Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-95-240Temp. Reso. # 7207 CITY OF TAMARAC RESOLUTION NO. R-95iqtjp A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE THE "CURED -IN -PLACE PIPE LINING REPAIRS" CONTRACT PACKAGE "A" WITH INSITUFORM SOUTHEAST, INC. FOR WASTEWATER SYSTEM REHABILITATION UTILIZING THE CITY OF HOLLYWOOD WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION BID PACKAGE "A" AT A COST OF $63,236.25; AUTHORIZING FUNDING FROM THE UTILITIES WEST CAPITAL IMPROVEMENT (GRANT) FUND; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Broward County Office of Environmental Services has conducted an Inflow & Infiltration (I&I) Study identifying Tamarac as having an excessive amount of 1&I conveyed to Broward County Treatment Facility; and WHEREAS, on May 10, 1995, Tamarac City Commission authorized Hazen and Sawyer, P.C. to perform field evaluation and technical assistance for the City's wastewater system in the Woodlands service area; and 1 1 1 Temp. Reso. # 7207 WHEREAS, the Utilities Wastewater Division and Hazen and Sawyer, P.C. have located and evaluated I&I sources in the Woodlands area (attached hereto in map form as "Exhibit 1 ") which required sanitary sewer rehabilitation; and WHEREAS, the City Commission of the City of Tamarac has approved Capital Funding for an Inflow and Infiltration Program for FY 95 and FY 96 under Account Nos. 425-888-535-67A and 441-888-535-67A, entitled "Inflow and Infiltration Program," as recommended by the Utilities Department; and WHEREAS, the Utilities Department has conducted an I&I Study and has assessed the financial impact on the Tamarac Utility West Wastewater System as being approximately $500,000.00 annually; and WHEREAS, recognizing that other South Florida Utilities have prepared bid specifications and awarded contracts for Wastewater Collection System Sewer Rehabilitation, the Utilities Director chose to utilize contract prices from other South Florida Utilities as provided under City Code Section 6-154; and 6 Temp. Reso. # 7207 WHEREAS, Insituform Southeast, Inc. has offered to extend the unit prices under a Contract with the City of Hollywood to the City of Tamarac for rehabilitation of sewers with Cured -in -Place Pipe Lining; and WHEREAS, it is the recommendation of the Utilities Director that the "Cured -in - Place Pipe Lining Repairs" be initiated utilizing Insituform Southeast, Inc. under the City of Hollywood Sewer Rehabilitation Bid Package "A"; and WHEREAS, the City Commission of the City of Tamarac, deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept and execute a contract with Insituform Southeast, Inc. under the City of Hollywood Bid Package "A" at a cost of $63,236.25. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION L The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. 3 Temp. Reso. # 7207 SECTION 2: The appropriate City Officials are hereby authorized to accept and execute the Wastewater System Rehabilitation Cured -in -Place Pipe Lining Repairs, Contract Package "A" (attached hereto as "Exhibit 2") with Insituform Southeast, Inc. under the provisions of the City of Hollywood Bid Package "A" providing for repairs to the Woodlands Sanitary Sewer System at a cost of $63,236.25. SECTION 3: 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 contract 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 contract price. 5-MIT ION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SE 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 portion or application of the Resolution. FJ 4 rl LJ Temp. Reso. # 7207 M0111901 ". adoption. 1995. This Resolution shall become effective immediately upon PASSED, ADOPTED AND APPROVED this day of dc+,)ber ATTEST: CAROL A. EVANS, CMc CITY CLERK I HEREBY CERTIFY that I have awa,Med this Resolution as to MITCHELA S. FRAF CITY APFTORNEY Utilitiesmw RECORD OF COMA MAYOR ABRAMOWITZ DIST, 1: V / M KATZ DIST. 2: COMM. MISHKIN PiST. 3: COMM. SCHREIBER BAST. 4: COMM. MACHEK 5 U-01L CURED -IN -PLACE PIPE LINING REPAIRS CONTRACT"Aly CITY OF TAMARAC, FLORIDA WOODLANDS AREA WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION UTILITIES DEPARTMENT PROJECT NO. 95 - 01/A THIS CONTRACT, made and entered into this --/day ofVnq_�' in the year Nineteen Hundred Ninety Five (1995) by and between Insituform Southeast. 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. 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 provisions of the City of Hollywood Wastewater Collection System Sewer Rehabilitation Bid Package "A" (dated September, 1993) Documents and the terms of this Contract, the Project known and identified as "Cured -in -PI -age Pipeg Repairs, 95-01 1 "A" Insituform Southeast C - 1 Con501a0 951003 1 Project No. 95-01/A" and shall do everything required by this Agreement, the Proposal, the General Terms and Conditions, the Supplemental General Conditions and Specifications. ARTICLE 2. Time of Completion: Construction work must begin within ten (10) days from the date of receipt of official notice to proceed and shall be carried on at a rate to insure its full completion within ninety (90) calendar days. The rate of progress and the time of completion being essential conditions of this Agreement. Deduction for Not Completing i : 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. General: The Contractor hereby certifies that he has read each and every clause of the Contract and Bid Documents and that he has made such examination of the location of the proposed work as is necessary to understand fully the 95-01 / "A" Insituform Southeast C - 2 Con501ao 951003 /C C/ .Sr 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 or his Assignee, 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 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 for a period of one year after the final acceptance of work. INSURANCE REQUIREMENTS: Contractor agrees that it will, in the performance of work and services under this agreement, comply with all Federal, State and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement that are applicable to Contractor, its employees, agents or subcontractors, if any with respect to the work and services described herein. . Contractor shall maintain in full force and effect during the life of the contract, 95-01 / "A" Insituform Southeast C - 3 Con501a0 951003 Workers' Compensation insurance covering all employees in performance of work under • the contract. Contractor shall make this same requirement of any of its subcontractors. Contractor shall indemnify and save the City harmless from any damage resulting to them for failure to either Contractor or any subcontractor to take out or maintain such insurance. The following are required types and minimum limits of insurance coverage which the Contractor agrees to maintain during the term of this contract: COMPREHENSIVE GENERAL PER OCCURRENCE LIABILITY Comprehensive $ 1,000,000 Premises -Operations Contractual Liability Personal Injury Explosion and Collapse Underground Hazard Products/Completed Operations Broad Form Property Damage Independent Contractors Cross Liability and Severability of Interest Clause AUTOMOBILE LIABILITY PER OCCURRENCE Comprehensive $ 1,000,000 Owned Hired Non -Owned WORKERS' COMPENSATION STATUTORY Neither Contractor nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied owner 95-01 / "A" Insituform Southeast C - 4 Con501a0 951003 1Sc�2`%U with evidence of such coverage in the form of a Certificate of Insurance that provides for a 30 day advance written notice of cancellation. INDEMNIFICATION REQUIREMENTS: Contractor shall indemnify, hold the CITY, its officers, employees and agents harmless and defend the CITY, its officers, employees and agents from any and all claims, causes of action, damages, liability and expenses including attorney fees, in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of, or occurring in connection with Cured-in-Place„Pipe Lining _Eepairs Contract "A", Project No. -01/ , in the.City of Tamarac. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. CONTRACTOR shall provide the CITY with the requisite document evidencing that the signatory for the CONTRACTOR has the authority to enter into this Agreement. This Agreement shall not be assigned without receiving City Commission approval. Venue shall be in Broward County, Florida. 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. CQntract Pripe: 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: 95-01 / "A" Insituform Southeast C - 5 Con501 a0 951013 • • CURED -IN -PLACE PIPE LINING REPAIRS CONTRACT "A" CITY OF TAMARAC, FLORIDA, WOODLANDS AREA WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION UTILITIES DEPARTMENT PROJECT NO. 95 - 01/A SCHEDULE OF VALUES FOR WORK TASKS TASK ITEM DESCRIPTION OF TASK (BID) ITEM QUAN UNIT UNIT PRICE TOTAL Al CURED -IN -PLACE PIPE LINING A1.1 8" DIAMETER (0 TO 5 FT DEEP) 222 LF $ 45 $ 9,990.00 A1.2 8" DIAMETER (5 TO 8 FT DEEP) 477 LF $ 45 $ 21,465.00 A1.3 8" DIAMETER (8 TO 12 FT DEEP) 548 LF $ 45 $ 24,660.00 A1.5 10" DIAMETER (5 TO 8 FT DEEP) 0 LF $ 47 $ 0.00 A1.6 10" DIAMETER (8 TO 12 FT DEEP) 0 LF $ 47 $ 0.00 A1.9 12" DIAMETER (5 TO 8 FT DEEP) 0 LF $ 52 $ 0.00 A1.12 15" DIAMETER (0 TO 8 FT DEEP) 0 LF $ 61 $ 0.00 A1.13 15" DIAMETER (8 TO 12 FT DEEP) 0 LF $ 63 $ 0.00 A1.18 REINSTATEMENT OF SERVICE LATERALS 19 EA $ 100 $ 1,900.00 A1.19 C-I-P SERVICE LAT. RECONSTRUCTION 0 EA $ 2,500 $ 0.00 A2 BYPASS PUMPING OF SEWERS A2.1 BYPASS 8" SEWERS EA $ 500 $ 0.00 A2.2 BYPASS 10 TO 12" SEWERS EA $ 700 $ 0.00 A2.3 BYPASS 15 TO 18" SEWERS EA $1,000 $ 0.00 A3 POINT REPAIRS A3.2 POINT REPAIRS 5 TO 8 FT DEEP 1 EA $ 2,000 $ 2,000.00 A4 SURFACE RESTORATION A4.1 ASPHALT ROADWAY REPLACEMENT 20 SY $10.00 $ 200.00 A5 MANHOLE REHABILITATION A5.3 PREFABRICATED FIBERGLASS LINER 0 LS $ 420 $ 0.00 A6 ROOT REMOVAL IN SEWER LINES A6.1 8" TO 12" DIAMETER LF $ 2.00 $ 0.00 A7 WARRANTY TV SURVEY LF $ 2.25 $ 0.00 A8 INDEMNIFICATION A8.1 INDEMNIFICATION 1 LS $ 10.00 $ 10.00 TOTAL WORK TASK $ 60,225.00 5% CONTINGENCY $ 3,011.25 TOTAL CONTRACT 63 23fi.25 NOTE: Quantities reflected in this schedule of * AS APPROVED BY OWNER values are approximate and may vary depending on actual field conditions. 95-01 / "A" Insituform Southeast C - 6 Con501a0 951003 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 SCHEDULE OF VALUES FOR ALL WORK TASKS $ 63,236.25 (Figures) GRAND TOTAL SCHEDULE OF VALUES FOR ALL WORK TASKS SixtvThree Thousand Two Hundred Thi 5iix Dollars and 25 Cents (Written) THE ENIBE WORK SHALL BE -COMPLETED WITHIN 90 CALENDAR DAYS FROM THE DATE OF "NOTICE TO PR D." ARTICLE 5. Pro r ments: 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. 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. 95-01 / "A" Insituform Southeast C - 7 Con501 a0 951003 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, less the aggregate of previous payment. Progress Retention: The percentage of estimated value to be retained shall conform to the following schedule: 1. Retention for up to 10% of payments claimed. 2. When the project is substantially complete (operational or beneficial occupancy), the retained amount shall be reduced to 5% to assure completion of the Contract work. The above retainages only apply when the Contractor's performance in the judgement of the Utilities Director or the Engineer, is considered satisfactory. When . specific circumstances necessitate, a retainage of 10% will be applied at any time during the construction period regardless of the stage of completion of construction. No progress estimate need be made when, in the judgement of the Engineer, the total value of work done since the last estimate amounts to less than five thousand dollars ($5,000) as set forth under Progress Payments in the Contract. Included with the Contractor's progress estimate requests shall be a complete breakdown of the project components, the quantities completed and the amount due, in accordance with the Schedule of Values requirements of the Contract, together with such supporting evidence as may be required by the Engineer. Contractor shall submit with each progress estimated, an updated construction schedule acceptable to Engineer and a release of liens relative to the work which is the subject of the application. 95-01 / "A" Insituform Southeast C - 8 Con501 a0 951003 (� _ c) C .2c/6} 0 ARTICLE 6. Agoplance 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 attached to this Contract. 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. 0 95-01 / "A" Insituform Southeast C - 9 Con501a0 951003 �J n u • IN WITNESSETH WHEREOF, the Parties hereto have executed this Agreement, the day and year first above written. OWNER: CITY OF AMARAC FL RIDA By: Norman Abramowitz Mayor, City of Tamarac In Robert S. Noe, City Manager ATTEST: Carol A. Evans, C'�C City Clerk APPRO AS TO F RM: ADDRESS FOR GIVING NOTICES: P.O. Box 41629 Mitchell S Kr ft, Jacksonville, Florida 32203 City Attorney License No.: fa ///5z CURED -IN -PLACE PIPE LINING REPAIRS CONTRACTOR: INMUFORM SOUTHEAST, INC. By: e W. A derhold ice President ATTEST: .As W.E. Murphy IV Vice President and Controller (CORPORATE SEAL) 95-01 / "A" Insituform Southeast CONTRACT "A" CITY OF TAMARAC, FLORIDA WOODLANDS AREA WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION UTILITIES DEPARTMENT PROJECT NO. 95 - 01/A C-10 Con501a0 951003 �s 2 VC Bond #BNS1481088 4-I�7t►I� KNOW ALL MEN BY THESE PRESENTS: That , nitt ll`. as Principal, hereinafter called Contractor, and Firemen's Insurance Company of Newark, New Jersey 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 „SIM Throe Thousand I= Hundred Thirty Slx Dollars ($63.236.251 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 1995, entered into a r• 1 � � • • • • �:�• 1 � !r 1 1 ! ii • '.• R• .• tl!!' 't i�■L'JI�iAt•7�F1a Q & in accordance with tasks and specifications prepared by the Owner and by Hazen and Sa er—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. 0 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 9M1 ! •A' Insituforrn Southeast PRB-1 Bond501a0 951002 1�1 mean the total amount payable by owner to Contractor under the Contract and any amendments thereto, less the amount property 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. 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 ON this I b+- day of /y eve mIa._✓_ , 1995. AFFIX SEAL .�1 ii�.Mr AFFIX SEAL (Witness) • 95-01 Inaitutoun Southeast 0 Insft&&nnjoldheast. Inc. Principal Vice "President (Type Name/Trtle) Firemen's Insurance Company of Newark, Surety - New Jersey (Seal) Kathleen A. Petchulat (Type Name) Adomey-in-Fact ILI Fitzhugh K. Powell (Type Name) Resident Agent PRS-2 8ond50100 951002 r_c,�_-..;z�L Bond #BNS1481088 PAYMENT_BQND KNOW ALL MEN BY THESE PRESENTS: That We, InsityLQrm_$as Principal and Firemen's Insurance Company of Newark, New Jersey as Surety, are bound to the CITY OF TAMARAC. FLORIDA herein called Obligee, in the sum of SiMy Three_Thousand IfQ -Hundred Thies Six Mars and 2U!tvt� (Ss3.2N,25) 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 SO 11th'y) 6e-*— „ I , 1995, for the QuMd.jnPI&r,912IR2 Lining RgpAirs_Contract ,'!A"project Ng, 95-01/A 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: Performs the Contract with the City of Tamarac, Florida dated /uQV 1995 for the ini 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 worts 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. 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 fumish 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. 0 85-01 J'A' InertuMrm Southeast eond501a0 961002 Vc) SIGNED AND SEALED ON this � —=— day of N �'1%�a'►'1� .1995. • (Witness) AFFIX SEAL �/1, - _ 1 . AFFIX SEAL �J 0 rm Southey 9�01 / "A' InshuPo al PYB-2 By: 1IIaft04[M.§t Aheast. Inc. principal ($eal) (Type Name/Title) Firemen's Insurance Company of Newark, Surety New Jersey (Seal) Kathleen A. Fetchulat (Type Name) Attomey-in-Fact By: ) Fit gh K. Powell ( ype Name) Resident Agent Bond5010 951002 a w � a '0 � a O � ' C. N is +J +J a O 0 E (d a .� •,1 3 '0 a 4J ul °aaQ A W U Gz :3 0 0 0 3 w U +J In A op W x o F 7i 7 4,J id 4J O a +� N -4 0. 'd 4J A ,M a 43 0 4-1 r F. 0 U o � O . u 4 roc: v Ei a 41 G 41 Ol (A 9d +J 4) Ul 0 0 0 4J r, i V W '0 a s is M 0 N - a 41 E '0 +J ul $, W a �+ a . a •.� O —4 - 0 +J N 0 0 w 0 0'0 W 0 0J wa �O Ul ?, O+J rl 4J (.1, CIl O v 0 U a a v r+ U it a U p CT Croro0w0)0x Lo a14 U O a �a O O O 0 0 ti a'w � rd 3 --, � �U ro 2?1��� WEB v O d a "1 0 0 0 t4 O ul g Ey z O +J 14 +► h., 0 UlU 0 0U)mK 3 +J w -4 a ]3CLUU 0 LJ a 0 A '0 �d a -A +J W Id W U to •,i W +J id �4 w R7 v W F. 4.J "I a �b v 4-1 � N a a $4 � m a :v H >1 cd v W A w4-) E- a L U) W � zro U W W H O le y •S' Firemen's Insurance Company of Newark, New jersey GENERAL POWER OF ATTORNEY Know all men by these Presents, That the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW IERSEY Os made Constituted and appointed. and by these presents does make, constitute and appoint Kathleen A. Petchulat of St. Louis, Missouri its true and lawful attomey, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertakings and contracts of suretyship to be given to Ail obl inees provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of Thirty Five Million (35,000,000) Dollars This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY at a meeting duly called and held on the 1 ]th day of January, 19139: "RESOLVED. that the Chairman *(the Board. the Vice Chairman of the Board. the President, an Executive Vice President Ora Senior Vice President or a Vice Prnidenl of the Company, be. and That each or anyal them hereby is. authorized io execute Power of Altomey qualifying the anomey named sn the $oven Poweroi Attorney to execute in behalf of the rlRLMEN'S INSURANCE COMPANY OF NEWARK. NEW IERSEY, bonds. undenakings and all conlrach of suretyship: and that an Assistant Vice President. a secretary or anAssisunl secretary be. and that each ar any of them hereby is, auiltonred to attest the execution of any such Power of Attorney, and to attach thereto the seal at the Company. "FURTHER RESOLVED, that the sigrulures of such officers and the seal *(the Comparry may be aMnxed to any such Power of Attorney at to any certificate relating thereto by facsimile, and anysuchPowerofAnons"orerni icalebeanssuchfacsimilesipulwesalacsnmdefoalshallbevalidandbindingupontheCwnparrywhensoadnxedandMtheiuwre with respect to any bond. undertaking or contract o(wrelystwp to which it is attached:" In Witness Whereof, the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY has caused its paFiicial $eal I r b� lhereunta affixtc�S and these presents to be signed by one of its Vice Presidents and anested by one of its Assistant Secretaries this day of ,19 FIREMEN'S INSURANCE COMPANY OF NEWARK, NEW JERSEY David Bales. Assnlaru Snrylary STATE OF CONNECTICUT COUNTY OF HARTFORD fir By Matthew Kbmcaak. Vice Presdert On this S day of Wit ,19 9Pbefore me personally came Matthew Klimczak. tome knorivn, who being by me duly swom, did depose and say that he is a Vice President of the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY, the corporation described in and which executed the above instrument: that he knows the seal of the said corporation: that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. o srr* NpTAAy `nA1FC�'" GLORIA D. SEEKINS NOTARY PUBLIStinuitry 31, 199a CERTIFICATE My Conwitaiuon Expires I, the undersigned, an Assistant Secretary' of the FIREMEN'S INSURANCE COMPANY OF NEWARK. NEW JERSEY, a New Jersey corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore that the Resolution of the Board of Directors, set forth in the said Pqwer of Attorney, is now in force. • Signed and sealed at the town of Farmington. the State of Connecticut. Dated the day of t . .19 SURETY S1131 11.951 't r �f, W. W. Cowling, Assistant Sectelary f. ..s% Printed in U.S.,k. z le 0 FINAL RELEASE OF LIEN BY CONTRACTOR STATE OF FLORIDA COUNTY OF BROWARD • The undersigned contractor, under a certain contract with the City of Tamarac, dated 199_, in connection with the following public work: Cured -in -Place Pipe Lining Rgoirs Contract " City of Tamarac, Florida. Woodlands Area Wastewater Collection System Sewer Rehabilitation j #.ilitips Department Proipct No, _95-Q1/A 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 contractor, signed by , has been furnished to the City of Tamarac, as well as final releases of lien executed by all materialmen and subcontractors regardless of their tier. 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 11995. Signed, Sealed and Delivered in the Presence of: FMA (Corporate Secretary) (Type Name) (SEAL) FMA Insituform Southeast, Inc. (Contractor) (President) (Type Name) 95-01 / "A" Insitutorm Southeast FRL-1 Bond501a0 951002 �Z - 9) -'-2 Yo • I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that executed the same. WITNESS my hand and official seal this day of ( ) Personally known to me, or ( j Produced Identification 199_ NOTARY PUBLIC, State of Florida at Large (Name of Notary Public: Print, Stamp or Type as Commissioned) Type of I.D. Produced ( ) DID take an oath, or ( ) DID NOT take an oath. 95-01 / "A" Insituform Southeast FRL-2 Bond501a0 951002 • C� C� 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 Insituform Southeast, Inc. is a contractor in a certain contract with the City of Tamarac, Florida, dated following public work: 1995 in connection with the Cured -in -Place Pipe Lining Repairs Contract "A" City of T marac. Flori-dg. Woodignd§ Area W t w er Collection System Sewer Rehabilitation Utilities Department Project No. 95-01/A (2) That Affiant is (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 , 199_. (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 subcontractors, 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. 95-01 / "A" Insituform Southeast FRL-3 Affiant Bond501a0 951002 2vo 18 I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared to me known to be the person(s) 0 • described in and who executed the foregoing instrument and acknowledged before me that executed the same. WITNESS my hand and official seal this day of ( ) Personally known to me, or ( ) Produced Identification 199_. NOTARY PUBLIC, State of Florida at Large (Name of Notary Public: Print, Stamp or Type as Commissioned) Type of I.D. Produced ( ) DID take an oath, or ( ) DID NOT take an oath. 95-01 / "A" Insituform Southeast FRL-4 Bond501a0 951002