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 -�