Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-95-243Temp. Reso. # 7209 Rev. 10/25/95 CITY OF TAMARAC RESOLUTION NO. R-95 �43 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE THE "POINT REPAIRS WITH ROBOTICS" CONTRACT PACKAGE "D" WITH KA-TE USA, INC. FOR SANITARY SEWER SYSTEM REHABILITATION UTILIZING THE CITY OF WILTON MANORS BOND CONSTRUCTION PROGRAMS BID SCHEDULE "B" INSITU SANITARY SEWER POINT REPAIRS AT A COST OF $108,667.65; 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 (1&1) Study identifying Tamarac as having an excessive amount of I&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 Temp. Reso. # 7209 Rev. 10/25/95 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 2 Temp. Reso. # 7209 Rev. 10/25/95 WHEREAS, KA-TE USA, 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 Point Repairs with Robotics; and WHEREAS, it is the recommendation of the Utilities Director that the "Point Repairs with Robotics" be initiated utilizing KA-TE USA, Inc. under the City of Wilton Manors Bond Construction Programs Bid Schedule "B" Insitu Sanitary Sewer Point Repairs; 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 KA-TE USA, Inc. under the City of Wilton Manors Bond Construction Programs Bid Schedule "B" Instu Sanitary Sewer Point Repairs at a cost of $108,667.65. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: f' 1 I7 Temp. Reso. # 7209 Rev. 10/25/95 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: The appropriate City Officials are hereby authorized to accept and execute the Wastewater System Rehabilitation Point Repairs with Robotics, Contract Package "D" (attached hereto as "Exhibit 2") with KA-TE USA, Inc. under the provisions of the City of Wilton Manors Bond Construction Programs Bid Schedule "B" Insitu Sanitary Sewer Point Repairs providing for repairs to the Woodlands Sanitary Sewer System at a cost of $108,667.65. 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. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 4 Temp. Reso. # 7209 Rev. 10/25/95 SECTION _5'. If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portion or application of the Resolution. SECTION_6. This Resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this �5 day of 199" 16 NORMAN ABRAMOWITZ MAYOR ATTEST: CAROL A. EVANS, C N1 0- CITY CLERK RECORD OF COMMISSION VOTE MAYOR ABRAMOW17Z Cua I HEREBY CERTIFY that 1 have DIST. 1: V/ M KATZ p oved this Resolutiq% as to DIST. 2: COMM. MISHKIN f f�� DIST. 3: COMM. SCHREIBER or . I /� N / DIST. 4: COMM. MACHEK fl,�. ITCHELL S. KR►AF CITY ATTORNEY 1 ,s POINT REPAIRS WITH ROBQTICS CONTRACT "D" CITY OF TAMARAC, FLORIDA &M@1011I,10 ; c WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION UTILITIES DEPARTMENT PROJECT NO. 95 - 01/D THIS CONTRACT, made and entered into this day of &tr I in the year Nineteen Hundred Ninety Five (1995) by and between KA - TE USA 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 Wilton Manors Bond Construction Programs Bid Package "B" Documents and the terms of this Contract, the Project known and identified as "POINT REPAIRS WITH ROBOTICS, Project No. 95-01/D" and shall do 95-01 / "D" KA - TE USA C - 1 con501 d0 951003 lre7- � s'--,2c/a-._ everything required by this Agreement, the Proposal, the General Terms and Conditions, the Supplemental General Conditions and Specifications. ARTICLE 2. TLimg.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 two hundred forty (240) calendar days. The rate of Progress and the time of completion being essential conditions of this Agreement. Deducti n for Not Completing n Time: If the Contract work is not fully completed, according to the terms of the Contract within the time limits herein stipulated, the Contractor shall pay the Owner, not as a penalty, but as liquidated damages, the sum of two hundred fifty dollars ($250.00) per day for each and every calendar day elapsing between expiration of such time limit and the date of full completion, unless the time limits . herein stated are subject to extension without payment of damages, as provided in the General Terms and Conditions. Where any deductions from or forfeitures of payment in connection with the work of this Contract are duly and properly imposed against the Contractor, in accordance with the terms of this Contract, Federal Laws, State Laws, or governing ordinances or regulations, the total amount thereof may be withheld from any monies due or to become due the Contractor under the Contract and when deducted, shall be deemed and taken as payment in such amount. ARTICLE 3.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 isexamination of the location of the proposed work as is necessary to understand fully the 95-01 / "D" KA - 7E USA C - 2 =501 M 951003 /f '9 �-- r-2 �.3 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. 0 Contractor shall maintain in full force and effect during the life of the contract, 95-01 / "D" KA - TE USA C - 3 con5010 951003 Workers' Compensation insurance covering all employees in performance of work under 40 the contract. Contra ctor 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 / "D" KA - TE USA C - 4 =501 d0 951003 with evidence of such coverage in the form of a Certificate of Insurance that provides for a30day 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 Point Rgpairs With Ro a ' s Con ra "D", Project No. 9.5 01/D, 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. C-ontract Price: The Owner shall pay the Contractor as just compensation for the performance of this agreement, subject to any additions or deductions as provided in the Contract and Bid Documents, the following prices: 0 95-01 1 "D" KA - TE USA C - 5 con501 d0 951013 E • POINT REPAIRS WITH ROBOTICS CONTRACT "D" CITY OF TAMARAC, FLORIDA WOODLANDS AREA WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION UTILITIES DEPARTMENT PROJECT NO. 95 - 01/D SCHEDULE OF VALUES FOR WORK TASK TASK ITEM DESCRIPTION OF TASK (BID) ITEM QUAN UNIT UNIT PRICE TOTAL D1 SET UP 63 EA $ 300 $ 18,900.00 D7 POINT REPAIRS WITH ROBOTICS D7.1 REPAIR & SEAL 8"-12" DIAM. AXIAL CRACKS c2,5 FT 95 EA $ 685 $ 65,075.00 D7.2 REPAIR & SEAL 8"-12" DIAM. AXIAL CRACKS >2.5 FT 0 EA $ 1,486 $ 0.00 D7.3 REPAIR & SEAL 8" TO 12" DIAM. RADIAL CRACKS 2 EA $ 782 $ 1,564.00 D7.4 REPAIR & SEAL RECESSED LATERAL 3 EA $ 2,167 $ 6,501.00 07.5 REMOVE & SEAL PROTRUDING LATERAL 5 LF $ 2,167 $ 10,835.00 D7.6 REPAIR & SEAL 8" DIAM. JOINTS 1 LF $ 608 $ 608.00 D7.7 REPAIR & SEAL 10" DIAM. Joiws 0 LF $ 643 $ 0.00 D12 WARRANTY TV SURVEY 0 LF $ 2.25 $ 0.00 D13 INDEMNIFICATION D13.1 INDEMNIFICATION 1 LS $ 10.00 $ 10.00 TOTAL WORK TASK $ 103,493.00 5% CONTINGENCY $ 5,174.65 TOTAL CONTRACT 108 667.65 NOTE: Quantities reflected in this schedule of values are approximate and may vary depending on actual field conditions. Notice To Conlraglor * AS APPROVED BY OWNER 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. 95-01 / "D" KA - TE USA con5010 951003 0 GRAND TOTAL SCHEDULE OF VALUES FOR ALL WORK TASKS $ 108,667.65 (Figures) GRAND TOTAL SCHEDULE OF VALUES FOR ALL WORK TASKS One Hundred Ei ht Thousand Six Hundred Sixty_Seven Dollars and 65 Cents (Written) E ENTIRE MRK—S—BALL BE COMPLETED WITHIN 240 CALENDAR DAYS FROM E DATE OF "NOTICE TO PROCEED." ARTICLE 5. Proares� Payments: On, not later than, the tenth day of every month, except as provided for in the Supplemental General Conditions, the Contractor shall prepare and submit on a form approved by the Utilities Director, a detailed estimate and invoice to the Utilities Director covering the percentage of the total amount of the Contract which has been completed from the start of the job up to and including the last day of the preceding month, together with such supporting evidence as may be required by the • Owner and/or Utilities Director. 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, less the aggregate of previous payment. ro r Retention: The percentage of estimated value to be retained shall conform to the following schedule: 1. Retention for up to 1 0% of payments claimed. 0 95-01 / " - KA - TE USA C - 7 =501d0 951003 ,e- s �-- oz �12 2. When the project is substantially complete (operational or beneficial occupancy),the retained amount shall be reduced to 5 /o 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. ARTICLE 6. AcceMance and Final Pa men " 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 95-01 / "D" KA - TE USA C - 8 =501 d0 951003 ,e�:, - 9S a y/2 • • 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 Contrary 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. 95-01 / "D' KA - TE USA C-9 con5010 951003 • • IN WITNESSETH WHEREOF, the Parties hereto have executed this Agreement, the day and year first above written. OWNER: = OF TAMARAC FLORIDA CONTRACTOR: KLTE USA. INC. _, l� By; orm Nan Abramowitz Mayor, City of Tamarac �1�\ '--k-sn APPROV D A; 95-01 / "D" KA - TE USA Mark-R. Ibom resident and CEO 7--� ny C'CC _ ATTEST: Robert S. Noe, City Manager. Sec tary Carol A. Evans, C r C City Clerk TO FOR . Mifche. Kraft, City orney (CORPORATE SEAL) ADDRESS FOR GIVING NOTICES: 4505 131st Avenue North, Unit 2 Clearwater, Florida 34622 License No.: 9 44 - 1 5(o 9 - POINT REPAIRS -WITH ROBOTICS CONTRACT "D" CITY OF TAMARAC, FLORIDA WOODLANDS AREA WASTEWATER COLLECTION SYSTEM SEWER REHABILITATION UTILITIES DEPARTMENT PROJECT NO. 95 - 01/D C-10 con501d0 951003 • • D & D Surety and Insurance Agency 500 N. Central Expressway Suite 223 Plano, Texas 75074-6762 Phone Number 214-578-5404 Fax Number 214-578-5407 10/27/95 11:44 V813 571 1206 KA—TE USA INC. / 3 Q 014 Bond Number: 015005196 Premium: $3,173.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That KA-TE USA. Inc. as Principal, hereinafter called Contractor, and Amwest Surety Ins r o 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 gne Hundred Eight e Dollars and 65 pants (108"667"65) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. Na V. I WHEREAS, Contractor has by written agreement dated _ , 199 5 ,entered into a contract with Owner for construction of E!oInt Repalm with Etobotigs Contract"-Q , in accordance with tasks 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 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 95-01 / "D" KA-TE USA PRB-1 Bond501d0 951002 10/27/95 11:45 '0813 571 1206 KA-TE USA INC. Q 015 • 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. 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 th a Owner. SIGNED AND SEALED ON this 30th day of October , 1995. AFFIX SEAL AFFIX SEAL 95-01 / "D" KA-TE USA fitness) By: eo (Type Name tie) (Type Name) Attorney -in -Fact By: / (Seal) Charles J. Neilson (Type Name) Resident Agent PRB-2 Bond5old0 951002 10/27/95 11:42 %P813 571 1206 KA-TE USA INC. 1001! Z/� Bond Number: 015005196 Premium: $3,173.00 .PAYMENT KNOW ALL MEN BY THESE PRESENTS: That We, n as Principal and A m w e s t Surety Insurance Company as Surety, are bound to the CITY OFTAMARAC, FLORIDA herein called Obligee, In the sum of One HUndredEight Thpusand Sixdr ve Dollpirs and 60 pents („ G%tc67.451' 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 Nv b,ef-- .. ,- , 1995, for the - nd- I n " ' Pr!2ir,ct No. 25-010 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: �U✓ �� 1. Performs the Contract with the City of Tamarac, Florida dated 1995 for the point Repairs with Robotics Con I'D" role!;t No. 9§-01/D in the time and manner prescribed in the Contract; and 2. Promptly makes payments to all persons who are defined in Section 713.01. F.S., whose claims derive directly or indirectly from the prosecution of the work provided for in the Contract, then this bond shall be null and void and of no further force and effect; otherwise to remain in full force and effect 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 9"1 / "D" KA-TE USA PYB-1 Bond5010 951002 10/27/95 11:43 r&813 571 1206 KA—TE USA INC. 5;"5 - -�1'2 y� IM 013 • • no more and no less than is specified in F.S. 255.05. SIGNED AND SEALED ON this 3 o t h _ day of o c t o b e r 11995. �Irma� -- — !: (Witness) AFFIX SEAL AFFIX SEAL Principal ("type Name/Title) Amwest Surety Insurah4e Compa �me) fflu !�Imvoil iAk-h—llq Dennis H. Moore (Type Name) Attorney -in -Fact By; I$Ieal) Charles J. Neilson (Type Name) Resident Agent 95-01 /'D" KA-'T'E USA PYB-2 Bond501dO 951002 MAINTENANCE BOND Bond Number: 015005196 KNOW ALL MEN BY THESE PRESENTS, That we KA-TE USA Inc. 4505 131st Avenue North, Unit 2 Clearwater, FL 34622 herinafter referred to as Principal, and Amwest Surety Insurance Company, a Corporation, hereinafter referred to as Surety, organized and existing under the laws of the State of California and authorized to do business in the state of Florida, are held and firmly bound unto City of Tamarac, Florida 6001 Nob Hill Road Tamarac, FL 33321 hereinafter referred to as Obligee, in the penal sum of Dollars ($27,167.00) lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves our Executors, Administrators, Successors, and Assigns, firmly by these presents. WHEREAS, Contractor has by written agreement dated the , entered into a contract with obligee for Sewer Rehabilitation via Robotic Technology; Point Repairs with Robotic Contract 'D" in accordance with the General Conditions, the Drawings and Specifications, which contract is by reference incorporated herein, and made a part hereof, and is referred to as the contract. NOW, THEREFORE, the condition of this obligation is such that , if Contractor shall remedy any defects due to faulty materials or workmanship which shall appear within a period of One (1) year(s) from the date of substantial completion of the work provided for in the contract, then this obligation to be void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, it shall be a condition precedent to any right of recovery hereunder, that in event of any default on the part of the Principal, a written statement of the particular facts showing the date and nature of such default shall be immediately delivered to the Surety by certified mall at its Home Office in Irving, TX. AND PROVIDED FURTHER, any proceeding, legal or equitable, under this bond may be instituted in any court of competent jurisdiction in the location In which the work or part of the work is located and shall be instituted within six months from the date of notice of principal default or six months from the last day of the term of this bond, whichever comes first. Signed, sealed and dated this 30 day of October, 1995 1RU By: I V Si nature of Authorized Representative By: Type Narrie I and Title SuretyQlVurance Company Dennis H. Moore, Attorney -in -Fact 1 ResxdenA Rten� EXPIRATION DATE 8-31 -96 POWER M-11,MER 00005201 64 READ CAREFULLY This document is printed on white paper containing the artificial watermarked logo of Amwest Surety Insurance Company (the "Company'l on the front !j } and brown security paper on the back. Only unaltered originals of the POA are valid. This POA may not be used in conjunction with any other POA. No j representations or warranties regarding this POA may be made by any person. This POA is governed by the laws of the State of California and is only valid until the expiration date. 1 I I III F NUW ALL 13Y TRESE PRESENT, that Amwest Surety Insurance Company, a California corporation (the "Company'l, does hereby make, constitute and appoint: ROGER BALES DEBBY MOORE DENNIS H. MOORE AS EMPLOYEES OF DENNIS 11. MOORE T/A D & D SURETY its true and lawful Attorney -in -fact with limited power and authority for and on behalf of the Compan sure " execu ' and affix the seal of the company thereto if a seal is required on bonds, undertakings, recognizances, reinsurance agreement for a Mil Act other p n"" nd or other written obligations in the nature thereof as follow: Contract (Performance & Payment), Court, Subdivision $**1,000,000.00 +� License & Permit Bonds up to $*****50,000.00 Miscellaneous Bonds up to $*****25,000.00 Small Business Administration Guaranteed Bonds up to $****250,000.00 Bid Bonds up to $ * * 1,000,000.00 and to bind the company thereby. Ibis appointment is made under and by a o e By- f Corn hich are now in full force and effect. L the undersigned secretary of Amwest Surety insurance Company, a lif. is otporati REBY y that this Power of Attorney remains in full force and effect and has not been revoked and fiuthennom, that the ons of the ) rd of 13firc torF att<forth on this Power of Attorney, and that the relevant provisions of the By -Laws of the Company, are now in full ford e \,(Y7ry+J Bond No. ' 015005196 Signed & sealed this 30 y of OCt 95 'V Karen G. Cohen, Secretary to ES UTIONSTV BNF DIRECTORS #t iE tlt #t tlt This POA is signed and sealed by facsimile un by o auth oo lutions adopted by the Board of Directors of Amwest Surety insurance Company at a meeting duly held on Decem 1 S, 19 RESOLVED, that the President or ice Prasiden tion thSecretary or any Assistant Secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in tho ' 'denci the a in enthich case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, und, ' re gnizance hip ob of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any POA previously gran RESOLVED FURTHE bond, g; reco c , or suretyship obligation shall be valid and bind upon the Company: (i) when sign, by the Pros ent or any ent an d and sealed (if a seal be required) by any Secretary or Assistant Secretary; or (ii) when signed by the President or ice l sident rr c ry or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or t; o (iii) when duly executed and sea al be rei u�by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorn as the Companyto such person or persons. RESOLVED FURTHER, tha nature of any authorized officer and the seal of the Company may be affixed by facsimile to any POA or certification thereof authorizing the execution an delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, Amwest Surety Insurance Company has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto affixed this 1st day of January, 1993, John E. Savage, Predent Karen G. Cohen, Secretary State of California County of Los Angeles On January 1, 1993 before me, Peggy B. Lofton Notary Public, personally appeared John E. Savage and Karen G. Cohen, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OFFICIAL 4CAI. ttnulp WITNESS hand and official seal. PEGGY B, LOFTON •��Notary •P• 4�.,. Puhile-Calibmia p. Oq r, ySignature, LOS ANGRES COUNTY(Seal) MY ColnwMon Ex0as MAY Fc2a Lofton Notary Pu JUV 28• 1495 gC/FUiO