Loading...
HomeMy Public PortalAbout Anzco's Inc. Bid DocumentsCOMMISSIONERS WILLIAM F. KOCH, JR. Mayor JOAN K. ORTHWEIN, Vice Mayor FRED 8. DEVITT III CHRIS D. WHEELER MORIEL J. ANDERSON September 30, 2011 Anzco Inc. John B. Zak, President 9671 Carousel Circle So Boca Raton, FL 33434 TOWN OF GULF STREAM PALM BEACH COUNTY, FLORIDA Re: Place Au Soleil Entrance Improvements Dear Mr. Zak : Telephone (581) 2753118 Pox (551) 737-0188 Town Manger WILLIAM H. THRASHER Town Clerk RRA L TAYLOR We are pleased to inform you that you have been selected to provide contract services in the amount of $39,700.00 for the Place Au Soleil Entrance Improvements. In addition, the Town has decided to also award the Alternate Bid Item A— "Guardhouse Beautification" in the amount of $4,269.00 and Alternate Bid Item B— "Landscape" in the amount of $14,800.00 to your firm. This notice of intent to award a contract is subject to your successful satisfaction of the requirements contained herein. Specifically, you are required to execute and submit the Agreement Documents in conformance with the Construction Contract Documents and provide Deconstruction and Performance Bonds, and the Acknowledgement of the Inspector General. The documents required must verify the accuracy of the bid you originally proposed for this project. Otherwise, the Pre -Award Requirements will not be considered to have been met, and negotiations and award will not be pursued further. The Town requests that two (2) copies of the executed Contract Documents be returned to my attention within two (2) weeks of receipt of this letter. Upon receipt of the Contract Documents, the Town will issue a Notice to Proceed. You are reminded to take necessary actions to obtain the required financing and/or bonding for this project. These Pre - Award Requirements will also require satisfaction once negotiations are completed and prior to the issuance of the intended award. Should you have any questions, please contact the Contracting Officer's Representative (COR), Rebecca Travis, P.E., Mathews Consulting Inc. at 561-655-6175, or the undersigned Contracting Officer at 561- 276-5116. William H. Thrasher Town Manager Contracting Officer 100 SETA ROAD, GULF STREAM, FLORIDA 33483 MATHEWS CONSULTING C I V I L E N G I N E E R S September 30, 2011 Mr. William Thrasher Town Manager Town of Gulf Stream 100 Sea Road Gulf Stream, FL 33483 Town of Guff Stream Place An Soleil Entrance Improvements An co. Inc. Bid Ponos I Dear Bill, Please find enclosed the original of Anzco, Inc.'s Bid Proposal for your use in preparation of the contract documents. Sincerely, MATHEWS CONSULTING, INC. Rebecca Travis, P.E. Principal Cc: David Mathews—MC MC File 91589 Mathews Consulting, Inc., 477 S. Rosemary Avenue, Suite 330, West Palm Beach, Florida 33401 Phone: 561-655-6175 0 Fax: 561-655-6179 www.mathewsconsultintlinc.com I CJ Proposal of F J 7 J J J 7 A/V2Co BID PROPOSAL (Contractor) 4�9%/ Cq¢oUS4� GLCf-� SoVT1J %ofa �A I ^Jj R.. 334-: _ (Address) to furnish and deliver all materials and to do and perform all work in accordance with the Contract Documents for the Project titled: TOWN OF GULF STREAM PLACE AU SOLEIL ENTRANCE IMPROVEMENTS To: Town of Gulf Stream Gentlemen: 1. The undersigned bidder hereby declares that he has carefully, and to his full satisfaction, examined the attached Instructions to Bidders, General Conditions, Supplementary Conditions, Technical Specifications, and form of Contract and Bonds, together with the Contract Drawings; and that he has made a full examination of the location of the proposed work and hereby agrees to furnish, unless otherwise provided, all implements, machinery, equipment, transportation, tools, materials, supplies, labor, and other things necessary to the execution and completion of the work, fully understanding the scope of the work; and that he will fully complete all necessary work and the requirements under them within the time limit specified in this proposal. 2. The undersigned bidder agrees to execute and deliver to the Owner the attached Agreement within ten (10) calendar days after the date on which Notice of Tentative Award has been given, along with Contract Security, Insurance Certificates and other documents required by the Contract Documents. If Bidder fails to sign the Agreement and deliver the Agreement to the Town accompanied by the required security, insurance certificates and other documents within the time specified, the Town has the authority to rescind the bid award and retain the bid security which shall be forfeited as liquidated damages. Otherwise, said bid security is to be returned as provided herein. 3. After notification to proceed by the Town, the undersigned Bidder agrees to begin work with an adequate force and equipment within ten (10) calendar days. The undersigned bidder proposes that all work be completed within not more than Six 60 calendar days from the date of Official Notice to Proceed, and that if awarded the Contract for the work, to pay to the Owner the liquidated damages for each day that he fails to complete the work within the prescribed time, in accordance with the terms stated in the Agreement. 1559 - 9/9/2011 HE 4. The undersigned bidder states that this proposal is the only proposal for this project in which he is interested and that this proposal shall be either accepted or rejected within sixty (60) days after the due date. 5. In submitting this Bid, the undersigned Bidder represents, as more fully set for in the Agreement, that: J a. Bidder has examined copies of all the Contract Documents and of the following addenda, receipt of all of which is hereby acknowledged and also copies of the Advertisement for Bids and the Instructions to Bidders: Number Date Number Date 7 QI1Q b. Bidder has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and 1 regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as Bidder deems necessary to satisfy himself as to the character of the route, the location, surface and underground obstruction, the nature of the groundwater table conditions, and all other physical characteristics of the work, in order that he may include in the process which he bids, all costs pertaining to the work and thereby provide for the satisfactory completion thereof, including the removal, relocation or replacement of any objects or obstructions which will be encountered in doing the proposed work. J 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 n any agreement or rules of any group, association, organization or corporation; 1 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 a corporation to refrain from bidding; and Bidder has not sought by collusion to J obtain for himself any advantage over any other Bidder or over the Town; no Town official nor any Town employee has direct or indirect interest in said bid; in the supplies or work to which it relates, to any person associated with the firm performing the work or to the profits resulting from the work. J6. Bidder agrees that the Work will be substantially completed within 50 calendar days after the date when the Contract time commences to run, and completed within 10 calendar days after the date of Substantial Completion. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the work on time. 1589 - 8/9/2011 BP -2 F o d z w vj Q Q W O w .d O � O n Q a > F � Q w U w > W U � A � W c '0 C wz w Oa � A � W U U�j a � Pi 00 w F3 a � �z ¢ N U ¢ WO a Pw F z ss a O a o d 0 v3 vj Q Q ^ O w .d O � O n Q a > F FQNu Q w U us I y w .d e n c > F U o w U a > E � � c '0 C � Q w a � Pi w � N m us I rr k� CO O C J a N u z bs s9 E a N F_ ro _F rr k� CO m C a a p u z E a F_ ro _F 'E A D v C1 C�1 v a d z¢ u W 9 a � H z a J F Ln 3 o z r z o C n p u z E a ro 'E v v v E d u 9 a r u c� i 0 0 3 c .c o u t � N V ri q O C ei C U � a 9 C = .9 N � N aE Q 42 IT o� •c u � � 7 CO t, L � 9 0 C •� 9 ` a s a o y a � 9 = a o L = H � u 9 d ,fl i x �w E� N 00 W� a N O N N m C C � it m m 0 w R m W W 0 [�l E z�O � r E rn o E m � m N u5 m ci. csa u>ma omo m E m a i;4aaaaaaa in a LL ~ 3 LL zz til t2 V% c N L O a c a v L 7 lL m m C a c N T N N T N N N T N N N N N N N N N C N T N T T m T T T T T T T T T m a m m m a m m m m a m m m m m m m m m g �a m O umi O a m a m m U m U O CQ O C c r ur a 3 Om. u Z c m m m umi m m o 'c m a `m ur n _. L' E o a c L^ rn m a O LL m c; 0 Lij N a d 0 N Y a o m m n m m m a m m -Na P c u umi o m m m m N Yl m N H G N H !�¢N❑5a5500 a`55J(7ma UQ; N mOI m� a� ❑_ � N {7 Q N 10 1� 0 W 0 �- N f0 Q 1[1 Im 1� m O` � 00 7. Communication concerning this Bid shall be addressed to the Bidder as indicated below. 8. The terms used in this Bid which are defined in the General Conditions of the Construction Documents have the meanings assigned to them in the General Conditions. Dated: 9.12-I /l 4Nw� =Nc, Name of Bidder, Corporation, Firm or Individual By. Sig idder JWe j b. 2A Typed Name q(07/ C44OLLW . Cl4cefi ,Soy Business Address of Corp., Firm or Individual '-bacA /Ph1 FC 33¢3 9� (Corporate Sea)) Incorporated under the laws of the State of FZoy OA 5to 1— 488 -o 8?,? — Phone Number GGG I S 1 8 O /o S General Contractor's License No. 1589 - 8/9/2011 13P-5 I I I I 1 J .I -1 J CERTIFICATE (if Corporation) STATE OF FLORIDA ) ) SS COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of 4NZCo fWe , a corporation under the laws of the State of Rot/04 held on I 2. 20 IJ__ the following resolution was duly passed and adopted: "BE IT RESOLVED", that .)wltj b. 2Ak as "j oI&c IoaxsT of the Corporation, is hereby authorized to execute the Proposal dated 1 , 20 /1 , between the Town of Gulf Stream, Florida and this Corporation,- and that his execution thereof, attested by the Secretary of the Corporation and with corporate seal affixed, shall be the official act and deed of this Corporation". JI further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this �-OWV� day of ;kkl �* Im jq-q� 201_. J 1 � Subscribed and sworn to before me this (Se retary) ��ay of S y44,a~ k," 20_Z j ANNE D DOYLE MY COMMISSION # 00793272. EXPIRES May 29, 2012 Notary Public µ07I7%-0157 FlorkeNoteryServica.can My Commission Expires: gj-cj J 1589 - 8/9/2011 BP -7 TRENCH SAFETY AFFIDAVIT (FAILURE TO COMPLETE THIS FORM MAY RESULT IN THE BID BEING DECLARED NON-RESPONSIVE) JAN2Qo _mc, (NAME OF CONTRACTOR) hereby provides written assurance that compliance with applicable Trench Safety Standards identified in the Occupational Safety & Health Administration's Excavation Safety Standards. (OSHA) 29 C.F.R.S. 1926.650 Subpart P Jwill be adhered to during trench excavation in accordance with Florida Statutes 553.60 through 533.64 inclusive (1990). "Trench Safety Act". J The undersigned acknowledged that included in the various items of the proposal and in the Total Bid Price are costs for complying with the Florida "Trench Safety Act" as summarized below: (Attach additional sheets as necessary) Schedule Item Trench Safety Measure (Slope, Trench Shield, etc.) Cost yt¢noarro>, Stvr'�6 $ loo.eo Total $ lon.op C (Signature) (Date) STATE OF '4.10 : g._ COUNTY OF +qci.( &nj. &e gQf6 Subscribed and Sworn to (or affirmed) before me on I j (date) by JO h 1,. 2-,41, (name). He/she is personally known to me or has presented Zk; V.. r LT 0—Vj e-0^(type of identification) as identification. Notary Public Signature and } ANNE D�Y� YLE 1589 - 8/9/201 I '.�' MY COMMISSI #n DD793271} -8 EXPIRES M, 2012 '0?)3904153 FlMtleNoN .00m Inn?, b. �_� I e lb -I9 3a-1 Print Notary Name and Commission No. I I I 1 J TRUTH — IN — NEGOTIATION CERTIFICATE The undersigned warrants (i) that it has not employed or retained any company or person, other than bona fide employees working solely for the undersigned, to solicit or secure the Agreement and (ii) that it has not paid or agreed to pay any person, company, corporation, individual or firm other than its bona fide employees working solely for the undersigned or agreed to pay any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of the Agreement. The undersigned certifies that the wage rates and other factual unit costs used to determined the compensation provided for in the Agreement are accurate, complete and current as of the date of the Agreement. This document must be executed by a Corporate Officer. 1599 - 8/9/2011 By: J0 an b . ZAk Title: ---Ws�s /oEu 7— Date: qTZB% l! BP -9 DRUG FREE WORKPLACE CERTIFICATION If identical tie bids exist, preference will be given to the vendor who submits a certification with their bid/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida 7 Statutes. The drug-free workplace preference is applied as follows: IDENTICAL TIE BIDS: Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. 7 As the person authorized to sign this statement, I certify that this firm complies fully with the following I requirements: 1. This firm publishes 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. This firm informs 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. 3. This firm gives 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), this firm notifies 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 guilty or nolo contendere to, any violation of chapter 893 or any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. This firm imposes a sanction on or requires 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. This firm will continue to make a good faith effort to maintain a drug-free workplace through implementation of this section. (Ve or' ignature) 1589 - 8/9/2011 BP -10 30AI1 h, 244 (Firm Name) q /2' /_L_ (Date) SUBSTITUTION OF EQUIPMENT AND/OR MATERIAL After the execution of the Agreement substitution of equipment and/or material of makes and/or types other that those named in the Contact at the request of the Contractor will be considered for two reasons only: J 1. That the equipment and/or material proposed for substitution is superior in construction and/or efficiency to that named in the Contract. 2. That the equipment and/or material proposed for substitution is equal in construction l and/or efficiency to that named in the Contract. In either case, it will be assumed that the cost to the Contractor of the equipment and/or material proposed to be substituted is less than the equipment and/or material named in the Contract and, if the substitution is approved, the Contract price shall be reduced in a corresponding amount. No request will be considered unless submitted in writing to the Town and approval by the Town must also be writing. To receive consideration, requests for substitution must be accompanied by documentary proof of the actual difference in costs to the Contractor in the shape of certified copies of equipment and/or materials, company's quotations to the Contractor covering the original equipment and/or materials, and also equipment and/or material proposed for the substitution or other proof satisfactory to the Town. It is the intention that the Town shall receive the full benefit of the saving in cost involved in any substitution. In all cases, the burden of proof that the equipment and/or material offered for substitution is equal or superior in construction and/or efficiency to that named in the Contract shall rest on the Contractor and the proof will be submitted to the Town's representative who will make recommendations to the Town, and unless the proof is satisfactory to the Town, the substitution will not be approved. Request for substitution solely on the grounds that better delivery can be obtained on the equipment and/or material proposed for substitution will not be approved for it will be considered that the contractor in his bid has named equipment and/or material on which he has received proposals from equipment suppliers and/or manufacturers giving a delivery time which will permit completion of the project within the Contract time. Request for substitution of equipment and/or material which the Contractor cannot prove to the satisfaction of the Town to be equal or superior in construction and/or efficiency to that name d in the Contract will not be approved. Whenever brand names or trade names are listed, followed by the words "or equal", the offering of any material or product not named may not be presumed to be equal and the words "or equal" shall mean "or approved equal". 1589 - 8/9/2011 BP -1 I INOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes (F.S.) you are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a 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 or real property to a 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, F.S. for CATEGORY TWO ($25,000) for a period of 36 months from the date of being placed on the convicted vendor list. IAcknowledged by: AN2Go 2NC.- Firm Nam Sig b.ZANL �?Z45tor,&>r Name & Title (Print or Type) 1589 - 8/9/2011 BP -12 INFORMATION REQUIRED OF BIDDER BIDDER'S GENERAL INFORMATION: Bidder shall furnish the following information. Failure to comply with this requirement will render Bid non-responsive and may cause its rejection. Additional sheets shall be attached as required. (1) CONTRACTOR'S name and address: Wo Z'n/ C . 907/ Ca t.ous tc CicGc.e �aonJ 7_22C& ?PM", Fe— 33434 (2) CONTRACTOR'S telephone number: _5Z,/-(aq - 2)Go2 (3) Number of years as a CONTRACTOR in this type of work: (4) Names and titles of all officers of CONTRACTOR'S firm: Jo%GiJ 7b. 2,4A. ?ZC5,0E07- 4 4xgt)U,c.F( G4C oc L. 24A_ V/c& —P4tti51o4 r SK_ (5) Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract: _G�rF�rR+aJ 6ug.krl CN 4 .16ut'rl 'r,ew0 W1= Rom'iEeL 4767- C0404kcC4oL- ?.-'10. 1=1-. uJD*t,0ac,e FL. 333/S ji 'W I Hre'> Cl54 -3'7,' 188 1 (6) Principal Equipment. Manufactures and Subcontractors. This proposal is being submitted by the hereinafter stated CONTRACTOR who proposes to perform work specified and shown on the Drawings. The Bid Proposal shown on the preceding page(s) has been calculated and tabulated using basic material prices. The following is a list of material manufactures and subcontractors whose materials and services said CONTRACTOR 1589 - 8/9/2011 BP -15 J J propose to furnish and utilize if the awarded a CONTRACT for the work specified herein and shown on the Plans. It is understood that the following list is not complete but includes the names of manufactures of the principal components and subcontractors supplying principal services to said project. It is also understood that if awarded a Contract, the CONTRACTOR will furnish the materials of the manufactures and utilize the services of the subcontractors stated herein and that if for any reason whatsoever CONTRACTOR wishes to substitute materials or subcontractors he shall request permission in writing from the City stating fully the reason for making such a request prior to ordering same. All of said manufactures or their authorized vendors have been made aware of all the appropriate portions of the Contract Documents and agree that their materials will meet all of the requirements stated therein and that deliveries will be scheduled so as not to impede the progress of the work. Equipment: Manufacturer Subcontractor's Information: J The undersigned bidder hereby designates, as follows, all major subcontractors whom he proposes to utilize for the major areas of work for the project. The bidder is further notified that all subcontractors shall be properly licensed, bondable and shall be required to furnish the Town with a certificate of insurance in accordance with the Contract General Conditions. Failure to furnish this information shall be grounds for rejection of the bidder's proposal. Subcontractor Name and Address Area of Specialtv 1. .4 Cur 4%v4- L/.�NOS�Aye 04,4iur; L4NoscAo6 scV wo) /do9S 43 Eoa.O Nacr;J Lo <4 /A -9-4d" r --c. , 33490 2. J?,Md5AJ2b5C0rJi&LV1C" 34q a] 54/- ur2- 5391 1589 - 8/9/2011 BP -16 License No. U -/344p Subcontractor Name and Address Area of Specialty License No. 4. 5. 6. 1589 - 8/9/2011 BP -17 QUESTIONNAIRE The following provides the minimum qualifications required of the Bidder. The undersigned guarantees the truth and accuracy of all statements and answers herein contained. Additional sheets should be attached where necessary to provide complete information. 1. The Bidder shall have suitable history in the construction of similar improvement projects. Installations shall be in Florida within the last 10 years and shall be of similar size and scope. Provide project name, contact name, addresses and telephone numbers, for at least three (3) similar projects. CAm 'D • rix-aN 1 �1)auc 4p(ol Ocapr3 76 t- 104Lauo 73 c41 r-( 33-4@1 owNfiti •.TCLy b%A:w Glu AW +gain 4 40A,-70 6&1-2331 -0260 AGQM?dC -C-D S0nA,t�/. 'ACV--fs 9441( /S/ ta4ts7-F/N t4tJ4 1-�01141- r?4L-Y'D4a«I AL, 3312// I OwNa . 'P.4./AL W--4 364-l! C;k4J eOOw,/ 'Tk SL/ -7'9.O - Sloa C-4,ossWs F ypL?ay Coed 4161 N w i2l-�- 4v& coca --Yx ae/ r -c . 33aC f 6WAI X4 (209-4L. 304 J k:6 AA -T- 'Res N 19 -iS4 -344 -//b / 4-)., e (30A k-5PC/,J J 2. Bidder shall demonstrate reliability in completing construction projects. List any project that you failed to complete work awarded to you and why the project was not completed. NC�N G 3. Bidder shall not be involved in any litigation action as a result of Bidder's negligence or inability to perform project requirements. List all litigation actions which have involved your company in the last 5 years. _ NDt� fc 1589 - 8/9/2011 BP -18 State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the President and Secretary. If a partnership, state the names of all partners. If a trade name, state the names of the business under the trade name. It is absolutely necessary that this information be furnished). - Any Zan xNc Correct Name of Bidder a) The business is a (Sole Proprietorship)(Partnership) (Corporation) b) The address of principal place of business is q07/ ' C4AOa3K CgC4-4- Sw77-J C) The names of the corporate officers or partners, or individuals doing business under a trade name, is as follows: Name Business Address qV7/ CgaoJSOL CWZL4 ,SSwi! '17n�-4 12-47-D / ZL - 3343d, Incorporated under the laws of the State of T.it(U M 1589 - 8/9/2011 BP -19 Company Policy Anzco Inc. 9671 Carousel Circle South Boca Raton, Fl. 33434 Office: 561-488-0822 Fax 561-807-7224 Mobil: 561-699-3602 Email: iz k@anzcoinc.com CGC1518065 Drug -Free Workplace Policy Purpose and Goal Anzco Inc. is committed to protecting the safety, health and well being of all employees and other individuals in our workplace. We recognize that alcohol abuse and drug use pose a significant threat to our goals. We have established a drug-free workplace program that balances our respect for individuals with the need to maintain an alcohol and drug-free environment. This organization encourages employees to voluntarily seek help with drug and alcohol problems. . Covered Workers O Any individual who conducts business for the organization, is applying for a position or is conducting business on the organization's property is covered by our drug-free workplace policy. Our policy includes, but is not limited to CEO, executive management, managers, supervisors, full-time employees, part-time employees and contractors. Applicability Our drug-free workplace policy is intended to apply whenever anyone is representing or conducting business for the organization. Therefore, this policy applies during all working hours. Prohibited Behavior It is a violation of our drug-free workplace policy to use, possess, sell, trade, and/or offer for sale alcohol, illegal drugs or intoxicants. Notification of Convictions Any employee who is convicted of a criminal drug violation in the workplace must notify the organization in writing within five calendar days of the conviction. The organization will take appropriate action within 30 days of notification. Federal contracting agencies will be notified when appropriate. Searches Entering the organization's property constitutes consent to searches and inspections. If an individual is suspected of violating the drug-free workplace policy, he or she may be asked to Company Policy submit to a search or inspection at any time. Searches can be conducted of vehicles and Oequipment. Drue Testine To ensure the accuracy and fairness of our testing program, all testing will be conducted according to Substance Abuse and Mental Health Services Administration (SAMHSA) guidelines where applicable and will include a screening test; a confirmation test; the opportunity for a split sample; review by a Medical Review Officer, including the opportunity for employees who test positive to provide a legitimate medical explanation, such as a physician's prescription, for the positive result; and a documented chain of custody. All drug -testing information will be maintained in separate confidential records. Each employee, as a condition of employment, will be required to participate in pre-employment, post -accident and reasonable suspicion testing upon selection or request of management. The substances that will be tested for are: Amphetamines, Cannabinoids (THC), Cocaine, Opiates, Phencyclidine (PCP), Barbiturates, Benzodiazepines, Methaqualone, Methadone and Propoxyphene. Testing for the presence of the metabolites of drugs will be conducted by the analysis of urine and blood. OAny employee who tests positive will be immediately removed from duty and referred to a substance abuse professional for assessment and recommendations. An employee will be subject to the same consequences of a positive test if he/she refuses the screening or the test. Consequences . One of the goals of our drug-free workplace program is to encourage employees to voluntarily seek help with alcohol and/or drug problems. If, however, an individual violates the policy, the consequences are serious. In the case of applicants, if he or she violates the drug-free workplace policy, the offer of employment can be withdrawn. The applicant may reapply after six months and must successfully pass a pre-employment drug test. If an employee violates the policy, he or she will be terminated from employment. Assistance Anzco Inc. recognizes that alcohol and drug abuse and addiction are treatable illnesses. We also realize that early intervention and support improve the success of rehabilitation. To support our employees, our drug-free workplace policy: • Encourages employees to seek help if they are concerned that they or their family members may have a drug and/or alcohol problem. Treatment for alcoholism and/or other drug use disorders may be covered by the employee benefit plan. However, the ultimate financial responsibility for recommended treatment belongs l to the employee. Confidentiality All information received by the organization through the drug-free workplace program is confidential communication. Access to this information is limited to those who have a legitimate need to know in compliance with relevant laws and management policies. Shared Responsibility A safe and productive drug-free workplace is achieved through cooperation and shared responsibility. Both employees and management have important roles to play. All employees are required to not report to work or be subject to duty while their ability to perform job duties is impaired due to on- or off-duty use of alcohol or other drugs. In addition, employees are encouraged to: • Be concerned about working in a safe environment. • Support fellow workers in seeking help. • Report dangerous behavior to their supervisor. OIt is the supervisor's responsibility to: • Inform employees of the drug-free workplace policy. • Observe employee performance. • Investigate reports of dangerous practices. • Document negative changes and problems in performance. • Counsel employees as to expected performance improvement. • Clearly state consequences of policy violations. Communication Communicating our drug-free workplace policy to both supervisors and employees is critical to our success. To ensure all employees are aware of their role in supporting our drug-free workplace program: • The policy will be reviewed in orientation sessions with new employees. • The policy and assistance programs will be reviewed at safety meetings. 06/23/2010 John B. Zak, President DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION S CONSTRUCTION INDUSTRY LICENSING BOARD (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 ZAK, JOHN BRUNO ANZCO INC 9671 CAROUSEL CIRCLE SOUTH BOCA RATON FL 33434 Congratulationsl With this license you become one of the nearly one million Floridians licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers, from boxers to barbeque restaurants, and they keep Florida's economy strong. Every day we work to improve the way we do business in order to serve you better For information about our services, please log onto www.myforidalicense.com. There you can find more information about our divisions and the regulations that impact you, subscribe to department newsletters and learn more about the Department's Initiatives. Our mission at the Department is: License Efficiently, Regulate Fairly. We constantly strive to serve you better so that you can serve your customers. Thank you for doing business in Florida, and congratulations on your new license! DETACH HERE '' t 'fi.'y-� �` S ^( L�..''� ''i � ��'C•f���+��'T+4 �Y.r •es Vl�'Rb 1 'HM41Lr 3o3...� i3 S 1 ti< t a �� FIf�L' a'+. A �.ca t? ` `,us>r . yCfy`Tj va .s. ih) �r , rc`F!d •'�r > %r+ 'L s� +s�r,�},}Y 3+�h-e � '.^��� ti� _ ff .a• ���,4 s z `k'�'ai�Yuls i`.�1 ��_ ,(�aJ ., f ?±)1„--;fit%''.'r�•,S tSsri4.i#�.,�4x..k��i��li W( rA^+ ♦. a lyaa. U � A o . [�v s_.P {tA{ 4 J2rltii :.Y t{ t XS :wYC 1 �{���� t+•- i`i`t t 1 r tsy'ivs v tl�`4 tr t�l j's a'Si'' a i ��rl� ..-. t 414tr•�bl�ii"^C\ia,,�.!' _ _ i't(i°�n r ti�l,�•�r""'�itr +.°r�Y✓I N�,a,r���A ,�yp��._ '�'i: j.d4�iY _ ri��..l�i' *F ~yHL s `�rt'aYu ��s r•f�rlN g�iUl h'1+yy��'•tyy, ps�•L��{'�� K _- gi1y� "� .)'- � �ry�y���(!�H�}. 1 � µ'i{'� �,��Y'1 WI f,i J rr4>1WTL`rIiG1 ,l `4'M. 1�{af_'-Cl+l�+4J'1Ty` 4 ; YY RY. y 'Z - r r2Y ++c43rir+..nar t ora.x wti`r tg •sroaf v 3 Sa' s a } §rs roaa 14 e>^+ .rt 5 a r 7. x a' ,�sY aT_r`r �UH1r�Vi` Q ;.$� Y'�r C 1S}.b.�A • t ,a r'-t+L_S W ' '� a �E'.,+•Tn-* m,a-.ys.'Yxr`5{�Yj1'`v`"�tcMl�}�Y�Ov}xLs�+. i . '.L th:_ c��A:Yt -t'Ir1x."3tvE.�ua} fii[ t-ssb�ilA�itsr,kr 'f'`Gr+a�+r�K��;r r- RAJ�x�YFk(S� . r5s+Fqi�v°'`.�•'yrr�� '-•T'tr3.[,.:ty.y;,pr,r"�s+yu..a.`c .Ti11. A- r��%IF JFT+RE SO1�TH �aF34t., : i v r Z S ? t ✓vx yi x Y± f fi £a :sl /. �RT+r.r { 1 rt ' } f t !1 4h , S .ld dCY Hi��•V �At LKj. (uj 'GN: i. sf '� �"�'y—•. .. � �b � a �.� `vY%tJ�"'1�^.�>, nt4�f3.F,� ! IY�H "j3lkX r�.frr '3' Y ti�aY r c 1"1t Yz�w $.'I i%V+' r.•J'it �� r7l�sr..z� -)AW +NARL IE I"9vT+Yi-GOVERNOR ;iTit14-i ,i ., css'i�i _.......................................................................... SEP -23-2011 08:09 FRd1:RhlZCD 5618077222 4 4TO:19547318438 P.2,4 BID BOND # 71174037 Western Surety Company Bid#774621 Place An Soleil STATE OF FLORIDA ) COUNTY OF ) SS ou4i�rk- KNOW ALL MEN BY THESE PRESENTS that Anzco, Inc. as Principal, and Western Surety Company as surety, arc held and firmly bound unto the Town of Gulf Stream, Florida, hereinafter called the Town in the penal sum of Three Thousand Seven Hundred Fifty dollars ($ 3,750.00 ) lawful money of the United States, for the payment of which stun will and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, TNF. CONDITIONS OF THIS OBLIGATION ARE SUCH, that whereas the Principal has submitted the accompanying bid, dated 9/28/11 , for: TOWN ON GULF STREAM PLACE AU SOLEA, ENTRANCE IMPROVEMENTS NOW, THEREFORE, (a) It is a condition precedent to the submission of said bid that a certified check, cashiers check or hid hand in the amount of five percent (5%) of the base bid be submitted with said bid as a guarantee that Bidder would, if awarded the contract, enter into a written contract with tho Town. (b) If the Principal shall not withdraw said bond for (60) days slier the date of the deadline for submitting bids, and shall within ten (10) days after the prescribed forms are presented to him for si6mature, enter into a written contract with the Town in accordance with the bid as accepted, and give bonds with good and sufficient surety or sureties, as may be required, for the faithihl performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise the sum herein stated shall he due and payable to the Town and the surety herein agrees to pay said sum immediately upon demand of the Town in good and lawful money of the United States of Amciica as liquidated damages for failure thereof of said principal. 1589 - 8/9/2011 BP -13 .....11.......08..:..0.9...FR............OM:ANZC0...... ,,...........................5.6..8.56180770..."2..24 ..,... 7 .. 0 ..... 19 547-+.54..` 1 .. 8 .. 93348 8................... P.3.3.. 44... SEP -23-20.... : I IN WITNESS WHEREOF, the above -bounded parties executed this instrument under their several seals, this 27th day of September 2011 the mune and corporate seal of each corporate parry being hereto affixed and these presents duly signed by iLs undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership or partnership, two (2) Witnesses required). (If C.nrporation, Secretary Only will attest and affix sea]) PRINCIPAL John President - Anzco, Inc. Isne Authorized Officer (Affix Sea]) WI SSSS: g President _ 61 'title 9671 Carousel Circle South Business Address Boca Raton, FL City State Jonathan Frederick Remes - Western Surety Company Attorney -in -Fact (Affix Seal) 4752 West Commercial Blvd. Business Address Ft. Lauderdale FL City State W.F. Roemer Insurance Agency Name of Local Insurance Agency 1589. 8/9/2011 BP -14 STATE Florida ACKNOWLEDGMENT OF SURETY COUNTYOF wss F (Attorney -in -Fact) Bond No. 71174037 COUNTY coard On this A 0 day of 16FM i��{ ;?011,before me, a notary public in and for said County, personally appeared 70NATHAN FRFDFR7f`K RFMFS to me personally known and being by me duly sworn, did say, that he is the Attorney -in -Fact of WESTERN SURETY COMPANY, a corporation of Sioux Falls, South Dakota, created, organized and existing under and by virtue of the laws of the State of South Dakota, that the said instrument was executed on behalf of the said corporation by authority of its Board of Directors and that the said ,70NATHAN FREDERICK RFMFS acknowledges said instrument to be the free act and deed of said corporation and that he has authority to sign said instrument without affixing the corporate seal of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal at Fort Lauderdale , Florida , the day and vear last ahnvn wrirron My commission expires J. HAISLEY Farm 10 o Notary Public, State of Florida My comm. exp. Aug. 6, 2013 Comm. No. DD 903135 Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bond No. 71174037 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company"), does by these presents make, constitute and appoint JONATHAN FREDERICK REMES its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, bonds for: Principal: Anzco, Inc, Obligee: Town of Gulf Stream Amount: $500,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shah be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by Facsimile." All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of December 28 2011 , but until such time shall be irrevocable and in full force and effect. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T. Brutlat, and its °o'T{. PftflA40 to be affixed this 28th day of September 2011 , WEST R SURE COMPANY r Paul T. BruflaVSenjor Vice President &QF Tfp"A' pA COUNI�i$]�$ •'iiAIIA es On this 28th day of September , in the year 201 1 , before me, a notary public, personally appeared Paul T. Brutlat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. • D. KRELL wbNOTARY PUBLICM, - Y SOUTH DAKOTA sem- i Notary Public - South Dakota r My Commission Expires November 30, 2012 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in frill force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. Intestimony whereof, I have hereunto set my hand and seal of Western Surety Company this 28th September , 2011 day of. Foran F5308-9-2008 WEST R SURE;,COMPANY T Paul T. BruflaVSerdar Vice President Addendum No. 1 Place Au Soleil Entrance Improvements The following Addendum items are amendments to the original contract documents and shall be considered as an integral part of said contract documents and bindings thereon as if bound therein. All items of the Contract documents shall remain intact unless amended by this addendum. This Addendum consists of eight (8) pages and includes: Revised Bid Form Page BP -3-A and Pre -Bid Meeting Minutes. PRE-BID MEETING The minutes from the pre-bid meeting held on September 14, 2011 are enclosed, consisting of four (4) pages, and are considered part of Addendum No. 1. BIDDING REQUIREMENTS Bid Forms Delete: Page BP -3 and BP -4 Insert: Page BP -3-A and BP -4-A (Revised, Addendum #1, Bid Form Pages). Page BP -3-A reflects Bid Item No. 3 as a separate line item for Maintenance of Traffic. TECHNICAL SPECIFICATIONS Reference Specification Section 01025-3. INSERT: 3.03 BID ITEM No. 3 — MAINTENANCE OF TRAFFIC A. The quantity of traffic control to be considered for payment shall be equivalent to the Percentage of the project determined by the Engineer to be complete as of the date of the pay request submitted The percent completion of the Proiect shall be based on the percent of the total proiect actually constructed and not on the percent of the Contract Drice completed B. Payment for traffic control shall be made on the basis of a Percentage (as determined in 'A' above) of the Lump Sum Price The contract unit Price shall include compensation for C. This item includes maintenance of traffic plan traffic control flagman (two (2) flaggers required at all times (24 hours Der day) that a lane is closed) detour signs barricades order to Provide safety and traffic access in accordance with local and state requirements D. Refer to Specification Section 01570 ADD #I, Page I RESPONSE TO CONTRACTOR'S RFI'S• RFI 1: Will new top soil be required in the new planting areas? Response 1: Provide new topsoil for planting of the palm trees. New topsoil is not required for the planting of the shrubs and groundcover. RFI 2: Are there any core samples of the existing road where the pavers are being placed? Do you know the thickness of asphalt and existing base? Response 2: There is no available information on the existing pavement section. All bidders shall acknowledge this addendum by completing the addendum acknowledgment section of their bid documents and by submission of this form with their bid document. Company Name: ANZW =TrC. ADD # I, Page 2 TOWN OF GULF STREAM PLACE AU SOLEIL ENTRANCE IMPROVEMENTS PRE-BID CONFERENCE MEETING MINUTES (September 14, 2011, 2:00 pm) 1. Purpose of Pre -Bid Meeting: This non -mandatory pre-bid meeting has been scheduled to acquaint the prime contractors and others with the bid documents for the Place An Soleil Entrance Improvements Project. Place An Soleil is the Property Owners' Association and the Town of Gulf Stream is the municipality that will manage and enter into the contract with the selected contractor. The Town of Gulf Stream and the City of Delray Beach Building Department will provide inspection services for the Project. 2. Scope of Project: The Base Bid generally consists of furnishing all labor, materials, equipment, incidentals and appurtenances for the installation of roadway improvements at the entrance to "Place An Soleil" neighborhood at US Highway 1 and Gulfstream Boulevard in the Town of Gulf Stream, Florida. Specifically, removal of existing asphalt, removal of existing landscape at the guardhouse island only, grading, installation of paver roadway section, concrete headers, curbing, paver sidewalk, traffic signage, conduit, and pavement markings at the entrance roadway to Place An Soleil. Bid Alternate "A" includes the surface preparation and application of stucco and decorative stonework on the existing guardhouse. Bid Alternate "B" includes landscape improvements. Refer to the Bid Proposal (BP) pages of the Front -Ends. The contract will be awarded on the Base Bid amount. 3. Project Designers: The project was designed by Urban Design South. MC is assisting the Town with bidding of the project. 4. Permits & Approvals: The following permits have been submitted for review: • City of Delray Beach Paving Permit (Contractor to complete the application and pick up the permit once approved) The fee is waived. The following approvals will need to be secured by the Contractor: • MOT plan approval required by Town, City and FOOT. Note that this entrance is the only way in and out of the neighborhood. Place An Soleil Pre -Bid Mtg Minutes 5. Project Schedule: Bids will be opened on Wednesday, September 28, 2011 at 2.00 PM at Town Hall, 100 Sea Road, Gulf Stream, Florida, 33483. Be sure to have your bid submittal date and time stamped by the Town Clerk before 2.00 PM Submit two (2) copies of the bid. The work will be substantially completed within 50 calendar days after the date when the Contract time commences to run and completed within 10 calendar days from the date of Substantial Completion. 6. Liquidated Damages: The Contractor shall pay the Town $500.00 for each calendar day or partial calendar day that the work is not fully completed after the time specified in paragraph 5 above. 7. Bid Security: A Bid Bond, Certified Check, or Cashiers Check in the amount of 5% of the total bid price must be submitted with the bid. The bidders must utilize the Bid Bond form provided in the Contract Documents. 8. Sub -Contractors: The bid proposal required that the sub -contractors be identified. A copy of a certificate of insurance for each sub -contractor is required, however, this would only apply to the apparent low bidder and would be required before the Notice of Intent to Award the contract was issued. 9. Examination of Site: Each bidder is responsible for necessary site investigations to determine all above ground conditions and sub -surface conditions and the facilities needed to execute the work in accordance with the contract documents. It is recommended that potential bidders inspect the project site before preparation/submittal of their bid package. 10. Interpretation of Addenda: When questions raised are deemed appropriate by the Town, in its sole discretion, they shall be answered in the form of Addenda. No oral answers to questions will be given. All Addenda so issued shall become a part of the Contract Documents, and must be acknowledged. To receive consideration, such questions shall be submitted in writing to the Town Manager not less than five working (5) days before the established date for the opening of Bids. Therefore, all questions need to be submitted to Town prior to close of business (4:00 PM) on Thursday, September 22, 2011. Any questions received after this date may not be answered. Fax 561-737-0188, Attn: Mr. William Thrasher Town Manager. Place An Soleil Pre -Bid Mtg Minutes 11. Bid Proposal: Contract Price is based on the Total Evaluated Base Bid items 1-2. The Town may consider both or none of the Alternate Bid Items A and/or B. Each pay item is defined in Specification Section 01025 "Measurement and Payment". 12. Pre -Construction Conference: Pre -construction meeting will be held immediately upon execution of the contract by the Town. 13. Existing Utilities: Contractor is fully responsible for coordination of all utility companies (e.g. FP&L, AT&T, natural gas, cable TV, Town of Gulf Stream, City of Delray Beach, etc.) and for repairing, at no expense to the Owner, utilities damaged during construction. 14. Key Concerns: • Submit Maintenance of Traffic Plan (MOT) prior to start of construction. Approval must be obtained from the Town of Gulf Stream, City of Delray Beach and FDOT. Note that the flowable fill material or concrete base material must be allowed to cure for a minimum of 24 hours before traffic may be directed onto the newly installed pavers. • Traffic is to be maintained at all times. Access to the Place An Soleil neighborhood shall be maintained at all times. Duration of lane closings shall be coordinated with the Town of Gulf Stream. • Staging areas and employee parking locations to be approved by the Town of Gulf Stream. • Contractor shall verify all locations of utility crossings and parallel utilities prior to construction. This includes sanitary laterals and water services. • Contractor is responsible for replacing damaged irrigation piping, heads and control lines in kind. • The PVC conduit installation is not shown on the plans but is described in Specification Section 01025. • All areas disturbed by construction activities shall be restored. • The as-builts must be signed and sealed by a Land Surveyor registered in the state of Florida. • The Contractor shall provide the name of an independent testing laboratory for specified testing. The Town must approve the laboratory and will pay for all passed tests. Whenever nonconformance is determined by the testing, the Contractor shall bear the full costs thereof or shall reimburse the Town for said cost. 15. Contractor Questions at the Pre -Bid Meeting: A. Can compacted suberade be used instead of stabilized suborade of an LBR 40 or can we increase the thickness of the flowable fill or concrete to compensate for the LBR? Response: Suberade compacted to minimum 98% maximum density ner AASHTO T-180 is acceptable with density test results to confirm the compaction. Place An Soleil Pre -Bid Mtg Minutes B. Is the contract with the Property owners association or with the Town? Response: The contract will be with the Town of Gulf Stream C. The landscape plans call for 5 gallon container size but 3 gallon or 7 2allon are the nearest sizes readily available. Response: All reference to 5 gallon shall be changed to 3 eallorr D. The scale of the landscape drawings seems to be off. Please confirm the 3' O/C spacing. Response: The bid quantities of the Plant material shall be determined by the numbers listed in the boxes after the Plant material listed on drawings LP -1 and LP -2, not as scaled. E. There is an existing areca palm on the south side of the entrance road shown to remain. It is in poor condition. Should it be removed? Response: The areca Palm on the south side of the entrance road east of the septic tank shall be removed under the Alternate Bid Item B F. What type of requirements does the Town of Gulf Stream Police Department have regarding traffic control? Response: The successful bidder must Provide for traffic management/MOT, inchudine but not lipnited to two flaggers on site 24-hour/dav during the time that a lane is dosed to traf rc. The Town's Police Department (PD) will Provide assistance as special conditions/requirements arise The contractor will be required to coordinate the MOT with the Town's PD The PD will monitor the site If the contractor wishes to hire officers of the Town's PD as part of their MOT plan the rate shall be S391hr. 16. Adjourn Place An Soleil Pre -Bid Mtg Minutes ADDENDUM NO. 1 TO CONTRACT DOCUMENTS For The TOWN OF GULF STREAM PLACE AU SOLEIL ENTRANCE IMPROVEMENTS Date: September 19, 2011 TO ALL BIDDERS AND OTHERS CONCERNED: Contractors submitting proposals for the above -referenced project shall take note of the following changes, additions, deletions, clarifications, etc., to the Plans and Specifications which in accordance with the Contract Documents shall become a part of and have precedence over anything shown or described otherwise. NOTE: Bidders must acknowledge Receipt of Addendum on Page AG -4 of the Agreement in the Contract Documents. PLEASE ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 BY SIGNING BELOW AND FAXING BACK TO W ILLIAM THRASHER, TOWN OF GULF STREAM TO 561-737-0188 AS SOON AS POSSIBLE. A+2co Z/-< AD -I ADDENDUM NO. 1 :T-18-2011 13:02 FROM:RNZCO 5618077224 T0:15617370188 P.1/1 OP 10: AM ,�CdRO' DATE(MMIDO/YYYI CERTIFICATE OF LIABILITY INSURANCE 10HBH1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERYIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. the tonna and condicena of the po11Cy, certain CsnlDeate holder In lieu of such andoreement(I PRODUCER! 91! W.F Roomer Insurance Agency Anlllam F. Dnwd P.O. Boa 190889 Fort Lauderdale, FL 0.1519 Jonathan F. Ramos INSURED Anzco, Inc. 9971 Carousel Circle South BODE Raton, FL 33434 Lnay roqulre an endDnomenL A afa4ment on thle cartalcafa dl men not confer rights the INSURER(81 AFFORDING COVERAGE NAICa INSURERA: Mid -Continent casualty Co 23418 INsusen a, Association, Insurance Co. 71240 INSUMIR C: -.. .. ..____ -.. - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED REVISION UMBER: TO THE INSURED INDICATED NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT NAMED ABOVE FOR THE POLICY PERIOD OR OTHER CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED EY THE POLICIES DESCRIBED DOCUMENT WITH RESPECT TO WHICH THIS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, HEREIN IS SUBJECT TO ALL THE TERMS, LTR WF%OFINRURANCR UaR PWCYNUMDF.A .. .. _ PUS Stoll' pecleynMP GEHERALLIASILITY UMIT9 A X CANCLAIM& OENF.NAI. U(W X 04GL000614068 02122/11 02122R2 EACH OCCURRENCE t 1,000,0 CUIMS-MAOG I X I DCCLIR AI pR MJSES (EEb !"I LRIL- Il 10Q,Q MED E%F (ANy ppM�Pl _ E exciu cw .5.._ _ _ _ ..... ..._ PERSONAL A ADV INJURY 11000,0 GENERAL AGGREGATE E 2,000,000 GEICL AGGREGATE UNIT APPLIES PER. PPO- PRODUCTS -COMPAPAGO t 2,000,0 00 POLICY M LOG a - AUTOMODILSUAOILITY ANY AWP COMOINED SINGLE LIMIT (Ell 900al111 A 1,000,00 ALL OMREP AUTOS DCOILYUJJURYIPErpereanl S eCHCPULCP AUTOS GOOILYwWRY(P..,SA iI A A X HIRED AUTOS O4GL000014080 02t22H1 02/22112 PROPER" DAMAGE A X NDN-0NTIF.P AUT09 .... _ ... ..f t uMeRELU LAB OCCUR ECESa LAB CWM&MACE EACH OCCURRENCE t AGGREGATE E DCDUCTIOLC - R T ON IS a WORRERSCOMPENSATION t E! ANDEMPLOYERCUAWUTY TA T - X TORT LIMITS ER ANY PROPN%ITOMPMTNEWE%ECURVFY GVQQ�631Q1 Q7/2t/1t D7/21/12 - PFFICERINDARF-R EXCLUOED7 IMA,WAIarY iP NNI NIA EL EACHACCICENT T 1,D00,0 IlN. Under E L DISEASE. UI, EMPLOIC A 11000100 D GF W.RATIONS /NNW FI nIRFARP.P0UCVIIMrr f L,D00,00 9C IPRON OFppfM RpN S((LpGATIONSI NICLE9 AM MAG 101, WRIAS01 R4MMUO SCMdUN, If man ISOM IS Nyalml e nunrest of ClardRGaW HQlder is IncluaI�dp as ACOS gpof Insured sa ragWrad by written contract sub)11ct to Dolby terms antl conditions. Ret: Place Au Ballet CERTIFICATE HOLDER .. _..�_.. __._.. Torn of Gullstmam Building I Zoning 100 Bea Road GuNslroam, FL 33483 SHOULD ANY OF THE ABOVE DESCRIBED POLIGEB BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL Me DELIVERED IN ACCORDANCE WITH THE POLICY PROVISION& ACORD 25 (2009109) The ACORD name and 1090 are registered marks of ACORD