Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-2311 Temp Reso # 9097 Page 1 August 2, 2000 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000-a 3/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE AWARD OF BID #00-17B "LIME SLUDGE REMOVAL, HAULING AND DISPOSAL" TO DRD ENTERPRISES INC. OF DAVIE FOR AN AMOUNT NOT TO EXCEED $63,250 ANNUALLY BEGINNING OCTOBER 1, 2000 THROUGH SEPTEMBER 30, 2002 WITH TWO ADDITIONAL TWO YEAR RENEWAL OPTIONS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, lime sludge is a by-product of the water treatment process and must be removed, hauled and disposed of from the City's Water Treatment Plant; and WHEREAS, the City of Tamarac publicly advertised Bid #00-17B "Lime Sludge Removal, Hauling and Disposal" in the Sun -Sentinel on April 30th and May 7th, 2000; and WHEREAS, fourteen (14) vendors were solicited and four (4) bids were opened and reviewed to determine cost and responsiveness to the City's specifications; and WHEREAS, DRD Enterprises Inc. of Davie submitted the lowest responsive responsible bid at a price of $5.75 per cubic yard, and; Temp Reso # 9097 Page 2 August 2, 2000 WHEREAS, sufficient funds are available from the Utilities Department Water Treatment Plant Operating funds; and WHEREAS, it is the recommendation of the Director of Utilities, Water Plant Superintendent and Purchasing/Contracts Manager that Bid #00-17B "Lime Sludge Removal, Hauling and Disposal" be awarded to DRD Enterprises Inc. of Davie for a period beginning October 1, 2000 through September 30, 2002 with two (2) additional two (2) year renewal options, as the lowest responsive and responsible bidder; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the residents of the City of Tamarac to authorize the award of Bid #00-17B "Lime Sludge Removal, Hauling and Disposal' to DRD Enterprises of Davie in an amount not to exceed $63,250.00 annually. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 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 upon adoption hereof. SECTION 2: The award of Bid #00-17B "Lime Sludge Removal, Hauling and Disposal" to DRD Enterprises Inc. of Davie, a copy of the Agreement and Bid 00-17B attached hereto as Exhibit "A", for an amount not to exceed $63,250 annually beginning October 1, 2000 through September 30, 2002 with two (2) additional two (2) year renewal options is HEREBY AUTHORIZED. 1 1 1-1 Temp Reso # 9097 Page 3 August 2, 2000 SECTION 3: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this ATTEST: MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I Have approved this RESO UTION as to form. CHELL S. R) CITY ATTORNEY / day of 4k4* 2000. JOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER.r,......w DIST 1: COMM. PORTNER.. DIST I: COMM. MISHKIN.,.,, DIST *. COMM. SWANW DIST 4: VIM ROBERTS AGREEMENT BETWEEN THE CITY OF TAMARAC AND DRD ENTERPRISES INC. OF DAVIE THIS AGREEMENT is made and entered into this / day of 200 0 a� by and between the City of Tamarac, a municipal corporation with princip4oic"es located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and DRD Enterprises_ Inc._ of Davie, a Florida corporation with principal offices located at 858 NW 811, Terrace Plantation Florida 33324(the "Contractor") to provide for Lime Sludge Removal, Hauling and Disposal at the City of Tamarac's Water Treatment Plant. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) CONTRACTOR shall furnish all labor, materials, and equipment necessary to provide for Lime Sludge Removal, Hauling and Disposal at the City of Tamarac's Municipal Water Treatment Plant. b) CONTRACTOR shall excavate, dewater, load, transport and dispose of the City of Tamarac's Municipal Water Treatment Plant lime sludge. Sludge excavation and removal will be performed in accordance with all rules and regulations promulgated by D.E.P., D.N.R.P. and all other agencies which govern these activities and as per the specifications listed in Bid 00-17B, Lime Sludge Removal, Hauling & Disposal, Exhibit "A" attached. b) Contractor shall clean up and remove each day all debris and material created by the work at the contractor's expense. c) CONTRACTOR shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. CONTRACTOR shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. CONTRACTOR shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. e) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. f) CONTRACTOR shall provide the CITY with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. g) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The term of this Agreement is for a period of two (2) years, beginning on October 1, 2000, and following execution by the City and ending on September 30, 2002. Upon expiration of the two (2) year term, the parties may choose to terminate this Agreement, or renew the Agreement by written agreement signed by the parties hereto for a term to be set in the renewal agreement. 5) Contract Sum The Contract Sum for the above work is Five Dollars and seventy five cents ($5.75) per Cubic Yard of Lime Sludge for an estimated quantity of Eleven Thousand Cubic Yards (11,000 Cubic Yards) annually for an estimated total contract price of Sixty Three Thousand, Two Hundred and Fifty Dollars and zero cents annually ($63,250.00) . The Contract sum is determined by the cost of labor and materials for the job located at 7803 NW 61 st Street, Tamarac, Florida, also known as the City of Tamarac's Municipal Water Treatment Plant. 6) Payments The CITY shall pay in full the Contract Sum to the Contractor upon completion of the work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City shall pay the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Waiver of Liens Prior to payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or contractors who worked on the project that is the subject of this Agreement. 8) Warranty Contractor warrants the job completed against defect for a period of two (2) years commencing in October 1, 2000 through the date of completion of work. In the event that defect occurs during this time, Contractor shall perform such steps required in Paragraph 2 of this Agreement to the affected areas of the City of Tamarac's Municipal Water Treatment Plant. Contractor shall be responsible for any damages caused by defect to affected area or to interior structure. 3 9) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' 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 the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. 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. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 10) Non -Discrimination The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 11) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 12) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. C! 13) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. WFI City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Marian Pressler President DRD Enterprises Inc. Of Davie 858 NW 815t Terrace Plantation, FL 33324 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by CONTRACTOR: In addition to all other remedies available to the CITY, this Agreement shall be subject to cancellation by the CITY should the CONTRACTOR neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by CONTRACTOR of written notice of such neglect or failure. 15) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City 5 of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 17) Signatory Authority The CONTRACTOR shall provide the CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this Agreement. 18) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 19) Merger; Amendment This Agreement constitutes the entire Agreement between the CONTRACTOR and the CITY, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the CONTRACTOR and the CITY. C.1 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC , through its Mayor and DRD Enterprises Inc. Of Davie, signing by and through its President duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date: 11job ATTF CT• Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Um-- A� 'J Schreiber, Mayor Date: Jeffrey,t/MALdr, City Manager Date: 'Y114" form a al (_,Mitthell S. Kraft, City Attorney DRD Ente se c. Of Davie �IR (g (Name of President) 7 Type/Print Name of President Date: �1�cLro CORPORATE ACKNOWLEDGEMENT STATE OF L ( COUNTY OF The foregoing instrument was acknowledged before me this y of Uq 206©by V c-�%L.v- name of officer or agent, title of officer or agent) of Di? L� i"�N�E 11�(�E,�c�a�iUl ame of corporation acknowledging), a�Q/c /��—_ (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me Dayr�? �w>zs5[-e�z (type of identification) as identification and did (did not) take an oath. of; o PATRICIA A. GRANTIIAM ITT NIy Commission Expires Dec. 6, 200 1 w PUBL Bonded by Service Insurance Commission No. CC676714 1 ) Personally Known f Ocher I.0. 1.1 Signature of Notary Public — State of Florida Print, Type or Stamp Name of Notary Public EXHIBIT "A" REQUEST FOR BID • 0-y T A � le q BID # 00-17B LIME SLUDGE REMOVAL, HAULING & DISPOSAL FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www,tomarac.org BID NO. 00-17B INVITATION TO BID Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, June 7th, 2000 at 2:00 p.m., at which time bids will be publicly opened and announced for: LIME SLUDGE REMOVAL, HAULING & DISPOSAL All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked "Bid No. 00-17B, LIME SLUDGE REMOVAL, HAULING & DISPOSAL opening Wednesday, June 7th, 2000 at 2:00 p.m." on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For inquiries, contact the Purchasing Office at (954) 724-2450. X Anne M. Lodato, CPPB Senior Buyer Publish Sun Sentinel: Sunday, 4/30/00 Sunday, 5/7/00 Equal Opportunity Employer INSTRUCTIONS TO BIDDERS BID NO. 00-17B LIME SLUDGE REMOVAL, HAULING & DISPOSAL It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Wednesday, June 7th, 2000, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and two (2) copies (blue forms only) of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING: Not applicable for this bid. 2 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. S. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B, destination to a specific City of Tamarac address. All delivery cost and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 3 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. 10. SAMPLES AND DEMONSTRATIONS: When requested samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract 112 is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, 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. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. 5 The following are required types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. C.1 The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full aof the deductible or self -insured retention. mount If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit Of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' 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 the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 7 Lime Sludge Removal, Hauling & Disposal BID 00-17B DETAILED SPECIFICATIONS PURPOSE OF THE BID: To obtain a contract for the excavation, dewatering, loading, transporting and disposal of Municipal Water Treatment Plant lime sludge. CONTRACT PERIOD: The contract shall be for an initial period of two (2) years. Operations to begin on approximately October 1, 2000, or as close to that date as possible pending award of the bid by City Commission. The City reserves the right to extend the contract for two (2) additional two (2) year periods providing both parties agree to the extension, and all of the terms, conditions, and specifications remain the same. The work under this contract will require the contractor to excavate, remove, dewater, and dispose of all lime sludge settled in the Water Plant Lagoon. Sludge excavation and removal will be performed in accordance with all rules and regulations promulgated by D.E.P., D.N.R.P, and all other agencies which govern these activities. The following regulations shall be observed in every case to avoid a violation thereof: -FAC 17-3.402 Subsection I, Paragraph D. -FAC 17-302 Section 500a, Paragraph C - Especially next to canals, ponds, etc. Also, disposal in low PH areas or high ground water areas is to be discouraged. -DNRP Section 27-5.03.031 Discharges -DNRP Section 27-5.03.33 Disposition of Substances -DNRP Section 27-5.10 Operation Problems -DNRP Section 27-6.04 Prohibitions -DNRP Section 27-6.04 (6) Variance **** • The contractor's operations shall be such that lime sludge dredged from the pond shall be placed within the designated drying site in piles not to exceed 12 feet in height, or approximately 2500 cubic yards of sludge shall be placed in such a way that runoff or rainfall will not cause the sludge to spread further from site proper around the existing retaining wall. • Contractor must demonstrate the expertise to perform the services required by these specifications. • Contractor shall be responsible for payment of any and all dumping fees and/or permits required. • Contractor must submit at least three business references including the contact person and telephone numbers to show reliability of operational experience. E:3 • Removal will be required after the sludge has been allowed to dry for a minimum of twenty one (21) days and a maximum of forty five (45) days, except for major rains or similar acts of God. • All dredging, excavating, removal, site management and related work shall be done entirely with the contractor's equipment, manpower and supplies. • At NO time may sludge be allowed to concentrate in any area of the pond proper, such that piles or rifts of sludge will break the water surface. • The contractor's operations as to the frequency of removal shall be agreed upon beforehand and subject to approval of the Interim Utilities Director or his designee. • The primary limitation on the contractor's operations will be that the sludge shall be allowed to dry prior to removal from the site. Sludge piles created for drying purposes will not exceed twelve (12) feet in height at any point or time prior to removal from the Plant site, nor allowed to remain unremoved for more than forty-five (45) days except for major rains or similar acts of God. • Successful completion of the annual contract will require the eight (8) foot effective depth of water throughout the pond and a clean and empty drying site maintained by the contractor on a continuing basis and specifically at contract completion date. • The entire Water Plant site falls under wellfeld protection rules and the contractor shall conduct his operations in a manner which will prevent any ground contamination with diesel fuel, hydraulic fluid or any other substance whose presence or contact with the ground by spill, leakage, etc. would be detrimental in any way to the treatment process or welifields or in contravention with established regulations governing such activity. • All excavation work shall be performed with the pond supernatent gate in the closed position. • The bid price shall be calculated on a price per cubic yard of sludge excavated from the pond, piled for drying, loaded onto trucks, removed and disposed from the Water Treatment Plant Site in an agency approved manner. • All invoicing will require supervisor or designee approval of load slips or other verifiable means of removal. • All sludge removed by truckload will be verified by the Water Plant Superintendent or his designee. • Work performed on weekends and holidays must be scheduled and authorized in advance with the Plant Superintendent or his designee. • There will be no separate or direct payment to the contractor for mobilization or demobilization of equipment. • With regard to any operations within or mandated requirements q pursuant to this contract, the City reserves the right to cancel and/or invalidate the contract for lack performance on the part of the contractor. Notice to this effect shall be tendered not to exceed seven (7) days by Registered or Certified Mail. • Lime Sludge will be hauled from designated locations to approved disposal site(s). • All permit requirements will be the responsibility of the contractor and he shall be responsible for supplying all equipment, materials, and manpower necessary for the excavation, dewatering, loading, transporting and disposal of the lime sludge. • The contractor will be responsible for payment of all dumping charges. • Lagoon banks shall be maintained by the Contractor so as not to allow erosion either by rainfall or by the normal operation of the Water Treatment Plant, which could allow flooding to other properties. • Any damage to plant piping, valves or any equipment associated with the polishing pond, shall be repaired by the contractor at no cost to the City. • The estimated amount of lime sludge to be removed shall be calculated at 11,000 cubic yards per year at the City of Tamarac Water Treatment Plant. iul COMPANY NAME: (Please Print): =KG O r UAV I Phone:1,6q 370 71 �{ Fax: �a I (p - �k --NOTICE-- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the DETAILED SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A"). 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized. 3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). 5. Fill out the REFERENCES PAGE (Attachment "E"). 6. Fill out the LIST OF SUBCONTRACTORS PAGE (Attachment "F"). 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "G") 7. Include Proof of Insurance. 8. Carefully read the APPLICATION FOR PAYMENT, FINAL RELEASE OF LIEN and FORM OF AGREEMENT documents attached. 9. Submit ONE (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 11 - ATTACHMENT A BID FORM LIME SLUDGE REMOVAL, HAULING & DISPOSAL BID NO.00-17B Submitted by: RDi wrz aF�w'S e.s 51'3olgvo (Bidder) (bate) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88th Avenue, Tamarac, Florida 33321 1.The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days after the date of the City's Notice of Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the " Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. 12 BID FORM LIME SLUDGE REMOVAL, HAULING & DISPOSAL BID NO.00-17B We propose to furnish the following in conformity with the specifications bid prices. The bid prices quoted have been checked and certified to prices are fixed and firm and shall be paid to Bidder for the successful obligation as specified in the contract documents. LIME SLUDGE REMOVAL, HAULING & DISPOSAL (ESTIMATED AT 11,000 CUBIC YARDS PER YEAR) TOTAL BID PRICE ADDI NTS: t Authorized Signature and at the below be correct. Said completion of its -/5' $-5 CUBIC YARD TAD 1;WT9:9J'k'j s 1E* =W C. Company Name 13 LIME SLUDGE REMOVAL, HAULING & DISPOSAL BID 00-17B BID FORM continued Bidders Name: TQn'ENT6 0 ou l E 5 Z:+c o r VA v 1& NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: 00 % DAYS: Delivery/completion: Q calendar days after receipt of Purchase Order. NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 14 BID FORM LIME SLUDGE REMOVAL, HAULING & DISPOSAL BID NO.00-17B Bidder's Name:-T-yN(r. Pal'f 'f zr:luC. VARIATIONS: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section Variance Section Variance Section Variance Section Variance Attach additional sheets if necessary. 15 ATTACHMENT B i NON -COLLUSIVE AFFIDAVIT State of 1 LOR i X) 01 ss. County offb R O R D &II —do —If L4 being first duly sworn, deposes and says that: (1) He/she is the O �G c A. ( Owner, Partner, fficer, +Representative or Agent64WAidder f Z1D _i�VS ��r 9 that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered in th# pre ce of: z r=(.JE r;,�4. ,ays By: Aid NE:45-S L (Printed Name) 16 NON -COLLUSIVE AFFIDAVIT State of s County of ACKNOWLEDGMENT BEFORE ME a undersigned �A A �RLss `F/ ority, personally appeared to me well known and known by me to be the person described herei and -Who executed the fore . g Affida 't an acknowledged to and before me th executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this 1day of 2000 i+ej M BERGER ,; : MY COMMISSION# CC832455 NOTARY PUBLIC, State of Florida at Large =W x&. E EXPIRES: May 3, 2003 k,4 Bonded Thru Notary Public Undsrwritsrs (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me or (_) Produced identification Type of I.D. Produced (__ ) DID take an oath, or (DID NOT take an oath. 17 ATTACHMENT C CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION )(OTHER ❑ IF OTHER, EXPLAIN: 10 AUTHORIZED SIGNATURE: _el ARIA *I HIM Sfl-CM. AUTHORIZED SIGNATURE (PRINTED OR TYPED) W-s I IDr0i-r TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 5-0!t l 9 � 0 COMPANY NAME:1)AV �►krt rokORf? t s =NL • cW I)A 1/ / ADDRESS: 5 O tA W sb ( are ft R, PACITY:. Am `TA or � N STATE: .0 ZIP: 3 _. TELEPHONE N`7d 7� �� FAX NO.: CONTACT PERSON 71:)A0 1a i&] ATTACHMENT D BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions` made hereinafter: Name of Compan J/ RD Address: � 7K I Y, t How ny years has your organization been in business under its present name? m years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? At what address was that business located? Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? YesNo ❑ If Yes, ATTACH A COPY OF LICENSE Has your comp,4sy or you personally ever declared bankruptcy? Yes ❑ No Alf Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a ont ct or a purchase order from the City of Tamarac or other governmental entity? Yes No ❑ If yes, explain (d te, service/project, bid title, etc) F Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No )�If yes, explain: Have you ever been debarred entity? Yes ❑ No�If yes, explain: or suspended from doing business with any governmental 19 ATTACHMENT E REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name• Address City/State/Zi Phone 7 Fax: Contact A ency/Firm Na -f F Add re s City/State/Zip Phon Fax: Contact Agency/Firm Name: I. &4 Address City/State/Zip Oq!P-hone: Contact AAEN Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact 1 YOUR COMPANY NAME IQ,,� ADDRESS SSA4-R' a(rA J ''f —TC�/3, PHONE: WS Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact- Agency/Firm Name: Address: City/State/Zip Phone: Contact: Agency/Firm Name: Fax: Address: City/State/Zip Phone: Fax: Contact: FAX: ATTACHMENT "F" INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS The Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work, which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Work to be Performed Contractor Percent Subcontractor's Name and Address License of Work Telephone and Fax Numbers Number of Total Contact Name Contract 1. 21RVCKJtq AvLi� SLvDq D 2. 3. 21 ATTACHMENT G VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement affects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug - free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall. - Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. IR_ b � Pk�scS c�c� Aut rized Signature Company Name 0� -,:-r "►gin: s:>. k. p DUCER `.„. .f..fs»#..3... Advanced Ins, Underwriter. 5201 Ravenswood Road, #107 Ravenswood Office Center Fort Laude Edale, FL 33312 It INSURED CO LTA D _B D Enterprises, Inc, 858 N-W. 81st Terrace Plantation, FL 33324 �w rf' :;+#a•-:::! ;::,^;ti?<i�:%:':+?iris%k:%::Sii;;::yi;:j�t?�{± ,;.«jj,jt-s..,:f,r..,..>,...,.:»::.:,:::::.::::.J:::�vf`fv'>:'#: •� T�iMw ooji� :al�YttiYii:1>�::(tiCtii{Y#fAtFt:Fat2E>;:`.i;3{;,;i:'::;SSS;�; : «i:,. `, ., ds•,'::: O2/29/00 A THIS CERTIFICATE IS fED ,u A MATTER OF I CfLY AND COWERS ..� RI(iFfTS �CRMATION ALTEFI�THE I �I I ATE DOES MT THE p�FE1� aR MF AFFORD® STY PODUaES B&OW. CO ANIES AFFCRo1Nd Cp1/�ALiE COMPANY ANautilus Insurance Company COMPANY CRU B COMPANY C COMPANY •i; t # #5 #i#t���f: <iFt 2fY f `� ; t} t i tit j ei t. t t: tts •:ii t }ff>iff3,j}sf,:: sf3#: f;;f is i i yr3; 3 iYJ 3; 3 :r ii:::E##{#f{Y> > }`?'13i}:? t: ##{# 2`;:.:i#;tttY•.}:?#ijt2s;::i•: j..:;Y;tYj-•.;i:..;;;i=:- ii:}:;;:.:•:-:;i;:}::>. :.... , THIS 1$ TO C Y THAT THE POUCEs OF NSIRAN :,r:,... f3,:sff#;iFf}fiiiiiif3fiifi3f11 i } i > ->,..j::}».,:ff:,,,s;,::r,;:i;ff;;ffffffiiisS#ii INDICATED. NOTWITHSTANDING ANY REQU USTED BELOW HAVE BEQN ISSUED TO THE INSURED NAMED ABOVE FOR THE PCLJCy PERIOD CatT1FIGITE AAAr BE ISSUED OR IMY PERT�TTHE INSUU OR RANCE AFFCRDErnM A B THEE POLICIES OONTRACT DE9 OMER p H�EFIkM IS WrrHERESPECT T.OT}wH �g(S EXCLUSICNSAND CdND►TIpry3OF SUCH PODS. LIITITS SHOWN MAY HAVE BET]V REDUCED BY PAD CLAUS, TYPEOF INSURANCE A GENERAL LIABILITY X COMMERCIAIGENERAL LIAgILII CLAIMS MADE a] OCCUR OWNER'S A CONTRACTOR'S NC)l X I/PD Ded:500 AUTOMOBILE LIABILITY ANYAUTO ALLOWNEDAUTOS SCHEDULED AUTOS MIREDAUTOS NON•OWVEDAUTOS LJ C- AGE UABILITY ANY AtCO ?EXCESS LRLIrY .UMR?IE"A FORM U�?TME � AVUM9RELLA=OAW WOii-FRS COMPENSATION AND EMPLOYER$• LIABILITY rH E PROPRI ETO I/ PARTNERS/EXECUTIV, INCL OFFICERS ARE, EXCI OTHER POLICYNUMBER NC099886 DESCRIPTON pF OPERAJ'0N31LQCATIONS/VEHICLES/SPECIAL ITEMS ATTN; JOHN HARVEY City of Tamarac 7525 N. W. 88th Ave Tamarac , FL 33321 POLICY EFFECTIVE POLICY EXPIRATION DATEIMM/OD/T'TT DATEIMMJDO(YY) LIMITS 12/09/99 12/09/00 GENERALAGGREGATIP :1 0Q0,000 PRODUCTS-COMPjpPAGG S1 0 00 000 PER5pNAL;AOVINJURY S1 000 000 EACH OCCURRENCE $1 000 000 FIREDAMAGE(Any-. I,.) S50 000 M ED EXP (Any an• person) S1 # 000 COMBINEEOSINGLE LIMIT IS BOOILYINJURY (Per persan) $ BODILYINJURY (Ptr rcmdenl) S PROPERTY DAYIG- IT AUTO ONLY- EAACCIDENT S OTHER THAN AUTO ONLY. EACHACCIDENT S AGGREGATE S EACMOCCUA�P:- N C Is AGGREGA-E: S IS STATUTORY LIMITS EA,^,M ACCIpENT S DISEASc.11OL1CYUMIT S 215'wASE-EACH EMPLOYEE S .................................................. SHOULD ANYOF THEABOVE DESCR,BED POLICIES BE CA NCELLEO BEFORE THE EXPIRATION DATETHEREOF,THE-SSUINGCOMPANYWILLENDEAVOR TOMAIL • I-Q-- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUTFAILURETO MAILSUCH NOTICESHALLIMPOSE NOOBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE