Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-95-178Temp Reso. 7155 CITY OF TAMARAC RESOLUTION NO. R-95 ___L 9 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE AWARD OF BID NO, 95-10 ENTITLED "LIFT STATION 2A1 FORCE MAIN" TO MAN -CON, INC. AT A COST OF $129,571.00 FUNDED UNDER ACCOUNT NUMBER 432-888-535-67F ENTITLED "PUMP STATION 2A1 FORCE MAIN REPLACEMENT"; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE THE CONTRACT BETWEEN THE CITY OF TAMARAC AND MAN -CON, INC.; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Utilities Department has identified that Pump Station 2A1 is causing a surcharge on Pump Station 2A Basin during heavy rainfall and recommends that the force main be rerouted; and WHEREAS, design, permitting, bidding and construction documents for a new force main have been prepared to correct this problem; and WHEREAS, the City of Tamarac advertised Bid Number 95-10 for the construction of Lift Station 2A1 Force Main (Utilities Project No. 94-10) located on 76th Street between 70th Avenue and University Drive (shown in map form as "Exhibit 2"); and 1 1 Temp Reso. 7155 WHEREAS, on August 3, 1995, the following three bids were opened: 1) Man -Con, Inc. Bid offer $129,571.00 2) Foster Marine Contractors Bid offer $185,783.00 3) Telecon, Inc. Bid offer $208,262.00 WHEREAS, Man -Con, Inc. had the lowest bid proposal at $129,571.00; and WHEREAS, funds approved in the FY95 Budget are available from Account No. 432-888-535-67F, entitled "Pump Station 2A1 Force Main Replacement" to fully fund the award of Bid Number 95-10; and WHEREAS, it is the recommendation of the Utilities Director that the project be fully funded and that Bid Number 95-10 be awarded to the lowest responsive and responsible bidder, Man -Con, 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 the award of Bid No. 95-10 for the construction of Lift Station 2A1 Force Main (Utilities Project No. 94- 10) to Man -Con, Inc. at a cost of $129,571.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 2 F1 Ll 1 Temp Reso. 7155 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. 5_FCTION 2: That the contract for the construction of the Lift Station 2A1 Force Main (Utilities Project No. 94-10) located on 76th Street between 70th Avenue and University Drive by Man -Con, Inc. is HEREBY APPROVED and that all appropriate officials are authorized to execute the contract between the City of Tamarac and Man -Con, Inc. (attached hereto as "Exhibit 1 ") 5EQTION I That the City Manager or his designee be authorized to make changes, issue change orders not to exceed $10,000 per Section 6-156 (b) of the City Code, and close the bid award including but not limited to making final payment and releasing bonds when the work has been successfully completed within the terms and conditions of the contract and within the bid price. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: 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. 3 Temp Reso. 7155 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this Lday of , 1995. NORMAN ABRAMOWITZ MAYOR ATTEST: 4 ,L CAROL A. EVANS) CMG CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION s to f MITCHELL S. K AFT CITY ATTORNEY Utilities - mw RECORD OF COMMN MAYOR ABRAMOWITZ DIST. V V / M KAiZ DIST. 2: COMM. MISHKIN DIST. 3: COMM- SC HREIBER DIST. 4: COMM. MACHEK 4 MOTE rI L QQNTRAQT THIS CONTRACT, made and entered into this J day of 6d'-, in the year Nineteen Hundred Ninety Five (1995) by and between Man -Con, Incor op rated jointly and severally hereinafter cAled 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. Scope 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 "Lift .Station 2A-1 Force Main, Project No. 94-10" and shall do everything required by this Agreement, the Proposal, the General Terms and Conditions, the Supplemental General Conditions and Specifications. ARTICLE 2. Time ofL4m lep tion: 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 twenty (120) calendar days. The rate of progress and the time of completion being essential conditions of this Agreement. 0 94-10 Man -Con C - 1 950817 Deduction for Not Completing, on -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 fifty dollars ($250.00) 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. n r : 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 94-10 Man -Con C - 2 950817 11 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: 0 94-10 Man -Con C'.- 3 950817 le - 9 s--. t -� V 1.1 BID SCHEDULE CITY OF TAMARAC, FLORIDA LIFT STATION 2A-1 FORCE MAIN BID NO. 95 -10 PROJECT NO. 94 -10 UTILITIES DEPARTMENT No. I Description Quantity I Units Unit Price I Extension 1 8-in DIP Force Main 2,630 LF 44.00 $115,720.00 2 Additional Fittings 1,000 Lb 2.00 2,000.00 3 Tapping Valve 1 EA 2,772.00 2,772.00 4 Air Release Valves 3 EA 1,005.00 3,015.00 5 Pig Entry Lump Sum -- N/A 3,000.00 6 LS 2A-1 Connection Lump Sum -- N/A 884.00 7 Plug Valves 1 EA 1,179.00 1,179.00 8 Permitting Allowance Lump Sum -- N/A 1,000.00 9 Indemnification Lump Sum -- N/A 1.00 GRAND TOTAL 129,571.00 Notice rac or 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 $ 12 71. ( igures) One Hundred Twenty Nine Thousand Five Hundred Seventy One Dollars and NoCgn#a- GRAND TOTAL BID (Written) THE ENTIRE WORK SHALL BE COMPLETED WITHIN 120 CALENDAR DAYS FROM THE DATE OF "NOTICE TO PROCEED." 94-10 Man -Con C - 4 950817 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. 0 94-10 Mari -con C - 5 950817 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 amount of such work shall be prepared by the Contractor and filed with the Owner. 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 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. ARTICLE 7. The Contract 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. 10 94-10 Man -Con C - 6 950817 IN WITNESSETH WHEREOF, the Parties hereto have executed this Agreement, the day and year first above written. OWNER: CITY OF TAMARAC, FLORIDA By: 9t pan Norman Abramowitz Mayor, City of Tamarac By 5.n,,,. Robert S. Noei Tr, City Manager ATTEST: 'Z� t , /1&�: x Carol A. Evans, r AC City Clerk APPROVED AS TO FO MKchell S. Ki City Attorney CONTRACTOR: MAN -CON, INQ_ORPdRATED By: / �, M Guy . ancini Presi ent (CORPORATE SEAL) ATTEST: L ae f(e f 5- Ma leini 5eele kart' ADDRESS FOR GIVING NOTICES: 3460 SW 11 Street Deerfield Beach, Florida 33442 License No CITY OF TAMARAC, FLORIDA LIF_ T STATION 2A-1 FORCE MAIN BID NO. 95 - 10 PROJECT NO. 94 - 10 UTILITIES DEPARTMENT 151473 coG - 5�-$�0 of94-10 Man -Con C - 7 950817 Bond No. 30554714 KNOW ALL MEN BY THESE PRESENTS: That Man -Con Incorporated as Principal, hereinafter called Contractor, and Fidelity and Deposit Company of Maryland as Surety, hereinafter called Surety, are held and firmly bound unto the CITY OF TAMARAC, FLORID as Obligee, hereinafter called Owner, in the amount of One Hundred. Twenty Nine Thousand Five Hundred Seventy One and 00/00---------- Dollars ($129,571,00 ) 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 2L 19 entered into a contract with Owner for construction of City of Tamarac Lift Station 2A-1 Bid No. 95-10 , Project No. 94-10 , in accordance with drawings and specifications prepared by the Owner and by 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. 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 exceeding, 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 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. 0 No right of action shall accrue on this bond 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 _ . 99th day f _ . AucTust . �, 1995 ( i ness) s. mane;,,- (Prin pal) (Seal) (u.f 'A- tYlanc; q " ' (Witn..Ss ) ra lin E. Wheeler, Resident Agent PSid'-n� (Title) Fidelity and Deposit Company of Maryland (Surety) - (Seal). (Ti Julia E. Smith, Attorne y -in -Fact /1- 9s--, 7 f Bond No. 30554714 E KNOW ALL MEN BY THESE PRESENTS: That we, Man -Con Incorporated s Principal and Fidelity and Deposit Company of Maryland as Surety, are bound to the"CITY OF TAMA.RAC, FLORIDA herein called Obligee, in the sum of One Hundred Twenty Nine Thousand Five Hundred Seventy One and 00/00--, Dollars S 129,571.00 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 S 19A, for City of Tamarac Lift Station 2A-1 Project 94-10 Bid No. 95-10 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 19� for � �� "�� in the time and manner prescribed in the Contract, and 2. 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. 0 PYB-1 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 1 1995 By. Man -Con Incorporated 'A Principal ), -(ru'( A. MQnCini Fidelity and Deposit Company of Maryland Surety AFFIX SEAL <znn �- Juli A-ttorney-In-Fact E. Smith, Attorney -in -Fact iT in E. Wheeler, Resident Agent- �75-i?F Power of Attorney . FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, BALTIMORE, MD KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT, JR., Vice -President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Gus E. Zervos, Angelo G. Zervos, Steve M. Zervos, Alan W. Peterson, Julia E. Smith and Jennifer Lazorishchak, all of Southfield, Michi an, EACH.. its true ana lawfulagent anCI Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings..... ........... n e execution of such bonds or undertakings in pursuance, of'these presenis;-shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper personsaThis politer:"of attorney revokes that issued on behalf of Gus E. Zervos, etal dated June 21, 1`994. The said Assistant Secretary does hereby certify that. the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now, in force. IN WITNESS WHEREOF, the said Vice -President and Assistant, Secretary have hereunto subscribed their names and affixed the Corporate Seal of the Said FIDELITY AND DEPOSIT COMPANY.QF MARYLAND, this ___________________________4-Lh------------------------ day of Mai'-------------------- A.D. 19_15 _ FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTES 5El1L � .,... r By 1 Assistant Secretary Vicesilent STATE OF MARYLAND l I,`"_; - SS: COUNTY OF BALTIMORE On this ___--4_�h--- day of ..........May A.D. 1995_, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came C. M. PECOT, JR., Vice -President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �r--- ------- --- - - -- - - - - = -- - ----- —-------- � CAROL 1. FAD R Notary Public My Commission Expires------------------ August _ 1, _ 1996_____________ CERTIFICATE 1, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the fallowing resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this __---_-. dayof -------------------------------------- ------> 19------- ---- ------------------- -- -- -- ------------------- Assistant Secretary t� L1428c 068-6175 :��: iS ORJ _ ISSUE DATE (MM/DD/YY) is 08 25 95 PRODUCER THIS CERTIFICATE IS ISSUED A S A MATTER OF I FORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE �LAVOS GROUP, INC. POLICIES BELOW. 4 FARMBROOK ROAD COMPANIES AFFORDING COVERAGE 0 THFIELD MI 48034 COMPANY A AMERISURE INSURANCE COMPANY LETTER COMPANY B INSURED LETTER N-CON INC COMPANY C 460 SW 11TH STREET LETTER EERFIELD BEACH, FL 33442 COMPANY D LETTER COMPANY E LETTER f•>:::.:::i:i.:::.':::o::::: ,::i iisii:i'::a>•iSSi:ii:;:iii>i:i:i:iiii:i :ii ;>i'.i':5!s'i!:?. i sisii:isii <:iiP;::;;,i;;S;ss:ii:iii:%:::<:>;;y;;;::i:::::::;;>::.>:.>:.>:.:i:;:.;;:o..;:>;•r;;:.:.::.::.;::......:::.;::::::::.:::;::::::.::.::..::.:............:......:.......::. .. .. ..... ER DOCUMENT WIDTH RESPECT POLICY OTINSURED IS .. INp�Dp81IgqS TEED NO JITHSTANDING A YI REQU REMENT TERM OR DO DITION OF ANY CONTRACTOOR C��IMg CLAIMS IN IS SUBJECT TO ALL THE trHt BEEN REDUCED DESCRIBED Y ROLUSIIONS AND CONDITIONS OF SUCH P�OLIdIES. LIMITS SHOWN MAY HAVE PAID O POLICY EFFECTIVE POLICY EXPIRATION LIMITS TR TYPE OF INSURANCE POLICY NUMBER ATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY SACPP 016 5 4 9 6 7/ 31 / 9 5 7/ 31 / 9 6 GENERAL AGGREGATE i 2.000.00d OMMERCIAL GENERAL UABIUTY PRODUCTS—COMP/OP AGG. i 2 O O O 00 ,01 WMS MADE OCCUR, PERSONAL A ADV. INJURY i 11000,00 O O O O OWNER'S A CONTRACTOR'S PROT. N EACH OCCURRENCE i 1 000,001 X.C.U. FIRE DAMAGE (Any one fire) i 50.00 CONTRACTIJAL Cot MED.EXP. (Any one person) i 5.99 AUTOMOBILE LIABILITY SACA 10 4 9 3 71 7/ 3 1/ 9 5 7/ 3 1/ 9 6 COMBINED SINGLE ANY AUTO LIMIT i 1 0 O 0 0 LI.OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) i HIRED AUTOS BODILY INJURY NON —OWNED AUTOS (Per ecclderm i GARAGE LIABILITY PROPERTY DAMAGE i EXCESS SS LABILITY SACU012 5 4 8 2 7/ 31 / 9 5 7/ 31 / 9 6 EACH OCCURRENCE i 5.000,00 UMBRELLA FORM AGGREGATE O O .:O:O.::: RTHA N UMBRELLA FORM Xix lit MWC0763796 7/31/95 7/31/96 sTATUTORYuMITB :........:.... ....... . ;. .....: WORKER'S COMPENSATION EACH ACCIDENT i 500 O AND DISEASE —POLICY LIMIT i 500,00 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE 1111 OTHER DESCRIPTION OF OPERATIONS/I.00ATIONSIVEHICLES/SPECIAL ITEMS E: PUMP STATION 2A-1, CITY OF TAMARAC DDITIONAL INSURED PER BLANKET FORM: CITY OF TAMARAC ......................................................:....................................::......................:. .........................:::::::.'::::::.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENR&WOR TO CITY OF TAMARAC MAIL 30— DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 7525 NW 88TH STREET LEFT, TAMARAC FL 33321 :< AUTHORIZED REPRE NTATIVE . •:.::.::.;:.;:;.:o::o:•: >•:.>•:.::::::.;::.;:::.:;::.;::::...,..::;;:>:<:.:o-ssJ;:;t:is:::::...:.:.:.:::::::: ;s::::: `'1•:::::i:.>::::.;: :::..::.;:.: i; :: :::;y:;:.;:•::,;o:sss::.:.:;>2:::«<`2:iy1:: •; •: •:::.;:.>:.:.;;::,::«; �(_q5- /'-7y 0 A FINAL RELEASE OF LIEN BY NMCT R STATE OF FLORIDA COUNTY OF BROWARD The undersigned contractor, under a certain contract with the City of Tamarac, dated . _ 199_ _, in connection with the following public work: CONTRACT NO. does hereby acknowledge receipt of the full contract price of $ , 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 contractoX7, 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 4 7 \ - l CCP 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 By: (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 know -to me or has projeced identification) and(did/did not) (type of identification) I My commission Expires: (SEAL) Notary Public, State of Florida (Type or print name of Notary) Commission No. (Title or Rank/Serial No., if any) FRL-2 AFFIDAVIT ON BEHALF OF CONTRACTOR STATE OF FLORIDA : COUNTY OF BROWARD The undersigned, first being duly sworn, deposes and says on oath as follows: . 1. That is a contractor contract with the City of Tamarac, Florida, dated _ 199 in connection with the following public work: 2. That Affiant is in a certain (president, sole proprietor or partner) of the above -named Contractor. 3. That the work contracted to be performed has been performed and completed in accordance with the plans and specifications, addenda, change orders and contract documents, such work having been completed on 4. That all persons who furnished labor, supplies or materials or did work in connection with such improvement set out in the contract have been paid in full, including all sub- contractors, materialmen and laborers. - 5. This Affidavit is made for the purpose of obtaining final payment by the -contractor from the City of Tamarac. 6. That the Affiant has the authority to represent the Contractor and to execute this Affidavit on behalf of Contractor. FURTHER, AFFIANT SAYETH NAUGHT. Af f iant 0 _ FRL-3 The foregoing instrument was acknowledged `before' me this 19 9_, by _of , a corporation, on behalf of the corporation. He/she is (personally know to me or_produced identification and (did/did not) take an oath. Notary Public, (S E A L) State of Florida Commission No. My Commission Expires: The foregoing instrument was acknowledged before me this day of , 199_, by , of (officer or agent and title) a corporation, (name of'corporation) (State or place of corporation) on behalf of the corporation. He/She is (personally known to me or has produced identification) and (did/did not) take an oath. (type of identification) I My Commission Expires: (S E A L) Notary Public, State of Florida (Type of print name of Notary) Comission No. (Title or Rank/Serial No., if any) 0 - FRL-4 REQUEST FOR PROPOSAL CITY OF TAMARAC 7525 N.W. 88TH AVENUE TAMARAC, FLORIDA 33321-2401 BID NO, 95-10 LIFT STATION 2A-1 FORCEMAIN 1 SUBMITTED BY: Company Name: Q V,\ r 7 o r CL Address: City: 17e e.� \c d�ac.� State: _ F t Zip: 31-y11 z Telephone: (� `4 Z -_8 1_3 �- -cam?- c� FAX: �- 3.,., _. Completion of Project: calendar days after receipt of Notice To Proceed BONDING: A cash bid guaranty or approved bid bond of 5 % (percent) of bid quote is required and shall be submitted with your Proposal. Additional bonding may be required in the 1 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. NOTE: To be considered eligible for award, one (1) ORIGINAL COPY OF THIS BID PROPOSAL FORM must be submitted with the Bidders' proposal. In addition, the Bidder should submit four xerographic type copies of this Bid Proposal. iI � 10 NO BID INDICATION (IF "NO BID" IS 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, 8609SO54.BCA:07-18-95 P-1 TAM LS 2A-1 FM e... gs- , -7-J- 9 PROPOSAL CERTIFICATION: 0 The undersigned hereby confirms that: 1. 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 bid 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 ninety (90) calendar days following the date and time of the bid opening. 8Y• DATE: MANUAL IGNA URE OF AGENT �., /A . M ar. C-* % f TYPED/PRIIITED NAME OF AGENT r ' 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. 86095054.BCA:07-18-95 P-2 TAM LS 2A-1 FM KI rI CITY OF TAMARAC 7525 N.W. 88TH AVENUE TAMARAC, FLORIDA 33321-2401 BID NO. 95-10 LIFT STATION 2A-1 FORCEMAIN TRENCH SAFETY ACT (90-96, LAWS OF FLORIDA) A. B. C. D. Bidder acknowledges that included in the various items of the proposal and in the Total Bid Price are casts for complying with the Florida Trench Safety Act (90-96, Laws of Fla.) effective October 1, 1990. The bidder further identifies the costs to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure (Quantity) Cost Cost r Total $ T3C�- C, Failure to complete the above may result in the bid being declared non -responsive. 86095055.6CA: 07-19-95 P-3 TAM LS 2A-1 FM • PROPOSAL CITY OF TAMARAC 7525 N.W. 88TH AVENUE TAMARAC, FLORIDA 33321-2401 BID NO. 95-10 LIFT STATION 2A-1 FORCEMAIN To the City of Tamarac, Florida, as the party of the first part. Proposal made by as party of the second part, whose business address is 'ILA �,o0 SW 1 L State whether Bidder is an individual, a partnership or a corporation Lor ?Q Y-a*-;or, r If a partnership or corporation, give names of all partners or officers A Ma,1c-i"-, - TP � �. 1 � Q Y1 C..1►'� � /� r� i" t. O � / M 4 r1 G ►^r � - Accompanying this Proposal is a bid security for .S `2o�2 ,�n'l a _gM Qs'+• _ (11 S. `7r� \0; J q , -C. 0 -% +- ) From: 'F�cke1; V Name of Surety 01. The undersigned party of the second part, do hereby declare that we have carefully examined the Bid Documents relating to the above entitled project and have personally inspected the location of the work. 86095055.BCA:07-19-95 P-4 TAM I-S 2A-1 FM t �5- /"71 �. The undersigned do hereby offer and agree to furnish all materials to fully and faithfully construct, perform and execute all work in the above entitled matter in accordance with the Technical Specifications relating thereto, and to furnish all labor, toolsor the s dimplements, me s, machinery, forms, transportation, and materials necessary proper at the prices named below for the various items of work. ses of 3. The undersigned do hereby declare statedhat the prices so therefor, including every kind incidental to the completion of said work and theproposal claims that may arise through damages or other causes whatsoever. 4. The undersigned do hereby agree that we ovlenants execute nec ssaryctohcomplete the (work, all the terms, conditions, provisions, and according to the Drawings and Technical otonof the acceptance ons therefor, within ce of this proposal y days after the award of the Contract and notification the party of the first part, and if we fail to execute said Contract within said period of time, that the party of the first part shall have the power oh Srp oposal which shalnd said alrd and becomelso forfeited for the Owner the bid security accompanying as liquidated damages. 5. The successful Bidder, at the time of execution of the Contract, must deposit with the Owner a performance bond providing forrnt of all the I persons so s performing labosfactory completion of h in connection work and a payment bond providing security for pay with. the Contract. Each bond shall befurnished in an amount eual to 1 tent of 25 /oaf/theffinal the amount of the Contract awarded. A maintenance bond in the amou Contract price guaranteeing the repair of bondldamages due to improper materials or shall be written by a surety company that workmanship will also be required.at is has a rating of at least A15 according to the R ting Guide and be executed by an Attorney n� to do business in the State of Florida. The bonds shall Fact for the surety company with a certified copy of his/her Power -of -Attorney attached to the bonds. Each bond shall remain in effect k to repone air a r any)yeardefectb eyond the date of work done under'the nal completion and acceptance of the entire w p Contract, and to pay valid claims for forI these bondment ofs Final Releaser and/or tof'als Lien ByCondtractor after completion of the Contract. Forms and Affidavit On Behalf Of Contractor shall be provided by the City and completed at the time of execution of the Contract. 6. The price for the work shall be stated in both words and figures in the appropriate place in the proposed form. In the event that there is a discrepancy between the price written in words and the price written in figures, the former shall govern. 7. Bid securities will be returned promptly to unsuccessful bidders after the award of the Contract. 11 P_5 TAM LS 2A-1 FM 86095055.6CA:07- 7 9-95 I k - 95 � 9 9 ---� BondNo................................. r Fidelity and Deposit Company HOME OFFICE OF MARYLAND BID BOND KNOW ALL MEN BY THESE PRESENTS: BALTrMORE, MD. 21203 That we ......... Man�Con Incorporated„--•--•••--•--•-----•••------••----••••••••••---•-•--.....--••-•.......................... •..... ............... ................................. as Principal, (hereinafter called the "Principal"), and the FIDELITY AND DCPOSIT COUPANY OF MARYLAND, of Baltimore, Maryland, a corporation duly organized under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety"), are held and firmly bound unto................City. of _ Tamarac --...................................................................................... .............................................as Obligee, (hereinafter called the "Obligee"), in the sum of. _.Five Percent ..C5%). of Amount f Bi--.--=— Dollars ($--�%--Qf...Dtd— '.), •-_. ..-• ....................... •- 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_....City_... f Tamarac Lift Station _A-j,-•----•----- Proiect 94-10, Bid 95--10 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 into 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 ..-•-••--•--•3rd........................................ day of --••-••-••August ..........................A.D. flan -Con Incorgora_ted........................:.......(SEAL) Principal `r' .`. 'fi........ ..._... Witness •• -------T'........................... ................••... tle FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surely �t................................... -•-•--... By_..... ......._........ .(SEAL) E — . ! 11e Witness / _ l Pev- 025d-150M. FrXnklin E . Wheeler, ltA s Approved by The American Institute of Architects. A.I.A. Document No. A•310 February 1970 Edition. � I g- The undersigned bidder acknowledges receipt of Addenda as listed below and agree that we will be bound by all Addenda whether or not listed herein. Receipt Addendum No. .�.— Date 1 �3►�gr Date Date Date Date Date is hereby acknowledged. Corporate Seal Con By: Title: Vmac-S." d,--r. Address: 3`i 5w \ \ Attest: License N . 51 -73 gti - g'i o 8609S055.BCA:07-19-95 P-6 TAM LS 2A-1 FM I � I i 10 PROPOSAL CITY OF TAMARAC 7525 N.W. 88TH AVENUE TAMARAC, FLORIDA 33321-2401 BID NO. 95-10 LIFT STATION 2A-1 FORCEMAIN UTILITIES DEPARTMENT PROJECT NO. 94-10 Notice To All Bidders Bidder 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 a discrepancy between written figures and numbers, the former shall govern. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner. For each payment item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. A more detailed description of the Pay Items is located in Section 01025 of the Technical Specifications. Item Estimated No. Quantity Description Total 1 2,630 Lineal 8" DIP Force Main for the unit price per lineal foot Feet Dollars and Cents ($ L1`\ •00 /LF) $ / IS _120•00 2 1,000 Pounds Additional fittings for the unit price of Dollars and Y1 U Cents ($ 2 -QO /LB) $ 2-0000 .�o 8609S055.BCA:07-19-95 P-7 TAM LS 2A-1 FM 0 9 3 1 Each Tapping Valve for the unit price each of TWO -�--J o _ Dollars and r� c� Cents ($=?.�1 z-.c��_/EA) $ "2--11 Z.c-,c� 50 4 3 Each Air Release Valves for the unit price each of Dollars and h cJ Cents ($ �, 009.00 /EA) I S.C-Y- 5 1 Lump Sum Pig Entry for the lump sum price of Dollars and V-\ Cents $ -S oa a. oo 6 1 Lump Sum L.S. 2A-1 connection for the lump sum price of Dollars and rzo-- --Cents $_ SE-4 CK) 7 1 Each Plug Valves for the unit price each of SQ.v Q Dollars and �a Cents ($ 19 . o /EA) $ 1 9.11 8609S055. BCA:07-19-95 I TAM LS 2A-1 FM 8 Lump Sum Permitting Allowance for the lump sum price of OneThousand ---- ----------- ------- ----_--------- _-------------- ------- ---------------------------------------------------- Dollars and No ------ ------- ---------- --------------------- Cents $ 1,000.00 9 Lump Sum Consideration for Indemnification for the lump sum price of One ------ --------------- —----- _-------------- ------- _..----------------_—_-------_-----------Dollars and No------- ________------------------------------------ — --- Cents $ 1.00 GRAND TOTAL BASE BID FOR ITEMS 1 THROUGH 9 $-1 7-9, 5-1„1; [-„ 0� v THE ENTIRE WORK SHALL BE COMPLETED WITHIN 120 CALENDAR DAYS FROM THE DATE OF "NOTICE TO PROCEED". 8609sasS.ecA:07-19-s5 P-9 TAM LS 2A-1 FM I• Ll Z -, Os-- i 7f EXHIBIT 2 d31 89 Q AVM 69 AV 69� n © Ad iL O �.. AV ZL n W W U �131 zL J n 0102 `D AVM 2L n ~ H Q � AV £L E- n U Ad bL (D � � axz H �" IIA u n n b 89 � 69 �0- �831 OL I I dp r 04 a � b -*4 ¢ Ad ZL I I j< aCL n n n AV ZL ►�- � ca n a31 8L n AV ZL AV CL Ad 8L kLkC- 0O 4 Ad .. tiL cl� O 0 �-- ¢ of.-4 n M z H Ad w 9L UU A _ C2lSda } Rnx AAs�niixnlx F- Fo �z0d s Qn 7W U ¢ Y ¢ oj L,J d Z� , n FwV) ¢ ¢ p Q w ~ w LL �O 2 _ PS2AIFM, DWG