Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-95-1791 Temp. Res. No. 7163 Revised 8/30/95 Revised 9/05/95 CITY OF TAMARAC RESOLUTION NO. R-95- I A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE THE TRANSFER OF $71,500 FROM ACCOUNT NO.432-872- 588-99C ENTITLED "UTILITIES WEST CIAC FUND RESOURCES AVAILABLE -NET ENDING' TO ACCOUNT NO.432-363-533-6H1 ENTITLED "RAW WATER WELLS 16-19"; TO PROVIDE FUNDING FOR THE AWARD OF BID NO, 95-11 ENTITLED WATER SUPPLY WELLS 18 AND 19, AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND AWARD BID NO. 95-11 TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER, FLORIDA DESIGN CONTRACTORS, INC. FOR AN AMOUNT OF $297,701 FOR THE CONSTRUCTION OF WELLS 18 AND 19, MONITORING WELLS, AND RAW WATER TRANSMISSION MAINS ASSOCIATED WITH WELLS 18 AND 19; ACCEPTING AND EXECUTING ADDENDUM 95-10 WITH HAZEN AND SAWYER, P.C. TO PROVIDE PROJECT ENGINEERING SERVICES AT A COST NOT TO EXCEED $34,500; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Utilities Department has determined that the construction of Wells 18 and 19, monitoring wells, and raw water transmission mains associated with wells 18 and 19 are necessary to increase the available well capacity to meet current and future supply needs without interruption; and WHEREAS, these new wells will be powered by the existing Water Treatment 1 Temp. Res. No. 7163 Revised 8/30/95 Revised 9/05195 Plant generator for emergency use in the event FPL power fails; and WHEREAS, the City of Tamarac advertised Bid Number 95-11 for the construction of Wells 18 and 19, monitoring wells, and raw water transmission mains associated with wells 18 and 19 located on the southwest corner of University Drive and 61 Street (shown in map forms as "Exhibit 3."); and WHEREAS, on August 3, 1995, the following bids we opened: Bid Offer 1. TLC Diversified, Inc. $397,987 2. Sullivan Bros., Inc. 351,901 3. Florida Design Contractors, Inc. 297,701 4. Man -Con, Inc. 351,001 WHEREAS, Florida Design Contractors, Inc. submitted the lowest bid proposal at $297,701; and WHEREAS, Hazen and Sawyer, P.C. has submitted Addendum No. 95-10 to the Engineering Agreement to provide project engineering services for an amount not to exceed $34,500 for construction of wells 18 and 19; and WHEREAS, the City Commission approved rollover funding of this project in the FY95 Budget under Account Number 432-363-533-6HI entitled "Raw Water Wells 16- 19" in the amount of $278,735, and which has a current balance of $261,435; and WHEREAS, funds in the amount of $71,500 need to be transferred from Account Number 432-872-588-99C, entitled "Utilities West CIAC Fund Resources Available -Net 2 Temp. Res. No. 7163 Revised 8/30/95 Revised 9/05/95 Ending" to Account Number 432-363-533-6H1 entitled "Raw Water Wells 16-19" to fully fund the award of Bid Number 95-11 and to retain Hazen and Sawyer, P.C. to provide project engineering services for the project; and WHEREAS, it is the recommendation of the Utilities Director that the project be fully funded and that Bid Number 95-11 be awarded to the lowest responsive and responsible bidder, Florida Design Contractors, Inc. and Hazen and Sawyer, P.C. be retained to provide project engineering services; 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 $71,500, to approve the award of Bid Number 95-11 for the construction of Wells 18 and 19, monitoring wells, and raw water transmission mains associated with wells 18 and 19 and retain Hazen and Sawyer, P.C. to provide project engineering services for an amount not to exceed $34,500; and 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 $71,500 from Account Number 432-872-588-99C entitled 3 Temp. Res. No. 7163 Revised 8/30/95 Revised 9/05/95 "Utilities West CIAC Fund Resources Available -Net Ending" to Account Number 432- 363-533-6H1 entitled "Raw Water Wells 16-19." SECTION I That the contract for the construction of Water Supply Wells 18 and 19 (Utilities project No. 88-11) located on the southwest corner of University Drive and 61 Street is hereby approved and that all appropriate officials are authorized to execute the contract between the City of Tamarac and Florida Design Contractors, Inc. (Attached hereto as "Exhibit 2"). SECTION 4: That Addendum 95-10 to the engineering Agreement with Hazen and Sawyer, P.C. for project engineering services for Water Supply Wells 18 and 19 is hereby approved and that all the appropriate City Officials are hereby authorized to execute Addendum 95-10 (Attached hereto as Exhibit 1 "). SECTION 5i 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 6: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 u Temp. Res. No. 7163 Revised 8/30/95 Revised 9/05/95 SECTION 7: If any clause, section, other part of application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION I This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this Y da of 1995. ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. water/nb MITCHELL S FT CITY ATTORNEY 5, �' NORMAN ABRAMOWITZ u11,01YO12. RECORD OF COMM C; ABRAMOWITZ V / M KATZ C:OIyN. MISHKIN V. GOI�M, SCHRMBER COMM. MACHEK VOTE 0 0 RAZEN AND SAWYER Environmental Engineers & Scientists July 31, 1995 Mr. Vernon Hargray Utilities Director CITY OF TAMARAC 6001 Nob Hill Road Tamarac, Florida 33321 Dear Mr. Hargray: ,;5-0 EXHIBIT "1" Hazen and Sawyer, P.C. 4000 Hollywood Boulevard Seventh Floor, North Tower Hollywood, Fl- 33021 305 987-0066 Fax 305 987-2949 Addendum No. 95-10 to the Engineering Agreement to Provide City Consulting Engineering Services Wells 18 and 19 Construction Tamarac Utilities West Proiect 88-11 In accordance with your instruction, we are pleased to submit this Task Order Authorization (Addendum No. 95-10) to provide engineering services as described hereinafter. It is understood that said services will be provided in accordance with our City Consulting Engineering Services Agreement with the City, as authorized by the City on February 23, 1994. Except as may be explicitly revised or amended below for application specifically to this Addendum, all provisions of said Agreement shall apply. In accordance with Section I of the Agreement, ENGINEER has assigned Job Number 8617 to the task(s) included under this Addendum. TASK SCHEDULE SUMMARY") Task Order General Descrilption 1 Limited Services during Construction 2 Hydrogeologic Services 3 Electrical Services TOTAL Time of Performance (2) 180 Days 180 Days 180 Days 180 Days Comoensation(3) $ 24,800 5,500 4,200 $34,500 Notes: (1) Task descriptions are detailed hereinafter. (2) Time of performance is measured subsequent to the notice to proceed, which shall be considered as the date of award of a construction contract to a contractor. (3) Compensation refers to a not -to -exceed amount for the task. Billing will be in accordance with the Engineering Agreement. Page 1 of 3 Hwd:8617C001 New York, NY - Armonk, NY - Upper Saddle River, NJ - Raleigh, NC - Charlotte, NC - Richmond, VA - Hollywood, FL - Boca Raton, Fl. - Fort Pierce, FL - Jupiter, FL - Miami, FL - Bogota, B.E. Colombia HAZENAND SAWYER 0 ADDENDUM NO. 95-10 July 31, 1995 EXHIBIT "1" CITY OF TAMARAC WELLS 18 AND 19 CONSTRUCTION TASK SCHEDULE Task Time of Order General Description Performance(') Compensation (2) 1 Limited Services During Construction 180 Days $24,800 Hazen and Sawyer, P.C. shall attend and prepare meeting minutes of a preconstruction conference, review shop drawings, review payment requests, make periodic site visits to review the progress of the work, prepare "punch lists", perform a final walk-through, prepare "as -built" drawings and certify completion to FDEP. Hydrogeologic construction observation and electrical services are included in other Tasks. City will provide construction observation services during the raw water main installation. 2 Hydrogeologic Services 180 Days $5,500 Hazen and Sawyer, P.C., shall retain the services of Water Technology Associates to provide periodic observation of drilling the water production wells including full-time observation of critical phase of construction, collection of geological samples and the examination of samples and electric logs in order to select a casing depth and final water supply well depth. 3 Hazen and Sawyer, P.C. shall retain the services of 180 Days $4,200 Resource Management International, Inc. (RMI) to perform electrical services during construction including attend preconstruction conference, review shop drawings, make two site visits to review the progress of the work, perform a final walk-through and to prepare as -built drawings. Total 180 Days $34,500 Notes: (1) Time of performance is measured subsequent to the notice to proceed, which shall be considered as the date of award of a construction contract to a contractor. IZ) Compensation refers to a not -to -exceed amount for the task. Billing will be in accordance with the Engineering Agreement. Page 2 of 3 Hwd.8817C001 RVEN AND SAWYER EXHIBIT "I" 11 ADDENDUM NO. 95-10 July 31, 1995 IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first below written. 1;1610 Date: v� 5 %FGSJ [Corporate Seal] FOR: WITNESSES: hael W. Wengre vich, P.E. Gh�laine B. Carr, P.E. Date: �r Page 3 of 3 Hwd.8617C001 By: CITY OF TAMARAC W or) Norman Abramowitzr" I 1 (City Manager) Robert S. Noe, Jr ATTEST: ey (City Clerk) Carol A. Evans.11 CA C Date: mil, s i App d as to Form: )---W - (Attomey for the d of T arac) Mitchell S. Kraft [Seal] HAZEN AND SAWYER, P.C. Patrick A. Davis, P.E. Vice President Title "Exhibit 2" CONTRACT r THIS CONTRACT, made and entered into this day of �in the rf year Nineteen Hundred Ninety Five (1995) by and between Florida Desi n Contractors 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. 5c-ope 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 Supply Wells 18-19", Project No. 88 -11," and shall do everything required by this Agreement, the Proposal, the General Terms and Conditions, and the Supplemental General Conditions and Specifications. ARTICLE 2. Ti m I i n: 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 fifty (150) calendar days. The rate of progress and the time of completion being essential conditions of this Agreement 88-11 Florida Design C-1 95-08-29 "Exhibit 2" Deduction for Not Com letin on Time: If the Contract work is not fully completed, according to the terms of the Pontract within the time limits herein stipulated, the Contractor shall pay the Owner, not as a penalty, but as liquidated damages, the sum of three hundred dollars ($300) 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 I: 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. 88-11 Florida Design C-2 • 1 : 9 'e-�-5-- f `7q, 0 "Exhibit 2" 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 r r several kinds of work and materials which may arise as to the fulfillment of the 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 Cwner 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 per (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. C-orn-tract Price: The Owner shall pay the Contractor as just compensation for the performance of this Agreement, subject to any additions or 0 88-11 Florida Design C-3 95-08-29 . "Exhibit 2" deductions as provided in the Contract and Bid Documents, the following prices: BID SCHEDULE CITY OF TAMARAC Water Supply Wells 18 AND 19 PROJECT NO. 88-11 BID NO. 95 .11 No. 1 Description Drilling of Wells 18 and 19 Quantity Units Lump Sum N/A Unit Price Extension $86,000.00 $86,000.00 2 Pumps Lump Sum N/A 34,000.00 34,000.00 3 Raw water piping Lump Sum N/A 94,000.00 94,000.00 4 Electrical work Lump Sum N/A 76,000.00 76,000.00 5 Test/Monitor Wells 6 each 1,250.00 7,500.00 6 Indemnification Lump Sum 1.00 1.00 7 Permitting Allowance Lump Sum N/A 200.00 200.00 GRAND TOTAL $297,701.00 0 88-11 Florida Design C-4 95-08-29 .' �-/-9V C� J "Exhibit 2" Notice 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 297 7D1 (Figures) Twg hundred nine ven thousand seven h ndr d n Ilar rid nQ-cents. GRAND TOTAL BID (Written) THE ENTIRE WORK SHALL BE COMPLETED WITH 150 CALENDAR DAYS FROM THE DATE OF "NOTICE TO PROCEED." ARTICLE 5. PrQ=ss P nt : 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 16 88-11 Florida Design C-5 95-08_29 f �S�- / 79 0 "Exhibit 2" preceding month, together with such supporting evidence as may be required by the Owner and/or Utilities Director. a 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_ Accegtange and Final P n : 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. 88-11 Florida Design C-6 95-08-29 0 "Exhibit 2" The final invoice shall be accompanied by the required maintenance bond and by a certificate of acceptance issued bathe 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, on r 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. 0 88-11 Florida Design C-7 95-08-29 9 "Exhibit 2" IN WITNESSETH WHEREOF, the Parties hereto have executed this Agreement, the day and year first above written. OWNER: ITY F TAMARAC FLORI A CONTRACTOR :Florida Design By: ZA Orman Abramowitz ;Yor , y� , City of Tamarac B 4 � bfl Robert S. Noe, rr. City Manager ATTESTa .,/,,,-., ,-- Carol A. Evans, e M L City Clerk APPPAC/D AS TO FORM NO�TffC Mitchell S. Ki City Attorney _ _.... _ ....,. , ...C. (CORPORATE SEAL) ATTEST: �eL Philip Mintzer ADDRESS FOR GIVING NOTICES 1326 So. Killian Drive Lake Park, Fl. 33403 License No.: CG Co40304 CITY OF TAMARAC, FLORIDA WATER SUPPLY WELLS 18 AND 19 CITY PROJECT TUW NO. 88-11 BID NO. 95-11 UTILITIES DEPARTMENT 0 88-11 Florida Design C-8 95-08-29 0 . _ . . r i . r KNOW ALL MEN BY THESE PRESENTS: That Florida Deis n Contractors Inc. as Principal, hereinafter called Contractor, and '±iecL States Fidelity & Guaranty 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 L9_Hundr_ed Ninety Seven Thvuspnd Seven Hundred Q e D Imo, Dollars ($ 7.7)1 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 19-4 entered into a contract with Owner for construction of Wells 18 and 19, Bid No. 95-11, , Project No. 88-11, in accordance with drawings and specifications prepared by the Owner and by Hazen and Sawyer, P. C. 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 Owners obligations thereunder, the Surety may PFB -1 16 promptly remedy the default, or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, or 0 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 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. PFB-2 • 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 -, day of Sept, . 1995 (Witness) (Witness) e,President (Surety) Thedore Jedlick, Attorney -in -Fact PFE -3 11 'PI'-,YMFN7-70N,0 KNOW „! i 1IM—EN BY j HESE ?pE =N i y: i hat wc-,Florida Design contractors, Inc. �as and ❑. S .—Fidelity & Guaranty Ins- Ga.��r _ a , are o �:ie vi 'vi !",iVl1-1fL�ri. ..��'.� ..'", hersin caiiz-. In :i"izurn �+�~'✓JC :�Lrdr�rl hriita�J ti=Ver �iU�'C�s. �Al::r"...+nrpr C Lr'C . 1;ors ��en_�7 7� + —ay— we S.r yY t ,v. we hire .,;.,.. fives. our personal re-presentative-s, s"::--BSsC-S �..� r.... G.Ci.7 fir:, S- ;0NITIN V : severally �'r'1v, Oi inCiwa i,GS ., w into c ,. '.":, ac: '.vi•, t t; !e =? 0r,1DA, aGtCr �- J : Ic!La' ;4r wjor!da Mgj_ sac;; 5. which canrac, is by'Y--fence mace ? pad ^SrSOT. and Is hereina ;r "-Ten eC '0 as ++.: fig ^Con aw,,: . I �i; CONui —.-!ON of wnis I�rvn.: IS that if PLoN,n�•• {�,,, r � �.i�«. L 1. ��v �"c'r-�^S tila Cwn:"a� VVll�l Lh Y �,ltyC i C, ,?r.�^.w, .`fr]ri.�iG Ca. To. Zvi+ �'"i �L^'^1T n• 1�n�61lftiry` ? 5and 'i V'iG .7, I IQ. Gl�i4 I I .Qni..�.r '". s3C"l�eC ii� .: IC � �••i••" of L VV1,u Gi �rt' a:,c i 7—r, uy makes payner,:s to all persons whc a-e d S fri n ac, n �e;;;io^ r r.S., wrese I. s gip:Ive drily or ir;diy from , e �resec:: ia» a= ;^e wore orovidYY for n t"G c0n—r+acz. tiler, this bond shall be null a^d void and o= no ;u-ter fore= and ef`aC:, ct, erovise I.L rernai!. in full {vl ._n.i a.tL afffzac . 1 his July :s x'ri „ished" purausn. tv vie .r}tat; cr rGquiremeri s for bond on public wcrks projects being rlaridG Statute 255.05. Claimants are hereby notified tl^,G- the Statute 22-5.05(2) specifically requires � ;at notice be given to cantrac:or 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. Fu -I per notice is hereby given to claimants that written notica of ncn-payment within ninety (90) days after Cl S- - r ? 9 . performances of the labor cr a-er complete delivery of the materials or supplies must be deliverer+ to the Cart; actor and to the Surety. Further nafice is hereby given uhat no action for labor, ;;,aterials or suppiies may be instituted against the Contractor or the Surety on the d bond aft r one ys-mr from, Aia perfor"fance cf the labor or compieJar of delivery of the rra+em;afs Or sL'C^iies. Wii,/Vy: rnCZr-I air;�, this bond .all «,� a .g and shall be �.Cn�.�1CI �...... s f /'� ry n r.:.. V11 the P. Il1V�M�l �l.y Sy1rGC. err+$ C�.' �i� .' G"� vSIGti'c� nl�iu 5=�,��u Ceti Se 95... 9 Zy: . Clarke, President United States Fidelity and Guaranty Co. S urety A M_f r�; � �x SEAL " u y-In-rsCt Theodore Jedlick No right of actdor, shall acc:;ze on this bond to ar far the use of ary person -or corMoratior other thari the Owner reared herain orthn his s, exec.;tOrs, administrators or SUCC,esscrs of the Owner. StCne^ c,",u je?1 ^ tl7iS I L_ d2v or Sept . 19 95 Wt {Witness)v� (Principal)r ( (Seal) (i 1te) 1098772 UNITED STATES FIDELITY AND GUARANTY COMPANY . POWER OF ATTORNEY U S F+G tp NO. 106666 I1SUME1 KNOW ALL MEN BY THESE PRESENTS: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Theodore J. Jedlick of the City of Sunrise , state of Florida its true and lawful Altorney(s)-ie-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons; guaranteeing the performance of contracts; sad executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signattties of its Senior Vice President and Assistant Secretary, this 22nd day of January A.D. 19 93, r4MD UNITED STATES FIDELITY AND GUARANTY COMPANY nssrsan (Signed) By.../ .... Senior Vice President (Signed) By........ .�........................... ........ Assistant Secretary STATE OF MARYLAND) SS: BALTIMORE CITY ) Onthis 22nddayof January ,A.D.1993 , before mepersonally came Robert J. Lamendola Senior Vice President of the UNITED STATES FIDELTIY AND GUARANTY COMPANY and Paul D . Sims , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Robert J. Lamendola said Paul D . Sims wem respectively the Senior Vice President and the Assistant Secretary of the said UNI M STATES FIDELITY AND GUARANTY COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporatioo; that the seal affixed to said Power of Attorney was such corporate seal, that it was so affixed by order *(the Board of Directors of said corporation, and that they signed Weir names thereto by like order as Senior Vice President and Asaistart Secretary, respectively, of the Company. My commission expires We 11 th day art . March% A.D. 19 95 . 9aonur (Signed) !!-- .... .. �re NOTARY PUBLIC 4 � This Power of Attorney is granted under and by authority of the following Resolutions adopted by the Board of Directors of the UNIT® STATES FIDELITY AND GUARANTY COMPANY oa September 24, 1992. RESOLVED, that is connection with the fidelity and surety insurance business of the Company, all bonds, undertakings, contracts and other instruments relating to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorneys) -in -Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of We Company, either by the Cbsisman, or the President, or an Executive Vice President, or a Senior Vice President, or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each Of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to say oeriificos misting thereto appointing Attorneys}in-Fact for purposes only of executing and attesting bonds and undertakings and other writings Ohl igatory in the nature thereof, and, unless subsequently revoked and subject to any limitatioss set forth therein, any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undettaking to which it is validly attached. RESOLVED, that Asorney(s)-in-Fact shall have the power and authority, unless subsequently revoked and, in any can. subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other writings obligatory in We nature thereof, and any such instrument executed by such Attorneys) -in -Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and arrested to by We Secretary of the Company. I. Paul D . Sims , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a true excerpt from the Resolution of the said Company as adopted by its Board of Directors on September 24, 1992 and that this Resolution is in full force and effect I. the undersigned Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY do hereby certify that the foregoing Power of Attorney is in full force and effect and has not been revoked. to Testimony Whereof, I have hereunto sal my hand and the seal oft t N!TE STATES FIDELITY AND GUARANTY COMPANY on this day of , 19 . • ........ .' ...�............ _ . � sessesia ...... .... 7, I - Assistant Secretary AMt� FS 3 (10-92) "EXHIBIT 3" TAMARAC WATER 'REATMENT PLAN BROWARD COUNTY PUMPING STATION EXISTING WATER MAIN N. W. 61 S T STREET 6033 6034 ' ' 6031 Lu 6032 INTERTRES PROPERTY 6025 `S 6026 = 6024 WELL NO. 18 6021 6018 6017 h 6015 � 6016 6010 sons � 6008 1 PARCEL "A" 6007 CURTIS PLAT soot WELL NO. 19 70 7700 6000 7710 17702 CANAL TRANSMISSION LINE fe SKETCH OF RAW WATER WELLS 18 & 19 CITY OF TAMARAC UTILITIES / ENGINEERING DIVISION DATE: 8 30 95 FILE: LACOSA1 SCALE: 1" = 100' DWG. NO.: E-B1 DWN: DAH SHEET -j_ OF -�