Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-2591 Temp Reso # 9135 Page 1 September 5, 2000 Revision #1 — 9/21/00 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000- o� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING BID #00-23B TO JOHN LUTHER, INC. FOR RESTROOM RENOVATION TO THE FIRE STATION LOCATED AT 7501 NW 88T" AVENUE, TAMARAC, FLORIDA, AT A COST NOT TO EXCEED $47,450.00; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH JOHN LUTHER, INC. FOR BID #00- 2313; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has increased the level of service provided from the fire station located at 7501 NW 88th Avenue (Station 41); WHEREAS, the current facilities are inadequate to meet the needs of staff assigned to that location; and WHEREAS, the City of Tamarac published Request for Bid #00-23B "FIRE STATION #1 RENOVATION PROJECT" (Exhibit "A") in the Sun -Sentinel on July 9, 2000 and July 16, 2000; and WHEREAS, twelve (12) vendors were solicited and five bids (5) were received on July 26, 2000, and reviewed to determine cost and responsiveness to the City's specifications; and F 1 Temp Reso # 9135 Page 2 September 5, 2000 Revision #1 — 9/21/00 WHEREAS, John Luther, Inc. submitted a bid at a price of $47,450.00, which was the lowest bid received; and WHEREAS, sufficient funds are available from the Fire Rescue Operating funds; and WHEREAS, it is the recommendation of the Fire Chief and Purchasing/Contracts Manager that Request for Bid #00-23B "FIRE STATION #1 RENOVATION PROJECT" be awarded to John Luther, Inc.; 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 Request for Bid #00-2313 "FIRE STATION #1 RESTROOM RENOVATION PROJECT" in an amount not to exceed $47,450.00. 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 Request for Bid #00-23B "FIRE STATION #1 RESTROOM RENOVATION PROJECT' is awarded to John Luther, Inc., for an amount not to exceed $47,450.00. SECTION 3: The appropriate City Officials are hereby authorized to execute an Agreement with John Luther, Inc., for Bid 400-23B. 1 1 1 Temp Reso # 9135 Page 3 September 5, 2000 Revision #1 — 9/21/00 SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. 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 portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. YA PASSED, ADOPTED AND APPROVED this 7 day of , 2000. ATTEST: A"'-h A J "0,4 MARION SW LNSON, CMC CITY CLERK I HEREBY CERTIFY that I approved this RESOLUTION as to form. MITCHELL S. KRi CITY ATTORNEY RECORD OF COMMISSION MAYOR SCHREIBER� DIST 1: COMM. PORTNER! DIST 2: COMM. MISHKIN ,4 DIST 3: COMM. SULTANOF. DIST 4. VIM ROBERTS EXH I BIT A TEMP RESO #9135 INVITATION TO BID U�TA� �CI FIRE STATION #1 RESTROOM RENOVATION PROJECT BID 00-23B CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 of T y 9" . 0 © City of Tamarac r-Inance 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 00-23B 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, July 26, 2000 at 2:00 p.m., at which time bids will be publicly opened and announced for: FIRE STATION #1 RESTROOM RENOVATION PROJECT 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. 00-23B FIRE STATION #1 RESTROOM RENOVATION PROJECT opening on Wednesday, July 26, 2000 at 2:00 p.m." on the outside of the envelope. A Pre -Bid Conference will be held on Tuesday, July 18, 2000 at 10:00 a.m, at the City of Tamarac, City Hall, Conference Room 105, 7525 NW 88" Avenue, Tamarac, Florida. All potential bidders are encouraged to attend this meeting. The work performed consists of the Contractor furnishing all labor, materials, tools, and equipment necessary as indicated in the specifications. 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 office of Purchasing Division, 7525 NW 88t" Avenue, Tamarac, FL 33321. 4dzan66a- � S. Flurry <:::�Wt Purchasing/Contracts Manager Published: Sunday, 7/09 & 7/16 rJ Equal Ooportunity Erroloyer 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. 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. 3. PUBLIC ENTITY CRIMES FORM: 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. 4. 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. 5. 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. 6. 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. 7. 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 4 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 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. 16. 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. 17. 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. 18. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 19. 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. 20. SITE INSPECTION: It shall be the responsibility of the Bidder to inspect the site before submission of bids. No plea of ignorance by the Bidder of conditions that exist or that may hereafter exist as a result of failure to fulfill the requirements of this contract will be accepted as the basis for varying the requirements of the City or the compensation to the Bidder. 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 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. M. 5. SUBMITTALS: Contractor shall submit all required forms and documents as required by this contract including but not limited to bonds, insurance certificates and any required drawings within 15 days from the Notice of Award. Additionally, Contractor shall apply for all applicable licenses or permits within 15 days of the Notice of Award. 6. WAIVER OF LIENS: Prior to Final 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 subject of the AGREEMENT. Payment of the invoice and acceptance of such payment by the CONTRACTOR shall release the CITY from all claims of liability to the CONTRACTOR in connection with the AGREEMENT. 7. PAYMENT: Payment will be made after project has been completed, accepted, and properly invoiced. Invoices must bear the project name, bid number and purchase order number. The City has up to thirty (30) days to review, approve and pay all invoices after receipt. The contractor shall invoice the City and provide a written request to the City to place the release of the Performance Bond on the City Commission Agenda, thereby beginning the one-year warranty period. 8. CONTRACT DOCUMENTS: The contract documents shall consist of the Standard Form of Agreement, Bid Proposal executed and submitted by the contractor, Project specifications, plans and specifications (where applicable), any addendum's or change orders, bond(s), insurance certificate, and the City resolution awarding the bid. 9. CHANGE ORDERS: Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the contractor shall promptly proceed with the work. A. CHANGES IN THE WORKICONTRACT PRICE: Contract Price The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the Project Manager. Change Order The Contract Price and/or Time may only be changed by a Change Order. A FULLY EXECUTED CHANGE ORDER FOR ANY EXTRA WORK MUST EXIST BEFORE SUCH EXTRA WORK IS BEGUN. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The 10 10. LIQUIDATED DAMAGES: Upon failure of Contractor to complete the work within the time specified for completions, (plus approved extensions if any), Contractor shall pay City the sum of $100 for each calendar day that the completion of the work is delayed beyond the time specified in the contract for completion, as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the contract on time. Regardless of whether or not a single Contract is involved, the above -stated liquidated damages shall apply separately to each portion of the work for which a time of completion is given. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Contractor, the amount of such liquidated damages and if the amount retained by City is insufficient to pay in full such liquidated damages, Contractor shall pay in full such liquidated damages. Contractor shall be responsible for reimbursing City, in addition to liquidated damages or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred in administering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to Contractor whichever is later. These liquidated damages will not prohibit City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Contractor may be liable for both liquidated damages as stated herein, and for excess completion costs of this project. In the event Contractor has been either terminated from or has abandoned the project prior to completion, this liquidated damages clause is still applicable to hold Contractor liable for the liquidated damages. 12 FIRE STATION #1 RESTROOM RENOVATION BID 00-23B TECHNICAL_ SPECIFICATIONS COMPANY NAME: (Please Print): 1-UT C Phone: q5'f ---. -_-,X59 9r Fax: ~7 �f 6 - Q357 ---NU I I(:t-- BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the General Terms & Conditions, Special Conditions and the General Requirements. 2. Carefully read the DETAILED SPECIFICATIONS and then properly fill out the BID FORMS (Attachment "A"). 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized.) 4. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. 5. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). 6. Fill out the REFERENCES PAGE (Attachment "E"). 7. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment"I'"). 8. Fill out the LIST OF SUBCONTRACTORS (Attachment "G"). N/A 9. Include a 5% BID BOND. Failure to provide a bond will result in automatic rejection of your bid. 10. Carefully read the APPLICATION FOR PAYMENT, CHANGE ORDER and FINAL RELEASE OF LIEN, and STANDARD FORM OF AGREEMENT documents. 11. Submit ONE ORIGINAL AND TWO (2) PHOTOCOPIES of your bid and clearly marked with the BID NUMBER AND BID NAME on the outside of the envelope. 12. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. 13. Include proof of insurance. 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. 14 l BID FORM FIRE STATION #1 RESTROOM RENOVATION PROJECT BID 00-23B To: The Purchasing and Contracts Manager of the City of Tamarac: We propose to furnish the following service in conformity with the specifications and at the below bid prices. The bid price quoted has been checked and certified to be correct. TOTAL BID Slf(us� ►�.D,UR6Na $ +7, Provide all information pertaining to warranties... The undersigned declares to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the Instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the service, products and/or equipment meets or exceeds the specifications as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the bidder. Company Name h rized ignature A t 600c N,W ,'it Co u RT Address -5 JNRISt~ FL, City, State, Zip Contractor's License Number 15 MUP t-dllf Typed/Printed Name "--Wk-V1& 746-435 Telephone & Fax Number -149 4+o Federal Tax ID# ATTACHMENT "A" continued Bidders Name: J2_ �N NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: Delivery/completion: RO 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. Returning this NO BID Form will avoid removal of Bidder from the City of Tamarac's vendor listing. 17 ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of FLpe, I P A) ) ss. County of ow ) gpt.0 Lug&R being first duly sworn, deposes and says that: (1) He/she is the i , (Owner, Partner, Officer, Representative or Agent) of <dtf0 � L, -rAER Nr,, the Bidder 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 the presence of: \ By: fitness AtAess (Printed Name) 19 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(1) 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 M OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO 5 4 4g6,ifr o COMPANY NAME: 'U-6E}+d l-u-T— R:A ADDRESS: 6000 N..10, 2. C v L— CITY:_ STATE: ZIP: TELEPHONE NO.: FAX NO.: •9: CONTACT PERSON: DATE: 21 I 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: u Address too Iv, A K bfteg g fy� City/State/Zip Phone: -7471• 5tco Fax: Contact B t_►. Agency/Firm Name: "'lwA 6 P I AVI F� Address 65,ji City/State/Zip _P&,►tE F�-33�t� Phone:_'IT2- ii3o Fax: Contact Agency/Firm Name: 1V4WPA A BD CO M M tSSI DNS ks Address 1tS 5. City/State/Zip F'r. Phone: 337-84o3 Fax: 35Z___-Ltl( Contact _S�M(g Qkf&Q 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: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Contact: YOUR COMPANY NAME ADDRESS COOKY PHONE:_ CMS--?WI-a!f�qR FAX: -T,+ 23 Fax: ATTACHMENT "G" 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 License Number Percent of Total Contract Subcontractor's Name and Address 'KvMT, eJC_ 35'yo 6 Neu. :25- St' c LJVF- _�VRE I&Igie. —^ LIVo :241 0s 1z.. _AVE S'A m � 0. 1Cz D LR7U 1] ���, • �-�j r�T 25 AGREEMENT BETWEEN THE CITY OF TAMARAC AND JOHN LUTHER, INC. THIS AGREEMENT is made and entered into this day of 2000 by and between the City of Tamarac, a municipal corporation with principal fFices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and John Luther, Inc., a Florida corporation with principal offices located at 6000 N.W. 24 Court, Sunrise, FL 33313 (the "Contractor") to provide for the Station #1 Restroom Renovation Project. 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, all documents contained in Bid No. 00-23B FIRE STATION #1 RESTROOM RENOVATION (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 complete the project as described in Bid No. 00-23B FIRE STATION #1 RESTROOM RENOVATION. b) CONTRACTOR shall furnish all labor, materials, equipment, tools, service and supervision necessary to properly complete the project. Installation shall be by a licensed contractor and crew with at least three years of verifiable full-time experience with projects of similar nature or dollar cost. c) Contractor shall clean up and remove each day all debris and material created by the work at the contractor's expense. d) 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 work to be performed under this Agreement shall be commenced after execution of the Agreement and not later than 30 days after the date that Contractor receives Purchase Order. The work shall be substantially completed no longer than 90 days after award. 2 5) Contract Sum The Contract Sum for the above work is Forty Seven Thousand, Four Hundred and Fifty Dollars and 00/100 cents ($47,450.00). The Contract sum is determined by the cost of all labor and materials for the job also known as Bid 00-23B FIRE STATION #1 RESTROOM RENOVATION PROJECT. 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 one (1) year from the date of completion of work. In the event that defect occurs during this time, Contractor shall correct any and all defects either by repair, replacement or reaccomplishment as determined by the CITY. In the event, such defects, as determined by the CITY, are not properly repaired, replaced or reaccomplished, the CITY shall perform such repairs, replacements or reaccomplishments at the CONTRACTOR's risk and cost. Contractor shall be responsible for any damages caused by defects to affected areas or interior of structure. 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. 3 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. 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. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. 4 CONTRACTOR John Luther President John Luther, Inc. 6000 N.W. 24 Court Sunrise, FL 33313 (954) 742-2598 14) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon seven (7) calendar 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 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. 61 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. (The Remainder of This Page Intentionally Blank) 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 John Luther, Inc., signing by and through its President duly authorized to execute same. ATTEST: Marion Swensorf, CIVIC City Clerk Date: ' 2 ATTEST: -, �:-'? -"; i!!' (Corporate Secretary &ke 1- Type/Print Name of Corporate Secy (CORPORATE SEAL) rl CITY OF TAMARAC 0 Jeochreiber, Mayor Date: lo��'/�✓oo �- Jeffrey Mil�r, City Manager Date: Irof;7z le c Mi ell Kraft, City At rn Date: Zolwolyo JOHN LUTHER, INC. -0 _Za&'— Si ature of President Type/Print Name of President Date: 2 f 16 zk000 CORPORATE ACKNOWLEDGEMENT STATE OF Florida COUNTY OF Broward The foregoing instrument was acknowledged before me this 6Z r day of Sept , 2000 by John Luther, President of John Luther, Inc, a Florida corporation, on behalf of the corporation. He is personally known to me Personally take an oath. (type of identification) as identification and(did not) 'Signature of Not�rr y �— State of Florida Notary PW. i Florida ` Comm. No. CC OGIUN& Print, Type or Stamp Name of Notary Public 1:3 07. 21, (10 09:41 FAX 054 724 240r, (.ITI-T 31ARAC-PURCHASING 10001. 0()2 City of Tamarc Post -it' Fax . lotB 767 t To 01•C pages From Y U co. C11°Y OF TAMARAC Phone ++ Pho 7525 N.W. e,^ aWU E Fax # FL $3321-2401 Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724.2450 Facsimile (954) 724-2408 Welosite: www,tamarac.org July 17, 2000 ADDENDUM NUMBER 1 PROJECT TITLE: FIRE STATION NUMBER 1' RESTROOM RENOVATION PROJECT BID NO.: 00-23B All Bidders be advised of the following changes/clarifications to the above referenced project as listed below ltarn fE1 BIDDING REQUIREMENTS. Each Bidder shall include a work schedule with their bid proposal. All other terms, conditions, and specifications shall remain the same. This addendum shall be attached to the contract documents and the receipt of the same shall be noted in the proposal in the space provided. r L S. Flurry, C PD Pur hasing/Contracts Manager 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.tamarac.org July 21, 2000 ADDENDUM NUMBER 3 PROJECT TITLE: FIRE STATION NUMBER 1 RESTROOM RENOVATION PROJECT BID NO.: 00-23B All Bidders be advised of the following changes/clarifications to the above referenced project: BIDDING REQUIREMENTS: The City is attempting to resolve the question regarding the sewer line and will have information distributed to all potential bidders as soon as possible. Since there is a delay in obtaining this information, the bid opening date is changed from July 26, 2000 to August 2, 2000 2:00 P.M. All other terms, conditions, and specifications shall remain the same. This addendum shall be attached to the contract documents and the receipt of the same shall be noted in the proposal in the space provided. If yoy{ have any questions, please call (954) 724-2450. Yyda S. Flurry, CPP01 Purchasing/Contracts Mana Equal Opportunity Employer ()7 27'00 ' 14:32 FAX 9.34 724 2406 CITY-T HARAC-PURCHaSlN 001-001 Post-W Fax N ot e To Phone o fV pity of Tamarac * Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Webslte: www.tamorac.org July 27, 2000 ADDENDUM NUMBER 4 7671 Day Z % po Page& - From RCHASING DIVISM4 PROJECT TITLE: FIRE STATION NUMBER 1 RESTROOM RENOVATION PROJECT BID NO.. 00-23B All Bidders be advised of the following changes/clarifications to the above referenced project. - BIDDING REQUIREMENTS REGARDING SEWER LINE/WATER METER CONNECTION: The previously referenced sewer line is located within 8' of the building on the south side adjacent to the bathrooms. Contractor shall install a 4" PVC line to this existing 4" line. All required digging except for the interior of the building is in a grassy area. The water meter is in the same area. Approximately 8' of 1" copper line shall be required to tie into the existing water meter. If you have any questions, please contact Paul Gioia, Building Department Director/Project Manager at (954) 724-1250. All other terms, conditions, and specifications shall remain the same_ This addendum shall be attached to the contract documents and the receipt of the same shall be noted in the proposal in the space provided. If you have any questions, please call (954) 724-2450. L a S. Flurry, CPP urchasing/Contracts Manager J7'21,'1]U '09:41 FAX 9.54 724 2.06 CITY-TAMARaC-PURCHASING Z002:002 4 AMi� t �ii�ui l '"� G : __ma y. city of Tamarac Finance Department, Purchasing Division 7525 N.W. Bath Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www,tamarac.org July 19, 2000 ADDENDUM NUMBER PROJECT TITLE: FIRE STATION NUMBER 1 RESTROOM RENOVATION PROJECT BID NO.: 00-23B All Bidders be advised of the following changes/clarifications to the above referenced project pursuant to the pre -bid conference held on July 18, 2000: , BIDDING REQUIREMENTS: Item #1 -- Ceramic Tile Allowance Labor and Material ............ $4.00/SF Item 92 — Bath Accessories Allowance .................. .............. $250 Per Bathroom Item #3 -- Locks Allowance .................. .............................. $100/EA Item 94 -- Ceiling Tile all over except over shower stall to be non -rated lay -in. Shower stall to be M.R. Board Hard Ceiling. Item 95 -- ❑umpster provided by City of Tamarac. Item #5 — Erect dust partitions between dumpster and apparatus and demo area and dorm. Item #7 -- New sewer line from renovations to street tie in. Item #8 — All Doors and floors to comply with ADA. Item 99 - Shower curtain to be provide by City of Tamarac. All other terms, conditions, and specifications shall remain the same. This addendum shall be attached to the contract documents and the receipt of the same shall be noted in the proposal in the space provided. Ly; a S_ Flurry, CPPO Purchasing/Contracts Manager fbb/lbbb 1b:13 9544759821 PINKE 0e NATIONWIDE INSURANCE Netlonwlde to on your ■Ido CERTIFICATE OF INSURANCE The company indicated below certifies that the insurance afforded by the policy or policies numbered and described below is in force as of the effective date of this certificate. This Certificate of Insurance does not amend, extend. or otherwise alter the Terms and Conditions of Insurance coverage contained in any policy numbered and described below. CERTIFICATE HOLDER: And Additional Insured INSURED: CITY OF TAMARAC JOHN LUTHER INC ATTN LYNDA FLURRY 6000 NW 24TH COURT 7525 NW 88TH AVE SUNRISE, FL 33313 TAMARAC, FL 33321.2401 i I POLICY NUMBER I POLICY I POLICY I LIMITS OF LIABILITY I I TYPE OF INSURANCE 1 & ISSUING CO- JEFF, DATE IEXP. DATE I (*LIMITS AT INCEPTION) 1 I LIABILITY 1 77-PR-556604.0003 i 05-20-00 1 05-20-01 1 { I [XI Liability and I NATIONWIDE I I I Any One Occurrence........ S 1.000.000 Medical Expense I MUTUAL FIRE I I I I i CXJ Personal and ( INSURANCE CO. J I I Any One Person/Org ....... S 1.000.000 J { Advertising Injuryl I I I [XI Medical Expenses I 1 I I ANY ONE PERSON ........... i 5.000 EX] Fire Legal I I I I Any One Fire or Explosion S SO.000 I I Liability I I I I { I I I I 1 General Aggregate* ....... S 1,000.000 I I I I I Prod/Comp Ops Aggregate* . S 1,000,000 I I L I I Other Liability I I I I I I i AUTOMOBILE LIABILITY I[ I BUSINESS AUTO I I 1 j Bodily Injury I I I I I (Each Person) .......... $ I [ I Owned I I f I (Each Accident) ........ S I I[ I Hired 1 I I 1 Property Damage I [ I Non -Owned I J 1 1 (Each Accident) ........ S I I I I I 1 Combined Single Limit .... S I I { EXCESS LIABILITY I ; I I Each Occurrence .......... S I I I I I Prod/Comp Ops/Disease I I[ I I Umbrella Form I I I I Aggregate* .. ........ S J I i I I 1 1 STATUTORY LIMITS I[ I Workers' I I I I BODILY INJURY/ACCIDENT ... S I Compensation I I J I Bodily Injury by Disease J I and I I I I EACH EMPLOYEE .......... $ I I[ I Employers' 1 I I I Bodily Injury by Disease J I Liability I I I I POLICY LIMIT ........... S I i Should any of the above described policies be cancelled before the DESCRIPTION OF OPERATIONS/LOCATIONS expiration date, the insurance company will mail 30 days VEHICLES/RESTRICTIONS/SPECIAL ITEMS written notice to the above named certificate holder. Effective Date of Certificate: 05-20-2000 Authorized Representative: COLVIN A. PINKERTON Date Certificate Issued: 09-06-2000 Countersigned at: 2329 S. UNIVERSITY DR FORT LAUDERDALE, FL 3332 ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID Q3 DATE(MWDDIYY) JOHNL-3 04/06/00 .PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brown & Brown, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5900 N . Andrews Ave. #300 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 5727 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ft. Lauderdale FL 33310-5727 Phone: 954-776-2222 Fax: 954-776-4446 INSURERS AFFORDING COVERAGE INSURED INSURER Clarendon Nat'l Ins Co INSURER B John Luther Inc, INSURER 71 6000 NW 24tCourt NSURERD Sunrise FL 33313 INSURER E A017Aa:?AelM 7 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DOrYY POLICY EXPIRATION DATE (MWDDiyyl LIMITS GENERAL LIABILITY EACH OCCURRENCE S FIRE DAMAGE (Airy one tire) S COMMERCIAL GENERAL LABILIT'I MED EXP (Arty one person) S CLAIMS MADE ❑ OCCUR PERSONAL & ADV INJURY S GENERAL AGGREGATE $ C.En1'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ POLICY pR0- ;F�T LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea acciaentl S li ALL OWNED AUTOS SCHEOI ILED AI,ITOS —71 SOQIL'r IPUURV (Per person) S HIRED AUTOS NUN -OWNED AUTOS BODILY INJURY (Per accident) S PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY AUTQ QNLY • EA ACCIDENT S EAACC OTHER THAN $ ANY AOTO S AUTO ONLY AGG EXCESS LIABILITY EACH OCCURRENCE S CLAIMS MADE OCCUR El AGGREGATE S S DEDUCTIBLE S S RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 09WCFL9203035 01/01/00 01/01/01 g '.VC $TATU• OTH- TORY LIMITS ER EL EACH ACCIDENT S 100, 000 EL DISEASE - EA EMPLOYEE 5100,000 EL DISEASE -POLICY LIMIT $ 500, 000 OTHER DESCRIPTION OF OPERATIONSM1OCATIONSNE14ICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Faxed to 724-2408 Attn: Lynda S. Flurry L.CK IIr IyMI C r$ULUCK I N I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION TAMAR02 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THG CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of Tamarac 7525 N.W. 88 Avenue IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR Tamarac FL 33321-2401 REPRESENTATIVES- r %4 Vric .r [O—J itiUlf 14/AG:UKLJ L.UKrumAIlU1V l`JOO Sap-08-00 03:36P P.01 l.tl[ I Ir1t.A 1 r_ Ur IIV�UI ANL,r SUCH INSURANCE AS RESPECTS THE INTEREST OF THE CERTIFICATE HOLDER WILL NOT BE CANCELED OR OTHERWI: T9WUL4MQWITHOUT GIVING 10 DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW, BUTN r E THIS CERTIFICATE BE VALID MORE THAN 30 DAYS FROM THE DATE WRITTEN. THIS CER7IFICATt_ OF IN$URI D E C NGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. T IS lil m t: ® STATE FARM MUTUAL AUTOMOE3ILE INSURANCE COMPANY of Bloomington, Illinois, or ❑ STATE FARM FIRE AND CASUALTY COMPANY of Bloomington. Illinois has coverage in force for the following Named Insured as shown below Named Insured JOHN LUTHER INC Address of Named Insured 6000 NW 24 COURT SUNRISE, FL 33313-2960 POLICY NUMDER 560 8108-A16-5913 EFFECTIVE DATE OF 7/16/00 -1116/ 11 POLICY 1997 FORD DESCRIPTION OF F150 VEHICLE LIABILITY COVERAGE ®YES NO LIMITS OF LIABILITY - a. Bodily Injury $1,000,000.o0 _ Each Person a. Bodily Injury $1,000,000.00 Each Accident e. PrOperty batndge _ _ 51,000,000.00 c Bodily Injury & Property Damage Single Limit Each Accident PHYSICAL DAMAGE - ®YES [-]NO COVERAGES $100.00 Deductible a. Comprehanslve - —... MY - ❑NO$250.00 b. Collision Deductible EMPLOYER'S NON -OWNERSHIP OYES [-]NO COVERAGE HIRED CAR COVERAGE ❑yfg ❑NO AGENT 227o 918/00 Signature of Authorized Re r entative Title Name and Address of Certificate Holder CITY OF I AMARAC 7525 NW 88TH AVE TAMARAC, FL 33321-2401 . I t_ Check if a permanent Certificate of Insurance for liability coverage is needed: ❑ Chock if the Certificate Holder should be added as an Additional Insured: ❑ Remarks: NO NO 158a430.2 Rov, 9-94 Printed 0 U.S A. ]YES --ONO Deductible DYES NO Deductible ]YE$ DYES DYES ❑NO Deductible []NO []NO ❑YES DYES YES [:]NO Deductible ONO ❑NO Agent's Code Number AYES [:]NO Deductible ❑YES [:]NO Deductible ❑YES ONO YES ❑NO Name and Address of Ardent DAN SAWYER INSURANCE AGENCY INC 1368 N UNIVERSITY DRIVE PLANTATION, FL 33322 Date 1 ANAMERICAN SAFETY Casualty Insurance Company NUMBER POWER OF ATTORNEY asB- 09-08— 0 D 4 5 KNOW ALL MEN BY THESE PRESENTS, that American Safety Casualty Insurance Company has made, constituted and appointed, and by these presents does make constitute and appoints MARTINA. PRISANT, GLADYS HARDYKF.ITH, H.P. GUILLORY, MICHAEL H, BURTON OF PLANTATION, FLORIDA its true and lawful attomey-in-fact, for it and its name, place, and stead to execute on behalf of the said Company, as surety, bonds, undertaking and contracts of suretyship to be given to ALL OBLIGEES Provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of ***FIVE HUNDRED THOUSAND***($500,000.) 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 Company on the Twenty -Ninth day of January, 1999. RESOLVED, that the President in conjunction with the Secretary or any Assistant Secretary may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case. for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove anv such attorney -in -fact or agent and revoke any power of attorney previously granted to such persons. RESOLVED FURTHER. that any bond, undertaking, recognizance. or suretyship obligation shall be valid and binding upon the Company: (i) when signed by the President or any Vice -President and attested and sealed (if a seal be required) by any Secretary or Assistant Secretary or (ii) when signed by the President or any Vice -President or Secretary or Assistant Secretary, and countersigned and sealed (if a seal be required) by a duly authorized attomey-in-fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorney -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and 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 affects as though manually affixed. IN WITNESS WHEREOF, American Safety Casualty Insurance Company has caused its official seal to be hereunto affixed, and these presents to be signed by its President and attested by its Secretary this Twenty -Ninth day of January, 1999. Attest: (� �,..,Q•�• T iac%ei Fred J. Pinckney, Secretary STATE OF GEORGIA COUNTY OF COBB J . (i0onwo -f Lloyd A. Fox, PresidentUAL On this Twenty -Ninth day of January, 1999, before me personally came Lloyd A. Fox. to me known, who. being by me duly sworn, did depose and say that he is the President of American Safety Casualty Insurance Company, 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. �0 J. Ot) �pTA4t tastrtteiL�� dt MM, (J v aarn,uto+. GIA o Lt.e- Dorothy J. Giglio, Notary Public I, the undersigned, Secretary of American Safety Casualty Insurance Company, a Delaware 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 Power of Attorney, is now in force. iigned and Sealed at the City of Atlanta, in the State of Georgia. Dated the 2nd day of AUguSt 2000 yam, VAL Fred J. Pinckney, Secretary ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED WITH RED NUMERICAL NUMBERS, DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITH THE ORIGINAL. - STATE OF FLORIDA DEPAf IMENT OF- JUSINESS AND PROFESSIONAL K,�GULATION CONST INDUSTRY LICENSING BOARD L.LC:ENSE NBR 7/22/1998 9Q009409 CG--0009486 e G .Ni RAL. CONTRACTOR :med below IS C ERT I F I E-H) ider the provisions of Chapter iigq FS. piration date: AUC. 31, 2000 .UTHER, JOHN G 10HN LUTHER INC )000 M4 24TH CT -T LAUDERDALE FL 33213 _AWTON CHILES DISPLAY AS REQUIRED BY LAW R ICHARD T. FARRELL GOVERNOR SECRETARY _. Board of County Commissioners, Broward County Florida 3 6 �. 3 9 fn w BROWARD COUNTY OCCUPATIONAL LICENSE TAX CL FORM NO. f CrF� PERIOD QCT08ER 1, jggg THRU $BPTEMBER 30 200q sot zeoiAc zs-ast RENEW ON OR BEFORE t, SEPTEMBER 30, 200tl U ❑ RENEWAL ❑ TRANSFER SEC 180 TAX PENALTIES IF PAID Q # OCT. - 10% NOV. • 15°/, ¢ ❑ NEW DATE BUSINESS OPENED BACK TAX PENALTY DEC. - 20% " After DEC. 31 - 25% Plus Tax Collection Fee of up to $25.00 STATE OR COUNTY CERT/REG M r f' T. C. FEEIt Based on Cost of License it Paid w Business Location Addrcc TRANSFER i On or After November 30, 1999 4ess: r' 59 AVE 27.00 ACCOUNT NUMBER TOTAL 33314--000018a-COZ75 PHONE 954 7w�--?S98 r- 9-� _ ' JOHN LUTHER INC 3., r- LUTHER JOHN G THIS LICENSE MUST BE CONSPICUOUSLY DISPLAYED 6 0 C C NW 24 CT iZ , 4 o TO PUBLIC VIEW AT THE LOCATION ADDRESS ABOVE. SUNRISE FL 3 3 31 3— 2 0 0 0 2 U .._t r—rr wJ L I-1 N- , L-U -T . ,, m, k TYPE OF LICENSE TAX PAID �__.... GENERAL CTFi BROWARDCOUNTY gN ram' 3 UNITS BROWARD COUNTY REVENUE COLLECTOR 0 115 S. Andrews Avenue, Governmental Center Annex o00 1999 2 a FORT LAUDERDALE, FL 33301 'SEE BACK FOR TRANSFER INFORMATION PAYMENT RECEIVED AS VALIDATED ABOVE 0. .,^' : 0 00S-, 700 J000 2180-J275-. 1Ct.1 7 TOWir N :=—Q CUPATIONAL LICENSE D E AME AND t'OCATION-OF LICENSE 20-AES JOHN LUTHER--I NC,- GENERAI•�1.fl1rT 4450 StiJ 59 AYE �� DAV'I , ..... P.O. BOX 5917/FL DAVIE, FL 33310-5917 NO. LICENSE TYPE BEGINNING ENDING ON PHONE NUMBER ;CONTFRIOL 540 REGULAR 10/O1/1999 9/30/2000 305-742-2598 ENSE # CODE 0672 056300 C'JNTRACTOR: GENPRF.S,BLCG Reference: TO: JOHN LUTHER JOHN LUTHER INC, GENERAL CON 6000 NW 24 CT SUNRISE FL 333130000 THE AMERICAN INSTITUTE OF ARCHITECTS A/A Document A310 Bid Bond BOND NO. ASB-09-08-0045 KNOW ALL MEN BY THESE PRESENTS, that we John Luther, Inc. [Here insert lull name and address or lesal title of Contractor) 6000 N.W. 24th Court, Sunrise, FL 33313 as Principal, hereinafter called the Principal, and American Safety Casualty Insurance Company (Here in"n lull name and address or lopl,title *(Surety) 1845 The Exchange, Suite 200, Atlanta GA 30339 a corporation duly organized under the laws of the State of Delaware as Surety, hereinafter called the Surety, are held and firmly bound unto City of Tamarac (Mere insert full name and address or lesal title of Owner) 7525 N.W. 88th Avenue, Tamarac, FL 33321-2401 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid ------- ------------------------------------------- -Dollars ($------ 5%----- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presento. WHEREAS, the Principal has submitted a bid for Fire Station #1 (Mere insert full name, address and destriplion of project) Restroom Renovation Project Bid No. 00--23B N O W, T H E R E F O R E, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2nd day of August 2000 y� John Luther, Inc. (Principal). (Seal) (Witness) t~ hn G.Luther Ride) President American Safetz Casualty Insurance Company -- (Surety) !Soap fWttnets) Michael -.Burton (Title) Attorney -In -Fact A1A 04DCUA44MT A318 • BID BOND • AIA • . FEBIWARY 19M ED 6 THE AMIltICAN INSTITUTE OF ARCHITECTS, 1"$ N.Y. AVE., KW., WASHINGTON, D. C lDCQb �