,
according to the terms of the Contract within the time limits herein stipulated, the
Contractor shall pay the Owner, not as a penalty, but as liquidated damages, the sum of
two hundred dollars ($200.00) per day for each and every calendar day elapsing between
expiration of such time limit and the date of full completion, unless the time limits herein
stated are subject to extension without payment of damages, as provided in the General
Terms and Conditions.
Where any deductions from or forfeitures of payment in connection with the work
of this Contract are duly and properly imposed against the Contractor, in accordance with
the terms of this Contract, Federal Laws, State Laws, or governing ordinances or
regulations, the total amount thereof may be withheld from any monies due or to become
due the Contractor under the Contract and when deducted, shall be deemed and taken as
payment in such amount.
ARTICLE 3. General: The Contractor hereby certifies that he has read each
and every clause of the Contract and Bid Documents and that he has made such
examination of the location of the proposed work as is necessary to understand fully the
nature of the obligation herein made; and will complete the same in the time limits specified
herein, in accordance with the Contract and Bid Documents.
All work under this Contract shall be done to the satisfaction of the Utilities
Director, who shall, in all cases, determine the amount, quality, fitness and acceptability
of the several kinds of work and materials which may arise as to the fulfillment of the
C-2
R-75-11F
r�
Contract on the part of the Contractor; and his decision thereon shall be final and
conclusive; and such determination and decision, in case any questions shall arise,
shall be a condition precedent to the right of the Contractor to receive any money
hereunder.
Execution of this Contract shall include the Contractor depositing with the Owner
a Performance Bond providing for the satisfactory completion of the work and a
Payment Bond providing for payment of all persons performing labor in connection with
this Contract. Each of these bonds shall be one hundred percent (100%) of the
Contract amount. A Maintenance Bond in the amount of twenty-five percent (25%) of
the Contract price shall be required upon completion of construction guaranteeing the
repair of all damages due to improper materials or workmanship.
Any clause or section of this Contract or Specification which for any reason, be
declared invalid, may be eliminated therefrom; and the intent of this Contract and the
remaining portion thereof will remain in full force and effect as completely as though
such invalid clause or section has not been incorporated therein.
ARTICLE 4. Contract Price: The Owner shall pay the Contractor as just
compensation for the performance of this agreement, subject to any additions or
deductions as provided in the Contract and Bid Documents, the following prices:
C-3
•
•
BID SCHEDULE
CITY OF TAMARAC
WATER MAIN EXTENSION
PROJECT NO. 89 - 04
BID NO. 95 - 02
REPAIR WORK
QUANTITY
UNITS
UNIT PRICE
AMOUNT
1. 6" D.I.P CL 52 Restrained Joints
70
LF
52.32
3,662.40
2. 8" D.I.P. CL 52 Restrained Joints
20
LF
40.08
801.60
3. 12" D.I.P CL 52 Restrained Joints
5
LF
76.77
383.85
4. 16" D.I.P. Class 52
4,530
LF
38.38
173,861.40
5. 16" Restrained Joint D.I.P. CL 52
1,370
LF
52.36
71,733.20
6. 24" Restrained Joint D.I.P CL 52
40
LF
87.39
3,495.60
7. D.I.P Fittings
7.5
TONS
4,794.67
35,960.03
8. Jack and Bore 30" Steel Casing
175
LF
204.20
35,735.00
9. Trench Safety (Trench Box)
700
LF
1.00
700.00
10. 12" Gate Valve
1
EA
1,071.25
1,071.25
11. 16" Gate Valve
7
EA
3,082.50
21,577.50
12. 16" x 8" Tapping Sleeve and Valve
2
EA
3,856.35
7,712.70
13. 24" Butterfly Valve
1
EA
3,674.28
3,674.28
13A. 24" Gate Valve (Alternative Bid
Item)
1
EA
9,933.58
XXX
14. 16" x 16" Tapping Sleeve and Valve
1
EA
6,336.75
6,336.75
15. Air Release Valve Assembly
4
EA
2,937.50
11,750.00
16. Fire Hydrant Assembly
5
EA
1,726.98
8,634,90
17. Maintenance of Traffic
LS
LS
8,480.00
8,480.00
18. Asphalt Restoration
720
SY
28.07
20,210.40
19. Concrete Restoration
7
CY
361.25
2,528.75
20. Landscape Restoration
LS
LS
12,000.00
12,000.00
21. Video Tape Streets
LS
LS
560.28
560.28
22. Prepare As -Built Drawings
LS
LS
5,800.00
5,800.00
23. Cost of Bonding and Insurance
LS
LS
4,000.00
4,000.00
24. Contingency Allowance
LS
LS
20,000.00
20,000.00
25. Testing Allowance
LS
LS
5,000.00
5,000.00
26. Indemnification, Page SGC-6
LS
LS
1.00
1.00
GRAND TOTAL BID AMOUNT
$465,670.89
C-4
/?- 95 -/!,q
C�
C�
0
N-dce To Contractor
Contractor agrees that any unit price listed is to be multiplied by the approximate quantity
requirements in order to arrive at the total.
In the event of latent multiplication or addition errors, the Contractor recognizes that these are
clerical errors and may be corrected by the Owner.
For each payment item, Contractor agrees to furnish all labor, materials, tools and equipment
necessary to properly perform the work described herein and on the Project Drawings.
GRAND TOTAL BID FOR ALL WORK
$ 465 670. 9
(Figures)
Four Hundred Sixty Five Thousand Six Hundred Seventy_an Eighty Nine Ceniis_
GRAND TOTAL BID (Written)
THE ENTIRE ORK SHALL BE--aQMPLEIED WITHIN-J60!QALENDAR DAYS FR M THE
TE OFIDTICEOCE "
C-5
0 ARTICLE 5. Progress Payments: On, not later than, the tenth day of every month,
except as provided for in the Supplemental General Conditions, the Contractor shall prepare
and submit on a form approved by the Utilities Director, a detailed estimate and invoice to the
Utilities Director covering the percentage of the total amount of the Contract which has been
completed from the start of the job up to and including the last day of the preceding month,
together with such supporting evidence as may be required by the Owner and/or Utilities
Director.
Material invoices shall be submitted with each Progress Payment Request when
payment for materials furnished but not installed is requested. Payment for materials furnished
but not installed will only be made subject to applicable retainage and when said materials are
stored on site in satisfactory condition or when said materials are stored in a bonded
warehouse.
A Progress Payment Affidavit shall be submitted by the Contractor to the Director with
every monthly progress payment request indicating that all lienors under the Contractor's direct
contract have been paid in full.
On or about the twentieth day after receipt of invoice, the Owner will pay to the
Contractor the value based on the Contractor's estimate and invoice as approved by the
Director, less the percentage retained in accordance with the Supplemental General Conditions,
less the aggregate of previous payment.
ARTICLE 6. Acceptance and Final Payment: When the work provided for under this Contract
has been fully completed, in accordance with the terms thereof, a final invoice showing the
isamount of such work shall be prepared by the Contractor and filed with the Owner.
C-6
,P,gsv/V
0 The final invoice shall be accompanied by the required maintenance bond and by a
certificate of acceptance issued by the Owner, and stating that the work has been fully
r�
u
completed to his satisfaction, in substantial compliance with the contract.
From the final payment shall be retained all monies expended by the Owner, according
to the terms of the Contract and thereunder chargeable to the Contractor, all monies payable to
the Owner as liquidated damages, and all deductions provided by the Contract, Federal and
State Laws, or governing regulations.
Within thirty (30) days after receipt of the Engineer's final acceptance by the Owner, the
Owner will make a bona fide effort to pay the Contractor in the full amount of the Engineer's
final estimate. Payment of the invoice and acceptance of such payment by the Contractor shall
release the Owner from all claims of liability to the Contractor in connection with this Contract.
The Contractor shall upon acceptance of such payment execute and deliver to the Owner the
Final Release of Lien in a form identical to page FRL-1 through FRL-4 of the Bid Documents.
C-7
�,9s-Ilk
ARTICLE 7. TheQontract Documents: The General Terms and Conditions, Supplemental
General Conditions, Bid Documents, Bonds, Technical Specifications, Drawings and all
Addenda together with this Agreement form the Contract.
IN WITNESSETH WHEREOF, the Parties hereto have executed this Agreement, the day and
year first above written.
OWNER: Cl OF TAMARAC, FLORIDA
By:
Norman Abramowitz
741Z�r
Mayor, City of Tamarac
By: —t SS 0,
Robert S. Noe
City Manager
ATTEST:
Carol A. Evans,
City Clerk
r
kPRJOED AS TO F RM
Mitchell S. Kraft,
City Attorney
CONTRACTOR: - air QSI-O�
President
(CORPORATE SEAL)
ATTEST:
ADDRESS FOR GIVING NOTICES
License No.: C U- C O it 3 d e 3..
CITY OF TAMARAC, FLORIDA
WATER MAIN EXTENSION ON NOB HILLROAD. McNAB ROAD A 1 8th TERRACE
BID NO. 95 - 02
CITY PROJECT NO. 89 - 04
UTILITIES DEPARTMENT
C-8
VOID IF NOT USED BY: INTERCARGO INSURANCE COMPANY
145East Ar ican Lane • 2Floor
APRIL 30 i 9 Schaumburgg,, Illinois 60173-53-5458
No Power or Altorney on this Form srpi 708-517-2990
b• valid e, to bongs, undertakings,
rebbgnlxancee or other wrtnen dbligauors BOND N
In the nature thereot emoulep on or after 1011170
uld espirstlan date.
I
PRINCIPAL
McCarol Partners, Inc.
OBLIGEE "
City of Tamarac, Florida
DESCRIPTION 6 LOCATION OF OBLIGATION
Water Main EXtension of portions of MCllab Road Nob HI11 Road and N.W.
108th Terrace
PENAL SUM -7�
PENAL SUM PRINCIPAL TAX ID. PROJECT A
$465,670.89 89-04
LIMITED POWER OF ATTORNEY
To be used only in conjunction with the bond specified herein.
This Power of Attorney may not be used in conjunction wick any other Sower of Attorney. This Power Of Attorney is void it altered or erased.
This Power of Attorney bears the stamped and numbered seal of INTERCARGO INSURANCE COMPANY and is printed on wh4o paper with
black and red ink on a rainbow colored background. Only ongirals or th!s Power Of Andrnev are valid. No representationiiipr warranties regarding
this Power of Attorney may be made by any person other titan an authorized ottca• of INTERCARGO INSURANCE COMPANY, and must .
be in writing. oueations or inquiries regarding this Power of Attorney must be addressed to INTERCARGO INSURANCE COMPANY, Attention:
Contract Bond Underwriting Department. This Power of Attorney shall be governed by the taws of the State of Illinois.
r�
•
KNOW ALL MEN BY THESE PRESENTS: That INTERCARGO INSURANCE COMPANY, a corporation
organized and existing by virtue of the laws of the State of Illinois does hereby nominate, constitum and appoint;
RICHARD A_ YOM AS AN EMLOYRR OF YoUN(i AaMNCY, INC_
its true and lawful Attorney -in -fact to make, execute, anent, seal and deliver for and on its behalf, as surety, and
as its act and deed, where required, any and all bonds, undertakings, recugnicances and written obligations in the
nature thereof, as follows:
BID BOND PMIAI.T"x' NOT TO RXC3ZD $300,000.00 AS A PERCEMIX OF AMUNr BID
PSIRFIDIVAN(Z, PATMT A MUNTEIIIANCS BOHM UP TO $1,400,000.00
LIC=SB A P$B!!IT AND MISC LLANSWS BOND, UP TO ;500,000.00
Ot]URT BONDS UP TO $500, 000.00
Such bonds and undertakings, when duly executed by the atoresaid Attorney -in -fact shall be binding upon the
said Company as fully and to the same extent as if such bonds and undertakings were signed by the President
and Secretary of the Company and sealed with its corporate seal. This appointment is made under and by authority
of the By -Laws of the Company, which are now to full force and effect.
STATE OF ILLINOIS
COUNTY OF COOK ss.
I, Kenneth J. Kranig, Secretary of the INTERCARGO INSURANCE COMPANY a corporation of the State of
Illinois. do hereby certify that the above and foregoing is a full. true and correct copy of Power of Attorney issued
by said Company, and that I have compared same with the original and that it is a correct transcript therefrom
and of the whole of the original and that the said Power of Attorney is still in full force and effect and has
not been revoked.
IN WITNESS WHEREOF. I have hereunto set my hand and affixed the seal of said Company, at
Pembroke Pines, Florida
this 9th day of MaX 19 95
C01FfM N"
SEAL #113
STAMPED AND NUMBER SEALED
MAST BE AFFIXED
SECRETARY
BJ 9s _o�
e 9'S -//S
Bond # 1011170
•
is
�J
1=11:401:4l :• o
KNOW ALL MEN BY THESE PRESENTS: That McCarol Partners. Inc.
as Principal, hereinafter called Contractor, and
Intereargo Insurance Company
as Surety, hereinafter called Surety, are held and firmly bound unto the CITY OF
TAMARAC, FLORIDA as Obligee, hereinafter called Owner, in the amount of E4ldJ=
Hundred9& Five Thousand Six Hundred Seventy and Eighty Nine Hundredths, Dollars
(JA .670.89) for the payment whereof Contractor and Surety bind themselves, their heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these
presents.
WHEREAS, Contractor has by written agreement dated /T, 19�!S
entered into a contract with Owner for construction of the Water Main Extension of Portions
accordance with drawings and specifications prepared by the Owner and by Williams,
Hatfield & Stoner, Inc. Engineers, which contract is by reference made a part hereof, and
is hereinafter referred to as the Contract.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if
Contractor shall promptly and faithfully perform said Contract, then this obligation shall be
null and void; otherwise it shall remain in full force and effect.
The Surety hereby waives notices of any alteration or extension of time made by the
Owner.
;L*1431
!F 9,S-11Z
Whenever Contractor shall be, and declared by owner to be in default under the
Contract, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly;
1. Complete the Contract in accordance with its terms and conditions, or
2. Obtain a bid or bids for completing the Contract in accordance with its terms
and conditions, and upon determination by Surety of the lowest responsible Bidder, or, if
the Owner selects, upon determination by the Owner and the Surety jointly of the lowest
responsible Bidder, arrange for a contract between such Bidder and Owner, and make
available as work progresses (even though there should be a default or a succession of
defaults under the contract or contracts of completion arranged under this paragraph)
sufficient funds to pay the cost of completion less the balance of the contract price; but not
isexceeding, including other costs and damages for which the Surety may be liable
hereunder, the amount set forth in the first paragraph hereof. The term "balance of the
contract price", as used in this paragraph, shall mean the total amount payable by owner
to Contractor under the Contract and any amendments thereto, less the amount properly
paid by owner to Contractor.
Any suit under this bond must be instituted before the expiration of two (2) years
from the date on which final payment under the Contract falls due.
PRB-2
le T57 //�
0 No right of action shall accrue on this band to or for the use of any person or
corporation other than the Owner named herein or the heirs, executors administrators or
successors of the Owner.
Signed and Sealed this 9th day of May , 19 95
McCarol Partners Inc.
(Wit ss) (Principal) (Seal)
(#tness)
10 PRB-3
Carol Bellm*-Fitle) President
Intercargo Insurance Company
(Seal) Vim:
f,
(Title)
Richard A. Young Attcsr'�—iri-is"ct'
13
6 t 9's a z.
-eg5,119
is
WOUMIN90-Telms
Bond # 1011170
KNOW ALL MEN BY THESE PRESENTS: That we, McQarol Partnera.
as Principal and
Intercargo Insurance Company
as Surety, are bound to the CITY OF TAMARAC, FLORIDA herein called Obligee, in the
sum of Four_ Hundred Sixty Five Thousand Six Hundred ,Seven .,,._and Eighty ---Nine
Ftundredths, Dollars ($465.670.89) for the payment of which we bind ourselves, our
personal representatives, successors and assigns, jointly and severally.
WHEREAS, principal has entered into a contract with the CITY OF TAMARAC,
FLORIDA, dated 24Q 21 , 19._1 , for Water Main Extension of Portions
Road. N-Hill Egad and N.W. 10ft- -Terracg Project,Project 89-04 which contract is
by reference made a part hereof, and is hereinafter referred to as the Contract.
THE CONDITION of this bond is that if Principal:
1. Performs the Contract with the City of Tamarac, Florida dated ,
195 for Construction of Project # 89--04
manner prescribed in the Contract, and
in the time and
Z. Promptly makes payments to all persons who are defined in Section 713.01,
F.S., whose claims derive directly or indirectly from the prosecution of the work provided
for in the Contract, then this bond shall be null and void and of no further force and effect;
otherwise to remain in full force and effect.
PYB-1
0 This bond is furnished pursuant to the statutory requirements for bond on public
works projects being Florida Statute 255.05. Claimants are hereby notified that the Statute
255.05(2) specifically requires that notice be given to contractor within 45 days after
beginning to furnish labor, materials or supplies for the prosecution of the work that
claimant intends to look to the bond for protection. Further notice is hereby given to
claimants that written notice of non-payment within ninety (90) days after performance of
the labor or after complete delivery of the materials or supplies must be delivered to the
Contractor and to the Surety. Further notice is hereby given that no action for labor,
materials or supplies may be instituted against the Contractor or the Surety on the bond
after one year from the performance of the labor or completion of delivery of the materials
or supplies.
Without modifying the foregoing, this bond shall be construed as requiring of the
principal and surety no more and no less than is specified in F.S. 255.05.
SIGNED AND SEALED ON May 9 19 95
McCarol Partners, Inc.
Principal
By: •�
(Seal) Carol Bellmore , President
Interngrgo Insurance CoMpanv
Surety
AFFIX.SEAL,
Richard A. Young Attor -In-Fa
4 ��4
'tlitttuu;„
SEAL '"'113 PYB-2
• FINAL RELEASE OF LIEN BY CONTRACTOR
STATE OF FLORIDA:
COUNTY OF BROWARD.
The undersigned contractor, under a certain contract with the City of Tamarac,
dated 7�a_a4 _ , 199.5, in connection with the following public work:
• CONTRACT NO.
does hereby acknowledge receipt of the full contract price$ ,
as modified by change order, addenda, etc., and hereby releases and discharges all liens,
lien rights, claims or demands of any kind whatsoever which the undersigned contractor
now has or might have against the City of Tamarac arising out of said contract or in
connection with the aforesaid public improvement.
That all claims, liens or other entitlements for labor, services, materials or supplies
furnished, in connection with the aforesaid improvement have been fully paid. That an
affidavit on behalf of the contractor, signed by
has been furnished to the City of Tamarac, as well as final releases of lien executed by all
materialmen and sub -contractors regardless of their tier.
FRL-1
R q's -lie
I*
IN WITNESS WHEREOF, the contractor has caused this release to be executed in its
name and under its seal by its proper officers, this the day of
199 . '
Signed, Sealed and Delivered
in the Presence of:
(Corporate Secretary)
AO -
(SEAL)
(Contractor)
(President)
The foregoing instrument was acknowledged before me this
day of , 199, by
(officer or agent and title)
of a corporation,
(name of corporation) (State or place of corporation)
on behalf of the corporation. He/She is (personally known to be or has projected
identification) and (did/did not) take an oath.
(type of identification)
My Commission Expires:
(SEAL)
Notary Public, State of Florida
(Type or print name of Notary)
Commission No.
10
(Title or Rank/Serial No., if any)
FRL-2
11
U]
0
sTATP o ,
COUNTY
xJUEMA :
The undersigned
oath as follows: firs being duly sworn, depasEs. and says on
x• That
Contract �i -
`h the city of is a contractor
199� in connection with Tamarac F n a cep
the f, , lorida, dated rain
lowing Public Work--.----jr
2. That A ffiant is .
°f the abov (president e-named Contractor. sole Propriata r
3. � r o- par�ner)
That the work ork contracted to specification and completed in accordance be Performed has
s, addenda work , Chan with the been
haysng been comps 4e orders and contract documentsPlans and
_eted an, such
4.
materials oradi all Persons who f,�,-n
in the contract work in connects ,shed lobar, supplies or
actors L. have been aid n n f such improvement set out
con 4r L P in full ma4erialmen and laborers. includin
q' all sub-
s This Affidavit is made for the Purpose paY�1Ent by the contr .
Contractor from the city � e of obtainin r;
6. y of Tamarac. g final..
Contr L That the Affiant '
ac�.or and t has the autho=it •
o execute this Affidavit o y `o represent the
n behalf of Contractor.
ETHER, AF��TT SAYETH NAUGHT.
FRL-3
The.oregoing instrument was acknowledged before me this
, 19 9—,' by
-of
corporation, on behalf of the corporation. He she is
know to me or produced identification / (Personally
and (did/did not) take an oath.
Notary Public,
(S E A L) State of Florida
Commission No.
My Co,l rn_ission Expires:
The Foregoing i nstr'i;:ent was acknowledged before me this
day cf 199 by -
_._., of -
(officar or agent and title)
on, (name oa
f corporation) (State or place of corporation)corporati
on be of the corporation. 'rie/She is (personally known to me o
has produced identification) r
not) take an oath. and (did/did
(type of identification)
x
Notary Public, state of Florida
My Commission Expires:
(S y A L) (Type of print name of Notary)
name
No.
(Title or Rank/Serial No., if any)
`0 FRL-4
E
REQUEST FOR BID PROPOSAL - Water Main Extension of Portions of
McNab Road, Nob Hill Road and N.W. 108th Terrace
SUBMITTED BY:
Company Name: M e C, ,'��'� `. P 1� `� ►
Address: l l Ld l0 1\1- 3-� ilI s
City: 'a� aKL k CS State: zip:
z33 Z
Telephone: c) 5 7 y Z X 7 7 1 Fax • (30 5 ) -7 V (,-- L- -7 C "7
Completion: 1CO C) calendar days after
receipt of Notice to Proceed
BONDING: A cash bid guaranty or approved bid bond of five
percent (5%) of RFP quote is required and shall be submitted with
your Proposal. Additional bonding may be required in the Special
Terms and Conditions of this invitation. The Bonding must be
executed by a surety company authorized to do business in the
State of Florida or secured in a manner satisfactory to the City
of Tamarac.
NOT
E: To be considered eligible for award, one (1) ORIGINAL COPY
OF THIS BID PROPOSAL FORM must be submitted with the Bidder's
Proposal.
NO BID INDICATION (IF "NO BID" IF OFFERED):
Please indicate reason(s) why a Proposal is not being submitted
at this time. Return this Form to avoid removal of Bidder from
the City of Tamaracs' vendor listing.
P--1
2111O208AL CERTIFICATION
The undersigned hereby confirms that:
I. He/she is a duly authorized agent of the Company
submitting the proposal;
2. He/she has read the General Terms and Conditions, the
Special Conditions and any Technical Specifications which
were made available to the Proposer in conjunction with the
RFP and fully understands and accepts these terms unless
specific variations have been expressly listed on the
Proposal Form;
3. The Proposer will accept any awards made to it as a
result of the Invitation for a minimum of sixty (6o)
calendar days following the date and time of the bid
opening.
4. He/She has completed the Proposal, the Sworn Statement
on Public Entity Crimes and the Trench Safety Act, each in
its entirety.
7
/r
BY: /{l '".�� DATE: Z -7
MANUAL SIGNATURE OF AGENT
NN, ° C-1 I:Z�_ C. Coy r
TYPED/PRINTED NAME OF AGENT
SEC..
TITLE OF AGENT
NOTE: Proposals without the manual signature of an authorized
agent of the Proposer shall be deemed non -responsive and
ineligible for award.
Company Name: k L- C- Ay n L L. P k Z i kL Et2 S i ki L
ariations:
The Proposer shall identify all variations and exceptions
taken to the General Terms and Conditions, the Special
Conditions and any Technical Specifications in the space
provided below; provided, however, that such variations are
not expressly prohibited in the RFP documents. For each
variation listed, reference the applicable section of the
RFP document. If no variations are listed here, it is
understood that the Proposal fully complies with all terms
and conditions. It is further understood that such
variations may be cause for determining that the Proposal is
non -responsive and ineligible for award:
Section variance
section Variance
Section
Variance
Section variance
Attach additional sheets if necessary.
0
P-2-1
SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted with Bid, Proposal or
Contract No. q 5 - oZ to the City of Tamarac for
2. This sworn statement is submitted by t 4C.
and
(name of entity submitting sworn statement)
( if applicable)
its Federal E -P Syer Identification Number
(FEIN) is
(If the entity has no FEIN, include the Social Security
Number of the individual signing this sworn statement:
3. My name is C ► .1-k O V�&O Z C and
10 (please print name of individual signing)
my relationship to the entity named above is e` C—_S
4. I understand that a "public entity crime" as defined in
Paragraph 287.133(1)(9), Florida Statutes, means a violation
of any state or federal law by a person with respect to and
directly related to the transaction of business with any
public entity or with an agency or political subdivision of
any other state or with the United States, including, but
not limited to, any bid or contract for goods or services,
any lease for real property, or any contract for the
construction or repair of public building or public work,
involving antitrust, fraud, theft, bribery, collusion,
racketeering, conspiracy, or material misrepresentation.
5. I understand that "convicted" or "conviction" as defined in
Paragraph 287.133(1)(b), Florida Statutes, means a finding
of guilt or a conviction of a public entity crime, with or
without an.adjudication of guilt, in any federal or state
trial court of record relating to charges brought by
indictment or information after July 1, 1989, as a result of
a jury verdict, non -jury trial, or entity of a plea of guilt
or nolo contendere.
P-3
6. I understand that an "affiliate" as defined in Paragraph
287. 133 (1) (a) , Florj-da_ Statutes, means:
1. A predecessor or successor of a person convicted of a
public entity crime: or
2. An entity under the control of any natural person who
is active in the management of the entity and who has
been convicted of a public entity crime. The term
"affiliate" includes those officers, directors,
executives, partners, shareholders, employees, members,
and agents who are active in the management of an
affiliate. The owner by one person of shares
constituting a controlling interest in another person,
or a pooling of equipment or income among persons when
not for fair market value under an arm's length
agreement, shall be a prima facie case that one person
controls another person. A person who has been
convicted of a public entity crime in Florida during
the preceding 36 months shall be considered an
affiliate.
7. I understand that a "person" as defined in Paragraph
287.133(1)(e), Florida_ statutes, means any natural person or
entity organized under the laws of any state or of the
United States with the legal power to enter into a binding
contract and which bids or applies to bid on contracts led
by a public entity or which otherwise transacts or applies
to transact business with a public entity. The term
"Person" includes those officers, directors, executives,
partners, shareholders, employees, members and agents who
are active in management of an entity.
8. Based on information and belief, the statement which I have
marked below is true in relation to the entity submitting
this sworn statement. (Please indicate which statement
app
lies.)
the entitysubmitting this sworn statement, nor
any of its officers, directors, executives, partners,
shareholders, employees, members, or agents who are active
in the management of the entity, nor any affiliate of the
entity were charged with and convicted of a public entity
crime after July 1, 1989.
The entity submitting this sworn statement, or one or
more of the officers, directors, executives, partners,
shareholders, employees, members, or agents who are active
in the management of the entity, or an affiliate of the
entity was charged with and convicted of a public entity
crime after July 1, 1989.
P-4
L..
The entity submitting this sworn statement, or one or
more of the officers, directors, executives, partners,
shareholders, employees, members, or agents who are active
in the management of the entity, or an affiliate of the
entity was charged with and convicted of a public entity
crime after July 1, 1989. However, there has been a
subsequent proceeding before a Hearing Officer of the State
of Florida, Division of Administrative Hearings and the
Final Order entered by the Hearing Officer determined that
it was not in the public interest to place the entity
submitting this sworn statement on the convicted vendor
list. (Attach a copy of the final order).
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE)
ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS
VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS
FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC
ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES
FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN
THIS FORM
(Signature)
g )
r, F
Date:
STATE OF mil) (�-t*-��=-Z✓�� b1c-r
yCOUNTY OF
PERSOIJALLY APPEARED BEFORE ME, the undersigned authority,
t> t Z- who, after first being sworn by me,
(name of individual signing)
affixed b-is/her signature in the s ace provided above this
day of
My Commission Expires:
NOTAR PUBLIC
JUDM4 A. JANES
14y Comm Exp. 61OV99
Bagdad By &W"oe Ins
No, CC372905
P-5 (1Rw ors liftwLIL
�� Jt a 6,455-6-101-y4-Gj4-L%
BLVD.
MCNAB R❑AD
J & J PLAT TAMARAC
MARKET
PLACE
L❑CATI❑N MAP
MCNAB 16' WATER MAIN
SECTION 6, TOWNSHIP 49S, RANGE 41 E
++ CITY ❑F- TAMARAC
UTILITIES / ENGINEERING DIVISION
DATE: 4/8/94
FILE:108MAP
SCALE: N. T, S.
DWG. NO.: L-1
DWN: JDC
SHEET 1_ ❑F 1-