Loading...
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-