Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-083C] IL Temp Reso. #8943 March 3, 2000 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000 - o'z'3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING AN ADDITIONAL EXPENDITURE OF $19,730 FOR THE RELOCATION AND/OR REMOVAL OF TREES NECESSARY TO COMPLETE THE HIGHWAY BEAUTIFICATION PROJECT ALONG UNIVERSITY DRIVE BETWEEN SOUTHGATE BOULEVARD AND COMMERCIAL BOULEVARD, PINE ISLAND ROAD BETWEEN SOUTHGATE BOULEVARD AND MCNAB ROAD, AND COMMERCIAL BOULEVARD BETWEEN NW 64T" AVENUE AND ROCK ISLAND ROAD; APPROVING A BUDGET TRANSFER WITHIN THE GENERAL FUND TO THE GRANTS FUND IN THE AMOUNT OF $19,730; AMENDING THE GRANTS FUND BUDGET OF ESTIMATED REVENUES AND EXPENDITURES IN THE AMOUNT OF $19,730; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on September 22, 1999 the City Commission, through Resolution R-99- 275, approved the award of Bid No. 99-28B to Arazoza Brothers Corporation for the installation of landscaping and irrigation on the medians of University Drive between Southgate Boulevard and Commercial Boulevard, Pine Island Road between Southgate Boulevard and McNab Road, and Commercial Boulevard between NW 64t" Avenue and Rock Island Road in the amount of $347,237.20; and WHEREAS, the removal and/or relocation of certain trees is a necessary part of the Highway Beautification Project; and WHEREAS, at the time of going out for bids, the exact count of trees to be removed and/or relocated was unknown as the Broward County Department of Planning and Environmental Protection had not completed a detailed and individual inspection; and Temp Reso. #8943 March 3, 2000 Page 2 WHEREAS, in order to move expeditiously on these highly visible landscaping projects, the Public Works Staff requested only unit prices for the tree removal and tree relocation portions of Bid No. 99-28B; and WHEREAS, the Broward County Department of Planning and Environmental Protection determined that one hundred twenty five (125) trees needed to be relocated and eleven (11) trees needed to be removed, and communicated this decision on February 16, 2000; and WHEREAS, Arazoza Brothers Corporation, lowest bidder for Bid No. 99-28B, originally submitted unit prices of $600 and $400 for tree removal and tree relocation respectively, a copy of said Bid Proposal is attached hereto as Exhibit "A"; and WHEREAS, upon further negotiation by Public Works Staff, Arazoza Brothers Corporation adjusted the tree removal and tree relocation prices and submitted a new proposal, a copy of said proposal is attached hereto as Exhibit "B"; and WHEREAS, the Public Works staff has reviewed the new proposal and finds the new pricing to be competitive and acceptable; and WHEREAS, the Director of Public Works recommends approval of an additional expenditure in an amount not to exceed $19,730 for the removal and/or relocation of trees necessary to complete the Highway Beautification Project; and WHEREAS, funding in the amount of $19,730 exists in the General Fund for said purpose; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the Citizens and residents of the City of Tamarac to approve an Temp Reso. #8943 March 3, 2000 Page 3 additional expenditure in an amount not to exceed $19,730 for the removal and/or relocation of trees necessary to complete the Highway Beautification Project. 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. SECTION 2: An additional expenditure in an amount not to exceed $19,730 for the removal and/or relocation of trees necessary to complete the Highway Beautification Project is HEREBY approved bringing the total expenditure for this project to $366,967.20. SECTION 3: A budget transfer in the amount of $19,730 from General Fund account entitled "Other Uses" to General Fund account entitled "Transfer to Grants Fund" is HEREBY approved for correct accounting purposes. SECTION 4: An interfund transfer in the amount of $19,730 from the General Fund account entitled "Transfer to Grants Fund" to Grants Fund revenue account entitled "Transfer from General Fund" is HEREBY approved for correct accounting purposes. SECTION 5: The City Commission authorizes the appropriate City official to amend the Grants Fund budget of estimated revenue and expenditures in the amount of $19,730 and appropriate said funds into Grants Fund account entitled "Construction — Landscaping" and HEREBY approve any and all subsequent budgetary transfers to be in accordance with proper accounting standards. 1 1 1 Temp Reso. #8943 March 3, 2000 Page 4 SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 7: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not effect other provisions or application, and to this end the provisions of this resolution are declared to be severable. SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED THIS 22 day of March, 2000. ATTEST: CAROL GQO, CMC/AAE CITY CLERK EREBY CERTIFY that I )ro ed this Resolution to orm. WCHELL S. KR) CITY ATTORNEY JOE SCHREIBER C/ MAYOR RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER _ DIST 2: COMM. MISHKIN _ DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS TE 07/21f90 23:31 FAX 934 724 2' CITY-TANARAC-PLtRCHASIxc E� }„q„ Temp Reso #8943 City of Tamarac Finance ❑apartment, Purchasing Division 7525 N.W . 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Webdie: www.tamoroc.org July 21, 1999 ADDENDUM 01 BID NO.99-28B This addendum and the following lnforrnation addresses the items and questions that were asked at the Pre -Bid Meeting on July 20, 1999. The following are the requested clarifications and attachments to the bid package. LANDSCAPING & IRRIGATION PROJECTS BID NO. 99-28B 0 1) All Jack & Bore sleeving shall be HDPE Pipe. 2) All trees shall be secured utilizing strapping. 3) All palm trees shall be secured with no lean than 4 battens. 4) Pine Island Road Project Replacement of backfill as a ,result of CUR13ING additions will be the responsibility of a curbing CONTRACTOR selected under the terms and conditions of a separate bid and shall be completed prior to the installation of any landscaping and irrigation by the successful bidder of this project This Issue Is not addressed in the technical specifications ications and should be treated as a non issue for the purpose of this bid. 15) Hoover Irrigation Pump System Elsctrical Information The pump system shall be manufactured by Hoover and shall have a 5hp motor that operates at 3,600 RPM, 230 Volts, Single Phase, 60 Hertz, 28 Amps. EgUd Oppodund&nvtayer M1 i nA 07/21/99 11:34 TX/RX NO.4373 P.001 07. 21 '99 23: 32 FAX 954 72d " 4 h CITY-TAXARAC-PURCIASING E0002 XHIBIT "A" Temp Reso #8943 Ll ADDENDUM 01 BID NO. 99 28B Pago 2 6) commercial Boulevard Medians Landscape Plants Pages 1 and 2 of B. The following changes need to be made. A) On the median locaW betiiveen Woodland Meadows and Banyan Lane Decrease to 1 [Cluj to be relocated. 8) On the median kxa;ted between The Commons and Woodland Blvd. Decrease to 1 LTA] to be relocated.. Increase to 3 [SP] to be relocated. C) On the median located between Woodland Blvd. and Rock Island Road. Ekwea" to a total of S JSP] to be relocated. All other requirements shall remain as specified in the original bid request. if you have any questions. please colt the Purchasing Office at (954) 724-2450. 0 /iIG�LG /� Anne Lodato Senior Buyer Please sign and include this page as part of your bid submittal. wj OV�,/ - Authorized Signatu ARAZOZA BROTHERS CORPORATION Company Name 07/21/99 11:34 TX/RX NO.4373 P.002 .7 O� TAM' ® 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 27,1999 ADDENDUM #2 BID NO.99-28B EXHIBIT "A" Temp Reso #8943 RECEIVED AUG 0 2 1999 BY: This addendum and the following information addresses and clarifies several items and questions concerning the Bid. The following are the requested clarifications and attachments to the bid package. LANDSCAPING & IRRIGATION PROJECTS BID NO. 99-28B All Sleeving shall be Schedule 40 Pipe, as originally listed in the Plans and the Detailed Specifications of the Bid. On the Landscape Plan of Pine Island Road between McNab Road and Southgate Blvd., the following changes need to be made: 1) Page 1 —Match Line 110 Replace 141 [AN] Dwarf Bush Alamanda with 141 [IC] Dwarf Nora. 2) Page 1 -- Match Line 116 Replace 372 [LC] Confetti Lantana with 141 [AN] Dwarf Bush Alamanda. 3) Page 1 — Match Line 127 Replace 148 [AN] Dwarf Bush Alamanda with 141 [IC] Dwarf Ixora 4) Page 2 -- Match Line 131 Replace 276 [AN] Dwarf Bush Alamanda with 276 [IC] Dwarf Ixora. 5) Page 3 -- Match Line 167. P_' Replace 422 [LC] Confetti Lantana with 141 [IC] Dwar�xora. Equal Opportunity Employer C. EXHIBIT "A" Temp Reso #8943 ADDENDUM #2 BID NO.99-28B Page 2 Please replace the Plant List Located on Page 4 of the Landscape Plans of Pine Island Road with the attached Plant List Please replace Page 34 of the Bid Package with the attached. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. WNW r Anne Lodato Senior Buyer Please sign and include this page as part of your bid submittal. ami L - Authorized Signatur ARAZOZA BROTHERS CORPORATION Company Name EXHIBIT "A" Temp Reso #8943 S01 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 �� CFIN% r,L) August 6, 1999 ADDENDUM #3 BID NO. 99-28B AUG ; 01999 This addendum and the following information addresses the items and questions that have arisen since the Pre -Bid Meeting and the issuance of Addendum #1 and #2. The following are the requested clarifications and attachments to the bid package. LANDSCAPING & IRRIGATION PROJECTS BID NO. 99-28B Bid Opening Date — To allow for the changes in this Third Addendum, the Bid opening has been changed to Wednesday, August 25th, 1999 at 2:00 PM. Make sure your Bid is submitted prior to the deadline. Late Bids will not be accepted. Tree Relocation and Removal Pricing — Due to the possibility of changes in the number of trees requiring relocation or removal, we request that you provide a price for each tree relocation and a price for each tree removal. Please use the attached Bid Form to submit your Bid, in place of the original Bid Form located on Page 34. All other requirements shall remain as specified in the original bid request. If you have any questions, please call the Purchasing Office at (954) 724-2450. Anne Lodato Senior Buyer Please sign and include this page as part of your bid submittal. - ARAZOZA BROTHERS CORPORATION Authorized Signature Company Name Equal Opportun,ty Employer EXHIBIT "A" 4 m c 'E c 'E c 'E ,r � m N U U U U U co ^�a,.R W O O O O *' E E ui O a w W �. 4 u c=i ci co c�i is E � ° o o o - o- - a - c o 0 m E m E E E N N _ N° N o O CL IL _ _ _ _ to x0 LO _ v v V c Cul L E E E E E c c 2 W o (ap� E E ! J N N 0 to w C _ N _ CL d O• 0 y o 0 0 C') (O to cD (O tO 'E Q Q t W .0 to .0 co r ?C Y( X }C YC 0 0 d N yLU Q' N O 7 Q (V CV N (V it G co co to N O s O s GD LL rr = 2 O m U) co 0) N Co (a U) N N 0 0 w w w w w w w w LU LU w w Z LU } } } } } } } } } } } 0 G H W o o o 0 w 0 0 0 o o 0 0 0 z a z z z z z z z } z z z c� m vs �v mty O LU m m ce LU ' W o 4 IX d o R aD y I E s 7 d O d$ Z M C, m ccr s L �0 CL R Z O y R C w 12 E E -4 O W E w W C CD = 0 lL CJ A la 0:O G R 0. CL W _ C 0 z V 'p 0-R b .][ C 2 R E 0 co U N d }OC O d N Q 7. R Y x a0 C R R 0 R CL ►L C R ,� d � ,at Z 0 �L CDC N - R 0 O •O to�, y y 0 0 , �ch R •� R m .0 _ Lq Aw U ii a O R R E O C R N o U O 41 cc O 1p U 7 N = U U y 0 R 7 iC �+ C r 7 O C O +R. O Cf N r r r N co LO ?` !7 M co N (> w H l7 CF co N i U � ta¢ a w a #8943 EXHIBIT "A" Temp Reso #8943 COMPANY NAME: (Please Print): ARAZOZA BROTH=-,75 CORPORATION Phone: a 3 Fax- _ S s�4�0 c' ► ---NU I ICE --- 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 fill out the BID properly FORM. 3. Fill out and sign the NON -COLLUSIVE AFFIDAVIT i g and have t properly notarized. 4. Sign the CERTIFICATION PAGE. Failure to do so will. result in your Bid being deemed non- / responsive. 5. Fill out BIDDERS QUALIFICATIO N STATEMENT, 6. Fill out the REFERENCES PAGE. 7. Sign the VENDOR DRUG FREE WORKPLACE FORM. ✓ 8. Fill out the LIST OF SUBCONTRACTORS (if applicable). NA 9. Include a BID BOND. Failure to provide a bond will result in automatic rejection of your bid. 10. 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 PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. y 32 EXHIBIT "A" Temp Reso #8943 Submitted by: BID FORM BID 99-28B LANDSCAPING & IRRIGATIONS PROJECTS ARAZOZA BROTHERS CORPORATION - (Date) 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. 33 EXHIBIT "A" ADDENDUM #3 Bid 99-28B Temp Reso #8943 LANDSCAPING AND IRRIGATION PROJECTS BID FORM • • IRRIGATION PRICING COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. PRICE PRICE PRICE MATERIALS pQ i �J . JACK & BORING - 7 aJ l m PUMP STATION LABOR G� c�D L4� I, c . LANDSCAPING PRICING COMMERCIAL BLVD. UNIVERSITjDR PINE ISLAND RD. Total Price Total Total Pricel Total Price Total PLANT LIST Qty Each Price Qty Eache Qty Each Price Mahogany 62 t (dC) � 100 Carpentaria Palm 22 4gSilver Buttonwood 282 5 660Cocoplum 1260 5 �] 1767 Indian Hawthorne 700 1159Beach Sunflower y4- 2425 2.�5 4289Gold Lantana 1847 2. 5 25 3407Liriope 1309 Z�S 3 22532 ;`7 Golden Shower 6 Royal Poinciana 2 1 Jacaranda Live Oak 14 Pink Trumpet g Alexandra Palm 14 Montgomery Palm 20 Dwarf Bush Alamanda 748 Dwarf Schellings 875 Confetti Lantana 1303 W-a False Mexican Heather 2648 Dwarf Ixora 699 TREE RELOCATION TREE REMOVAL PRICE PRICE PRICE SOD - FLORATAM _pp.. MULCH LABOR cx::�, CIOZD. SAFETY (M.O.T.) PRICING COMMERCIAL BLVD. UNIVERSITY DR. PINE ISLAND RD. PRICE PRICE PRICE SAFETY (M.O.T.) pzx , o TOTAL BID PRICE COMMERCIAL BLVD. I UNIVERSITY DR. I PINE ISLAND RD. 34 -3 r It EXHIBIT "A" Temp Reso #8943 BID FORM continued ARUOl.A BROTHERS CORPORATION Bidders Name: 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: 30 Delivery/completion: 0 - _ 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. • low 35 EXHIBIT "A" Temp Reso #8943 • AR90ZA SRO* ricrj; (;unPORA71AN Bidder's Name: 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 N ) k Section Variance Section Variance Section Variance Attach additional sheets if necessary. 7 __ 0 EXHIBIT "A" Temp Reso #8943 �_ I L' NON -COLLUSIVE AFFIDAVIT State of ) ss.o�Cp�1-1 `�`�1�� County of ) being first duly sworn, deposes and says that: (1) He he is the ;,+� _ (Owner, Partner, fficer, Representative or Agent) of �2�zczGi CFr-Pthe 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. By: (Printed Name) r EXHIBIT "A" Temp Reso #8943 r 0 NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of t✓(c��� ) )ss.-8`�-"tam County of die ) BEFORE ME, the undersigned authority, personally appeared la 1 Q:Y - ~ f�-Wa`Z.&Z�31 to me well known and known by me to be the person described herein and who executed the ,Vaoin,qAffidavit an ack ovAedged to and before me that k TUA executed said Affidavit for he pu a therein expressed. WITNESS my hand and official seal this a'- "day of Pn_�.S-� _, 1999 . OFFICIAL;! ARYSEAL ROSEMARY FERRINO NOTARY PUBLIC STATE of FLORIDA COMMWION NO. CCSa7016 M Y CO�R111SS10N. EXP. MAY 23 2 l__ ) Personally known to me or ) Produced identification NOTARY PUBLIC, State of Florida at Large . G'—rat--a� �� ►'` � : ��a (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Type of I.D. Produced (� DID take an oath, or ( ✓) DID NOT take an oath. Cl 38 EXHIBIT "A" Temp Reso #8943 • CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the item(s)/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 0 OTHER ❑ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: . AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO to'S —�---�:'3� COMPANY NAM E:-�GLZC� Zm �C�--}i-.►' �[� C�aC�I L�1 ADDRESS: jPO _STATE: �77L_ ZIP -E� cj�:-A TELEPHONE NO.:�2:�- FAX NO.��.�� :�;;zLUc<D4>J CONTACT PERSON: 1QAtDfy--+ 39 Arm EXHIBIT "A" Temp Reso #8943 • BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: 'C-1r-LCA Address: C,x ci'�y �iC� I�� o f �% `_ter Ci ♦�.� Stated Zip Telephone No. _ Fax No.G� How many years has your organization been in business under its present name? I(5 years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: 06 Under what former names has your business operated? ti)A' • At what address was that business located? M P( Are you Certified? Yes ❑ No ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes ® No ❑ If Yes, ATTACH A COPY OF LICENSE Has your company or you personally ever declared bankruptcy? Yes ❑ No 0 If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes 19 No ❑ n If yetexpI " (dar,service/project, bid title, etc) v;;4 b19L Have you ever received a complaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No 9 If yes, explain: Have you ever been debarred or suspended from doing business with any governmental entity? Yes ❑ No 4, If yes, explain: "' 40 " EXHIBIT "A" Temp Reso #8943 C. 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: Agency/Firm Name. 2gf—� Address Address: City/State/Zip City/State/Zip Phone: Fax: Phone: Fax: Contact Contact: Agency/Firm Name: Agency/Firm Name: Address Address: City/State/Zip Phone: Fax: Contact iAgency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact YOUR COMPANY NAME ADDRESS PHONE: 41 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: Fax: EXHIBIT "A" Temp Reso #8943 Arazoza Bros., Corp. 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 246-0481 Mailing address - P.O. Box 924890, Princeton, Florida 33092 Class of Work Contra_-Qt 8199 % Cgmnlete Name/Adclre�s of Owner IN PROGRESS AS OF Amt_ Cpm letiM FOOT# 228172-1-52-01 $527,687 Aug-99 95% Florida Dept_ of Transporation SR 811 (Dixie Highway) fm. Copans 3400 W. Commercial Blvd. Rd. to SR 810 (Hillsboro Blvd.) Ft. Lauderdale, FI. 33309-3421 Change Order #1 (10/26/98) Increase $26,400 Contact Person: Jennifer Olson Phone: (954) 777-4600 1-75 Rest Area @ Miami Canal $858,159 Feb-99 30%• Community Asphalt Corp. FDOT# 86075-3444 14005 NW 186 Street Miami, FI. 33015 Contact Person: Ignacio Halley Phone: (305) 829-0700 1-95 Widening P.B. Lakes Blvd. - $395,654 Nov-99 40% Hubbard Construction Co. N. Lake Blvd. P.O. Box 547217 Orlando, FI. 32854-7217 Contact Person: Tom Craft Phone: (407) 645-5500 FDOT# 250140-1-52-01 $438,739 Aug-99 95% Florida Dept_ of Transportation SR 826 (Palmetto Expressway) 1000 N.W. 111 Ave_, Room 6107 A fm. SR 5 to SW 66th Street Miami, FI. 33172-5800 Change Order #1 (11/6/98) Increase $21,937 Contact Person: Gus Graupera Phone: (305) 470-5404 FDOT# 93220-3449 $492,999 Oct-99 85% Community Asphalt Corp. SR-9 (1-95) fm. Linton Blvd. to 14005 NW 186 Street Hypoluxo Rd. Miami, Fl. 33015 Contact Person: Ignacio Halley Phone: (305) 829-0700 Florida Atlantic University - $361.388 Oct-99 85% Brown 8, Root Building Company Northern Palm Beach Campus Ext, 1312 University Boulevard Jupiter, FL 33458 Wria-ri250 $1,088,731 Ma 00 .3 Y—"'s25% Odebrecht Contractors of Florida do International Airport = 201 Alhambra,Qircle, Suite 1400 �-am. 71_. ?sq y Coral Gables;°FN• 33134 Total Worth of These Contracts: $4,211,693.57 No extensions EXHIBIT "A" Temp Reso #8943 Arazoza Bros., Corp. 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 246-0481 Mailing address - P.O. Box 924890, Princeton, Florida 33092 lass Qf YVQ SR 55 (1-275) Sunshine Skyway Bridge FDOT# 87030-3537 SR 5 (US-1) fm 1-95 to SW 37th Ave. ContractArnt. Com lep tion % By Us $1.066,000 Aug-97 80% $565,850 Apr-97 100% Name/Address of Owner FLorida Dept. of Transportation 3204 Gulf to Bay Blvd. Clearwater, FI. 34619 Contact Person: Teresa Harrison Phone: (813)725-7950 Florida Dept. of Transportation 1000 NW 111th Ave. - Rm. 6107 Miami, FI. 33172-5800 Contact Person: Gus Graupera Phone: (305) 499-2357 4175 Beautification (Ph.1) $1,708,451 Aug-97 85% City of St. Petersburg oj. No. 988-52, 1-275 Xeriscape P.Q. Box 2842 (Ph.2) Proj. No. 94446-001, & St. Petersbug, FI. 33731 1-275 Northern Extension; Franklin Contact Person: Elizabeth Hammond Bridge Proj. No. 988-52 Phone: (813) 893-7035 Noise Abatement Barrier Wall Miami International Airport Arbor Greene - Phase I Landscaping Bill Baggs Cape Florida Park Reforestation Project Phases I,II,IV DEP Contract No. RP033, RP040, DC009 $432,000 $538,875 $1.748,550 Dec-96 100% Oct-97 100% Dec-95 100% 1-_�40 $426,000. Feb-99 Mando International Airport Delant Construction, Inc. 7380 NW 77 Court Miami, A. 33166 Contact Person: Juan Delgado Phone: (305) 592-2223 Arbor Greene Joint Venture 18000 Arbor Greene Drive Tampa, FI. 33647 Contact Person: Tom Panaseny Phone: (813) 973-1740 Dept. of Environmental Protection Marjory Stoneman Douglas Bldg, 3900 Commonwealth Blvd. Tallahassee. FI. 32399 Contact Person: Steve Gubitti Phone: (904) 488-6433 90PL_ RKT Construction, Inc. 1514 S. Washington Avenue Tittusville, FL 32780 EXHIBIT "A" Temp Reso #8943 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 effects 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 non 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 s 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. is3. 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 contenders 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. Authorized Signature Company Name 42 EXHIBIT "A" Temp Reso #8943 Arazoza aros., Corp. 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 246-0481 Mailing address - P.O. Box 924890, Princeton, Florida 33092 VEHICLE $ EQUIPMENT REFERENCE LIST As of: 04/28/1999 10 1994 Belshie Trailer 16F01423R1024512 11 1990 Chevrolet 2500 Pick-up 1 GFC24K3LZ113448 12 1993 Chevrolet C-70 Flat Bed Dump iGBM7HIJIPJ101155 13 1996 Chevrolet C-70 1GBJ7H1JIT104893 14 1995 Chevrolet S-10 Pick-up 1GCCS1442SK232505 15 1997 Chevrolet S-10 Pick-up 1 GCCS1445V8158143 16 1989 Chevrolet Pick-up 1GCDC14Z1KE242745 1999 Chevrolet Tahoe 1 GNEC13R3XJ381755 17 1995 Dodge Ram 3137HC13Y4SM178754 a 1999 Dodge Ram 1500 w/ Queen Cab 3137HC13Y3XM516572 0 1996 Ford F-150 Pick up 1 FTEF15Y2TL800399 20 1996 Ford F-250 Pick up 1FTHW25F7TEA28511 21 1990 Ford F-250 Pick up 1 FTEF25N1 LNA29129 22 1994 Ford 350 XLT 1 FTJW35F3REA52000 23 1994 Ford F350 w/ Cab 1 FTJX35K1 RKC05548 24 1992 Ford F350 w/ Cab 2FTJW35M8NCB082 25 1990 Ford F350 Pick up 2FTJW35MXLCB37914 26 1984 Ford L-7000 2600gal. Water truck 1 FDPK70U1 EVA54515 27 1986 GMC Forward W-7 Water Truck J8DM7A1S2G3200047 28 1991 International Aluminum Water Truck 1 HSHKGGR5MH335862 29 1982 International 20ft Flatbed Truck WT TAA1 9E3CHA1 9627 30 1983 International Dump Truck 1 HTAA17E7DHA19683 31 1987 International Truck Semi 1 HSZBGTRXHHB10923 32 1985 Mack Super liner Tractor 1 M2V177Y2FM001171 33 1988 Nissan UD 16ft. Flatbed truck JNAMA93J2JGH45452 1997 Olsmobile L55 Sedan 1 G3HY52KXV4834221 1996 Toyota RAV 4 JT3GP10V4T0003049 T10 1990 Crosley Equip -trailer 12' dual axel CTLSL10K6LS003462 T11 1996 Eager Beaver 10HDB trailer 112HAN301TLO46080 T12 1996 Eager Beaver AP10 trailer 112AAH2O4TLO44832 ' 1972 East Trailer DS032474 1989 Fontaine flatbed trailer 13N1452C9K1545216 T15 1988 Great Dane 1 GRAA9629JS081803-_ T16•; 1986 Great Dane42ft 1GRDM8426GM0730zw" - EXHIBIT "A" Temp Reso #8943 enj inyentQry N-Q Year Equipment Deacrilption Serial 1997 Chainsaw 16" B 95209HO4627 1997 Chainsaw 16" B (Husguarna) VPW040UB24RA 1997 Chainsaw 16" B (Husguarna) 97245n700243 E10 1990 Ford 555C A406291 Combination Backhoe loader 1968 Kent Trailer (White) Immobile 35180 1995 Lawn Mower 4WG7719 1994 1850 McMillan Auger Drive 13406 1996 1850 McMillan Auger Drive N/A 1997 1850 McMillan Auger Drive & Bit 20220 1998 1850 McMillan Auger Drive & Bit 21585 1994 24" McMillan Bit No# 1994 36" McMillan Bit No# 1996 36" McMillan Bit No# E11 1992 New Holland L785 w/ Bucket 827919 Skid Steer loader w12 1994 New Holland L785 w/ Bucket 848168 El 1996 New Holland LX 885 898957 Skid Steer loader �14 1997 New Holland LX 885 w/ Bucket 113223 Skid Steer loader 1998 New Holland LX 885 115150 Skid Steer loader El 1999 Backhoe Model 416C 4ZN16442 1993 Pallet Fork No# 1994 Pallet Fork No# 1996 Pallet Fork No# 1998 Pallet Fork No# 1996 Quickcut Chop Saw TS350 13377786 1993 Tree Boom No# 1994 Tree Boom No# 1996 Tree Boom No# 1997 Tree Boom No# 1998 Tree Boom No# 1998 617 Bradco Trencher 6CC8739 Arazoza Bros., Corp. wurertir � A00Ra CERTIFICA I E OF LIABILITY INSUF\r-kNCECSR swr�mpReS� 17/9Y9 ARAZO- PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Ross Insurance of Florida, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE b/a Anpher-Ross Insurance HOLDER, THIS CERTIFICATE DOES NOT -,AMEND. EXTEND OR 91 Nob her -will Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, nrise FL 33351 COMPANIES AFFORDING COVERAGE James F. Murphy COMPANY A Reliance National Indemnity ft .. No 954-748-4000 FaMNO 954-748-4225 -,•_ ---- INSURED COMPANY B American Guarantee & Liability Arazoza Brothers Corporation Agri Brothers Corporation COMPANY C Bridgefield Employers Ins. Co. Aqualawn Inc. P-0. Box 924890 COMPANY Princeton FL 33092 D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT• 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS I� CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MM/DONY) DATE (MMrDO") LTR AGGREGATE IS2,000,000 GENERAL LIABILITYGENERAL A X COMMERCIAL GENERAL LIABILITY NGH1721257 06/15/99 06/15/00 PRODUCTS •COMP/OPAGG $2,000,000 CLAIMS MADE Fx� OCCUR PERSONAL 6 ADV INJURY 1 1, 0 0 0, 0 0 0 OWNER'S& CONTRACTOR'SPROT EACH OCCURRENCE 51,000,000 X Aggregate Llmlt FIRE DAMAGE (Anyone tre) S100,000 Per Project MEDEXP(Any one person) 15,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1 1,000,000 A X ANY AUTO NKA1722162 06/15/99 06/15/00 ALL OWNED AUTOS BODILY INJURY S •• (Per Person) SCHEDULED AUTOS - X HIRED AUTOS BODILY INJURY 1 (Per accident) ]L NON -OWNED AUTOS PROPERTY DAMAGE S GARAGE LIABILITY I AUTO ONLY - EA ACCIDENT S ANY AUTO I OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ i i EACH OCCURRENCE $3,000,000 EXCESS LIABILITY UMBRELLA FORM Ai103597010-00 06/15/99 06/15/00 AGGREGATE S3,000,000 r- - 1 OTHER THAN UMBRELLA FORM S WORKERS COMPENSATION AND X TOR LIMITS QER EMPLOYERS' LIABILITY EIEACHACCIDENT $ 100, OOO T C THE PROPRIETOR/ INCL + 83017285 1 0 4/ 01 / 9 9 0 4/ 01 / 0 0 EL DISEASE • POLICY LIMIT S 500,000 i PARTNERSIEXECUTIVE �- ••� r ! EL DISEASE • EA EMPLOYEE S 100,000 OFFICERS ARF. EYCI OTHER A (Equipment Floater NSA2512068 I i 06/15/99I 06/15/00 DESCRIPTIONOF OPERA TIONS,LOCA I IDN$^rEHICLF SrSPFCIAL IIE41$ CERTIFICATE HOLDER CANCELLATION SI+OVT D Ar)r 11F r"E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE • E W,QA I TON DA rL rllg RFOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL •� 10 Ir iLJJ NO TICC•TQ THE [ ERTIFICATE rIOLDER NAM OTHE LEFT ryr r ; •-: -�� C 1r -•, 1- - -�. -- J III I I , .; q• MI SUL.N NOTICE SHALLJMPOSE NO OBLI OR LIABI V r,Ir/r: 18'GN I -I(. COMPANY ITS AGENTS OR R S TATIVES u I IIr,I'.'T n r+(. PRI SF N rA I Ivb: James F. Murphy aCnF2n 25-0. wggi ACORD ORPORATION )988 EXHIBIT "A" Temp Reso #8943 is • Florida Department of Trans portatio71 Minority Programs Office JEB BUSH 3717 Apalachee Parkway, Suite G GOVERNOR Tallahassee, Florida 32311 Alberto Arazoza Arazoza Bros. Corp. P.O. Box 924890 Princeton, FL 33092- RE: DBE AFFIRMATIVE ACTION PLAN APPROVAL Dear Mr. Arazoza: T110MAS F. BARRY, JR. SECRETARY March 1, 1999 The Disadvantaged Business Enterprise Affirmative Action Plan submitted by: Arazoza Bros. Corp. has been approved for a period of one year. Please update and submit a new plan before the expiration date shown below. If you do not plan to work on any Florida Department of Transportation projects, it will not be necessary for you to submit a new plan. If you need any additional information, please call Ms. Carol Greene at (850) 921-7370. Sincerely, V \ It Thomas Taylor Minority Programs Office CT:cg AFFIRMATIVE ACTION PLAN EXPIRATION: 02/1512000 www.dot.state.fl.us © RECYCLED ^Fr-P EXHIBIT "A" Temp Reso #8943 • Florida Depacrtmeftt of Transportation � ausH GpV>i]tN�R Arazoza Brothers Corporation Mr. Alberto Arazoza P.O. Box 924590 Princeton, FL 33092 E05 Suwannee street iHOMAS F. aA. Y. JR. Tallahassee. F-loHda 32- 399-045D SEER TARY March 16. 1999 RE: DISADVANTACEQ BUSINESS ENTERPRISE CERTIFICAT10N Dear Mr. Arazoze: The Department is pleased to announce that your ctnpany has been certified as a Disadvantaged Business Enterprise (DBE) for a mavdrnum period of one year, which is subject to continued eggibiilty and also subject to actions of any other governmental agencies which may affect the minority status of your firrn. This agency's certttication ertatuea the company to compete to the subcontract work of the Department as a minority owned and operated company. tt is not a guarantee that the company will receive work. if at any time there is at change in d a ownership and control of the company, a new Schedule "A" is to be forwarded without delay to the Department. if you desire recertification consideration, a new Schedule "A" must be submttted to " Departrnent ninety (90) days prior to expiration of your current certification for agency review and consideration. Questions concerning the certification process may be directed to this office at (550) 921-7370. Sincerely. .Nt , Mmy S. Wier DBE Certification Manager Minority Programs Office MSM:hl CERTrFICAMN EXPIRA77ON DATE: MAY 18, 2000 I www dot.stace.fl.us 4 FtfiCrr4E0 PArER EXHIBIT "A" Temp Reso #8943 B' 'VARD COUNTY OCCUPATIONAL LICENSE TAX A RENEW ON OR BEFORE Lu FORM NO, FOR PER OCTOBER 1, 1999 THRU SEPTEMBER 3 30 SEPTEMBER 30, 2000 4oI-2e0/AC zs-osI y PENALTIES IF PAID L.1 RENEWAL 0 TRANSFER . SEC # 32 / 324 . 3 3 . 0 0 OCT. -'0., NOV. - 15% BACK TAX DEC. - 207 - ' Atter DEC, 31 r 25`6 z O NEW DATE BUSINESS OPENED 0 2 C 1 /8 $ PENALTY ' Plus Tax ColleCTIon Fhe pulp td325.00 T, 6. FEE Based on Cost OI L.cense It Paid r- r On or After November 30:Nggg •y. D STATE'OR COUNTY CER7/REG r • • -_.� TRANSFER e.slness l.xatlon Address — a: 15901 SW 242 S T 3 3- C ry ACCOUNT NUMBER .L+. TOTAL V DADB COUNTY o33031--0000 - BUS.I�.E'S.S;�.rQ�J�1,{yE:.,: .,;. :-: , � a, . T ARAZOZA. BRO_T.e,,ERS .CORFgRAT„ION. 'ALBERTO.;ARRZO-ZA f i 371IS •LIGEfySE M6S7 $E CONSPICUOUSLY DISPLAYED P 0 •B O X ' : 9 2 4"$ 9 0 : = :: -�'f� y?� r` r�.Y•'y `.PIJBLjGa/161N'ATTHEI'OCATIQNADDI•iSSA84VE.-RINCETON FL 33092-0000' 1, 5k'c.2 y LJ-.•.x• _ i''n,YI�Ya;ia .�. 7.{iiIn/T:.'•. r 1'$ F LICENSE TAX PAID " ' +•^"�% wC Z_L A N C S C A P E o - BROWARD courm 3 UNITS - z BROWARD COUNTY RE NUE COLLECTOR p 115 S. Andrews Avenue, Governmental Center Annex 1 999 - 2000 _ }� Q FORT LAUDERDALE, FL 33301 'SEE BACK FOR TRANSFER INFORMATION PAYMENT RECEIVED AS VAUOATED ABOVE 0, 000C JC00 L000003300 0000003240224739 1 001 7 1 300 00 SV S 9 J 7 : : 10 • • EXHIBIT "A" Temp Reso #8943 DADE COUNTY 1998 OCCUPATIONAL LICENSE TAX 19" TAX COLLECTOR MIAMI-DADE COUNTY - STATE OF FLORIDA FIRST-CLASS U.S. POSTAGE 140 W. FLAOLER ST. EXPIRES SEPT. 30.1999 MUST BE DISPLAYED AT PLACE OF BUSINESS PAID 14th FLOOR MIAMI, FL 33130 PURSUANTTO COUNTY CODE CHAPTER 8A - ART. 9 6 10 MIAMI, FL PERMIT NO. Z31 211194-6 * RESTRICTED * RENEWAL BUSINESS NAME / LOCATION LICENSE NO. 222 15 2-1 ARAZOZA BROTHERS INC OPERATING IN DADE COUNTY OWNER ARAZOZA BROTHERS INC Sec. Type of Business EMPLOYEES 213 LAWN/LANDSC'APE/TREE SERVICE 1 TtO IS AN OCCUPATIONAL TAR ONLY. IT OOEti NOT 00MMIT THE LICENSEE TO VIOLA. ANY E]OSTINO LAWS REGULATORY THE CCKWTTOWN DO NOT FORWARD CITIM EXEM" THE NODOES E ARAZOZA BROTHERS I N C FROM AW OTHER LICENSE OR rENNNT AEONmNED BY A L, B E R T O ARAZOZA LAW. TM IS NOT + CEP O BOX 924890 flCENSE THE OF THE1 T`Is g1A1�'�" PRINCETON FL 33092 f rAYnENTRECEIVED DADE COUNTT TAX COLLECTOR: 09/22/1998 ����'��� 11tI�Iti��ll�Itl�illl!!�1'illl��tl�lli�}tl�i{t�tit[��ifilt�lt� i SEE OTHER SIDE . Alb--. ,i BXHIBIT r"A" r l Bond No Temp Reso #8943 Q� The Ohio Casualty Insurance Company 136 North Third Sheet Hamilton, Ohio 4S012 BID BOND The American Institute of Architects, AIA Document No A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we Arazoza Brothers Corporation as Principal, hereinafter called the Principal, and THE OHIO CASUALTY INSURANCE COMPANY of Hamilton, Ohio a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto City of Tamarac as Obligee, hereinafter called the Obligee, in the sum of 5% of Amount Baal 0 % of Amount Bid Dollars (� ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, adminis- trators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for T.andscaping and Irrigation projects Bid # 99-28B 1) Camiercial Blvd., 2) University Dr., 3) Pine Island Road NOW, 'THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accord- ance 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 dif- ference 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 25th day of August 19 99 Arazoza Brothers Corporation (Principal) (Seal) (Witness) J&eaw pm;Aj (Title) Ji . ( iMessl Revised to February, 1970 SO 5714b Printed in U.S.A, S-4148b THE OHIO CASUALTY INSURANCE COMPANY :(Surety) (Seal) By Q�r-- Usan Bohm (Attorney -in -Fact) EXHIBIT "A" .:ER►IFIE-D CONY OF POWER 01: A-1TORM Y Temp Reso #8943 A If THE 01110 CASUALTY INSURANCE COMPANY WEST AMERICAN INSURANCE COMPANY No. 34-082 Know All Men by These Presents: That THE OHIO CASUALTY NSURANCE COMPANN'. an Ohio Corporation, and WEST AIvIFRICAN INSURANCE QOMPANY, an Indiana Corporation, in pursuance of authority granted by Article VI, Section 7 of the By -haws of The Ohio Casualty Insurance Company and Article Vl, Section 1 of West American Insurance Company, do hereby nominate, constitute and appoint: Jeffrey L. Leggett, James F. Murphy, Susan Bohm, Shelly Moore, Leslie R Griffin or Sharon R. Weiser or Sunrise, Florida its true and lawful agent (a) and attorney (s)-in-fact, to make, exccute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCF,S, not exceeding in any single instance SIX MILLION ($6,000,000.00) DOLLARS, excluding, however, any bond(s) or undertakings) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Companies at their administrative offices in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attomey(s)-in-fact. In WITNESS WTIEREOF, the undersigned ofTcer of the said The Ohio Casualty Insurance Company and West .American Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of each Company this I St day of June, 1999. sever-z w SEAL. "`� Aal jawe. STATE OF OHIO, Sam Lawrence, Assistant Vice President COUNTY OF BUTLER On this ISt day of June, 1999 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Sam Lawrence, Assistant Vice President of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first above written. Notary Public in and for County of Buller, State of Ohio My Commission mires Se tember 25. 2002. This power of attorney is granted under and by authority of Article Vl, Section 7 of the By -Laws of The Ohio Casualty Insurance Company and Article VI, Section I of West American Insurance Company, extracts from which read: Article VI, Section 7. APPODJTMENl' OF ATTORNEYS -IN -FACT, ETC. "The chairman of the board, the president, any vice-president, the secretary or any assistant secretary of each of these Companies shall be and is hereby vested with full power and authority to appoint attomeys-infact for the purpose of signing the name of the Companies as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, mcognuances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or to any county or state, or any official board or boards of county or state, or the United States of America, or to any other political subdivision." Article VI, Section 1. APPOINTMENT OF RESIDENT OFFICERS. • 1'he Chairman of the Board, the President, any Vice President, a Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint attorneys in fact for the purpose of signing the name of the corporation as surety or guarantor, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, necognizances, stipulations, undertakings or other instruments of surety -ship or guarantee, and policies of insurance to be given in favor of an individual, fur, corporation, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United States of America, or to any other political subdivision" This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the respective directors of the Companies (adopted May 27, 1970-The Ohio Casualty Insurance Company, adopted April 24, 1990-West American Insurance Company): "RESOLVED that the signature of any officer of the Company authorized by the By -Laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary Certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE 1, the undersigned Assistant Vice President of The Ohio Casualty Insurance Company and West American Insurance pony, doh ctrtify that the foregoing power of attorney, the referenced By -Laws of the Companies and the above Resolution of their Boards of Director are and corer o ies and an i 1 force and effect on this dotry, IN WITNESS WHEREOF, I have hereunto set my hand and the seals of the Companies this �� day of / 9 0-9A SEAL 00 3/99 Assistant Vice President EXHIBIT "B" Temp Reso #8943 • Arazoza Bros., Corp. 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 244-0481 Mailing address - P.O. Box 924890, Princeton, Florida 33092 •uu i �1:t M. • - '1� � L Unit Est_ atv Unit Priem Rid suhhntal Sabai palmettol Cabbage Palm - Relocate Ea 40 $130.00 IS 5.000.00 Coccoloba uvifera/ Sea ra -Relocate Ea 7 $250.00 250.00 Pongamla pinnstai Pongam - Relocate Ea 1 5250.00 S 250.00 Tabebuia srgentata/ Yellow Tabebuia - Relocate Ea 1 $250.00 3 250.00 Tabebuia argentatal Yellow Tabebuia - Remove Ea 1 1 S250.00 3 250.00 Pine Island Rd Descripflon Unit Fs!- Qhr 1 In* Arty R:A euI abal palmetto/ Cabbage Palm - Relocate Ea 17 $130.130 S 2 550.00 iNietenia mahagani/ Mahogany - Relocate Ea. 1 3250.00 S 250.00 Swietenia mahogni/ Mahogany - Remove Ea 1 32130.00 $ 200.00 Bucida buseras/ Black Olive - Remove Ea 8 1 $200.00 $ 1,200.00 Unit Eat ON tinit prim Rid auhlnhl Tabebuia species/ Pink & Yellow Tabebuias - Ea 29 $250.00 $ 7,250.00 Relocate Swietenia mahogani/ Maho- Relocate gan LS 2 $250.00 5 500.00 Swietenia mahogni/ Mahogany - Remove Ea. 1 $i200.00 $ 200.00 Bucida buseras/ Black Ogee - Renwve Ea 1 $200-00 5 200.00 Half of the placation Fee GS 1 S 50.00 5 50.00 Permit Fee far Trees relocateWremoved b C Ea 33 ; 10.00 $ 330.00 Landscape Total: $ 19,730.00 Price includes the following: 1. Rootpruning of relocated tram (not palms) 2. Watering palms abet relocatiion for 30 days. 3. Watering trees after rootpruning for 30 days and altar relocation for 30 days. 4. Staking of Trees 40 5. Maintenance of Traffic 6. Repair of Damaged Areas Page 1