Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Documentation_Regular_Tab 10a_10/11/2006
VILLAGE OF TEQUESTA MEETING AGENDA ROUTING SHEET MEETING DATE: 10/11/2006 REQUESTED ACTION/SUMMARY: Consideration to award a bid to Florida Design Contractors Inc. for the Water Treatment Plant Expansion. RESOLUTION OR ORDINANCE NUMBER: Res # 03-06/07 Ord # ORIGINATING DEPARTMENT: Utilities FUNDING SOURCE: 2006/2007 BUDGET ACCOUNT NUMBER: 401-414 662.700 CURRENT BUDGETED AMOUNT AVAILABLE: $ 2,650,000.00 AMOUNT OF THIS ITEM: $ 2,622,000.00 AMOUNT REMAINING AFTER THIS ITEM: $ 28,000.00 BUDGET TRANSFER REQUIRED: ^ Yes X No APPROPRIATE FUND BALANCE: ^ Yes X No Piggyback Contract Name and #: Or Competitive Bid # See Attached APPROVALS: DEPARTMENT HEAD: FINANCE DIRECTOR: ~~e VILLAGE MANAGER: /lv~.,1~ VILLAGE MANAGER RECOMMENDATION: APPROVE ITEM: X DENY ITEM: ^ ±v=Z VILLAGE ATTORNEY: APPROVED FOR LEGAL SUFFICIENCY ^ Yes ^ No X Not Applicable (n/a) TEQUESTA UTILITIES MEMORANDUM TO: MICHAEL R. COUZZO, VILLAGE MANAGER FROM: RUSSELL K. WHITE, PUBLIC SERVICES MANAGER ~~ ~ SUBJECT: AGENDA ITEM /WATER PLANT EXPANSION DATE: SEPTEMBER 27, 2006 On September 19, 2006 we held a bid opening for the Water Plant Expansion. We had two (2) contractors bid this project. Wharton-Smith, Inc of Lake Monroe Florida came in at $2,677.000.00 and Florida Design Contractors of Lake Park Florida came in at $2,622.000.00 (copies attached). We budgeted $2,650.000.00. I am recommending we award the contract to Florida Design Contractors, Inc. It is important that we get this project moving due to the fact that our contract with the Town of Jupiter expires on June 30, 2007. I feel that barring no unforeseen problems, that we should be able to complete the expansion on time, and become independent from the Jupiter Water System. Once again, I stress the importance of getting this contract signed for this time sensitive project. Should you require additional information, please feel free to contact me. RESOLUTION NO. 03-06/07 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AWARDING A BID PROPOSAL TO FLORIDA DESIGN CONTRACTORS, INC., OF LAKE PARK, FLORIDA, IN THE AMOUNT OF $2,622,000.00, FOR THE EXPANSION OF THE WATER TREATMENT PLANT, FUNDED IN THE 2006/2007 WATER UTILITY FUND #401 BUDGET IN CAPITAL EXPANSION PROJECTS ACCOUNT #401-414-662.700 ALLOCATION OF $2,650,000.00 AND AUTHORIZING THE VILLAGE MANAGER TO EXECUTE THE APPLICABLE CONTRACT ON BEHALF OF THE VILLAGE. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1. Consideration to award a bid proposal to Florida Design Contractors, Inc., of Lake Park, Florida, in the amount of $2,622,000.00, for the expansion of the Water Treatment Plant, attached hereto as Exhibit ~~A" and incorporated by reference as a part of this Resolution is hereby approved and the Village Manager of the Village of Tequesta is authorized to execute the same on behalf of the Village. THE FOREGOING Councilmember _ adoption. Councilmember RESOLUTION WAS The motion was OFFERED by who moved its seconded by and upon being put to a vote, the vote was as follows: FOR ADOPTION AGAINST ADOPTION The Mayor thereupon declared the Resolution duly passed and adopted this 11th day of October, A. D, 2006. MAYOR OF TEQUESTA Jim Humpage ATTEST: Gwen Carlisle Village Clerk ARCADISRMA Infrastructure, environment, facilities Via Overnight Michael R. Couzzo Village Manager Village of Tequesta 250 Tequesta Drive Suite 300 Tequesta, FL 33469 subject: WTP Expansion Bid/Contract Award Dear Mr. Couzzo: On September 19, 2006 bids were received on the referenced project. As you know, this project includes the addition of one 1.2 MGD R.O. train to the WTP, equipping of Well R-3 and facilities to allow for the replacement of gaseous chlorine with liquid chlorine. This project will bring the rated plant capacity to 5.1 MGD. The original plant design contemplated this expansion as it did the construction of Well R-3 and associated piping (previously completed). SFWMD has demonstrated their support of these projects by providing various significant grants to the Village. A grant for Well R-4 has also been provided. This well is required and will be equipped when the third train is installed. With the elimination of the Jupiter purchase contract in June, 2007 the system demands dictate the need to add the next train. Historical flows indicate that one additional train will marginally allow the system to satisfy the demand. Actual peak flows coupled with the long-term practical production capability of the WTP contribute to this determination. It is our understanding that a permanent emergency interconnect agreement will be negotiated with Jupiter to alleviate this concern. We do recommend that the Village continue to pursue securing any available grant funds and consider installation of the third train when possible. Two bids were received for the project. We had hoped for more, but frankly, are not unhappy to receive two competitive bids from known contractor's in the current (very busy) bidding climate. The results are summarized below: Florida Desi n Contractors, Inc. $2,622,000 Wharton-Smith, Inc. $2,677,000 Part of a bigger picture ARCADIS RMA, Inc. 2081 Vista Parkway West Palm Beach Florida 33411 Tel 561 697 7000 Fax 561 697 7751 www.arcadis-us.com License No. EB 4757 WATER RESOURCES Date: October 4, 2006 Contact: William D. Reese, P.E. Phone: 561.697.7069 Email: wreese@arcadis- us.com Our ref: RF005140.0001 RF05140 0~2106.doc ARCADIS The estimated and budgeted cost was $2,650,000 so, obviously, we are pleased with the competitiveness of the bidders. We have received and reviewed the qualifications of the low bidder and find them to satisfy the qualifications criteria set forth in the bid documents. Copies of our inquiry, their response and our investigation results are attached. Note, there was one minor irregularity on low bidders bid form related to identification of the manufacturer to be used for one piece of equipment. We find their explanation and associated response to be acceptable. It should be noted that timely award of this project is critical to scheduled completion and capacity availability by the time the Jupiter contract expires. Based on the above considerations, we recommend award of the WTP Expansion project to Florida Design Contractors, Inc. in the low bid amount of $2,622,000. Should you have any questions or wish to discuss this further, please call. Sincerely, ARCADI MA, nc. ~~ , L_~ William D. Reese, P.E. Vice President Enclosures Michael R. Couzzo 4 October 2006 Page: 2/2 Village of Tequesta Water Treatment Plant Expansion CONTRACTOR: Florida Design Contractors, Inc. Owner's Comments PROJECT CONTACT POSITION RATE OVERALL WOULD APPROX. # OF # OF COMPLETED PERF. 0-10 HIRE AGAIN VALUE TIME C.O. $ C.O. ON TIME 10 HIGH FOR SIMILAR COMMENTS Village of Wellington Water Reclaim Facility Ed Wasielewski Director of Utilities 1 million No V.O.W. Change Irrigation Yes except for pump 7 Yes No. 1 (listed below) City of Stuart WTP Improvements David Peters No One Yes 9.5 Yes Good Contractor likes Tom ~ Greg City of Tamarac WTP Disinfection System Improvements James Moore, P.E. Assistant Director of Utilities 1.4 million 75 - 80, 000 under Yes 9 Yes Item No. 2 (listed below) Town of Jupiter Western Repump Section Amanda Bames Assistant Director of Utilities Some Jup results of Dwgs. Yes Some Jup no fault of FL. Design Yes Yes 7 Yes Item No. 3 (listed below) punchlist late other projects were a lot. Better headbuttin roblem w/ Gre sways right Greg never wrong City of Boynton Beach Wellfield Improvements Paul Fleming 6 847,000 No 12 C.O. 64,852 owner generated Yes 7 - 8 Yes No. 4 (listed below) 1. Multiple superintendants created some problems. Would work with them again. 2. Good Contractor. Wish we had them on another larger project but was not low bidder. 3. Stuggled with their performance. Punchlist late. Performed a lot better on other projects they did for Jupiter. 4. Great Job. Good follow up. Owner'. Tade.ka Village of Tequesta Water Treatment Plant Expansion CONTRACTOR: Florida Design Contractors, Inc. Engineer's Comments RATE OVERALL WOULD APPROX. # OF # OF COMPLETED PERF. 0-10 HIRE AGAIN PROJECT CONTACT POSITION VALUE TIME C.O. $ C.O. ON TIME 10 HIGH FOR SIMILAR COMMENTS Martin Co. Utilities Martin Co. Iron Filter System Kimley-Hom Mark Miller Project Manager 2.3 million Owner Generated Owner Generated g0% Yes 9.5 Yes Good Contractor Village of Wellington Water Reclaim Facility Bill Reese Project Manager 1,246,000 1 0 Yes 8.5 Yes Multiple Superintendentes impeded progress Town of Lantana WTP Improvements Rene Mathews Mathews Consulting City of Tamarac WTP Disinfection Improvements Rene Mathews Mathews Consulting Town of Jupiter Jupiter Western Repump Station Robert Taylor Hazen & Sawyer Project Manager Town Generated Town Generated Close to schedule Town Generated 8 - 9 Yes Continuing Service E~neeYe Tede.tle Village of Tequesta Water Treatment Plant Expansion CONTRACTOR: Aerex Industries, Inc. Engineer's Comments RATE OVERALL WOULD APPROX. # OF # OF COMPLETED PERF. 0-10 HIRE AGAIN PR(~JFCT CONTACT POSITION VALUE TIME C.O. $ C.O. ON TIME 10 HIGH FOR SIMILAR COMMENTS P.S.L. James E. Anderson Jerrett No No Meeting 8 Yes No. 1 (listed below) W.T.P. Kinslow Scheduled Martin County Mark Miller Project Manager 1.1 million No No Yes 9 - 5 Yes No. 2 (listed below) Tropical Farms 2 WTP Brighton Seminole Indian Jamie Wallace Project Manager 1 million No No Yes 8 - 9 Yes No. 3 (listed below) Reservation WTP Hollywood Seminole Indian Jamie Wallace Project Manager 750-850 No No Yes 8 - 9 Yes No. 4 (listed below) Reservation WTP Martin County Mark Miller Project Manager 1.1 million No No Yes 9 - 5 Yes No. 5 (listed below) Tropical Farms Expansion St. John Co. Sudhan Parahjape In Progress No. 6 (listed below) W.T.P. City of Ormand Beach Brian Williams W.T.P. City of St. Augustine Cecile Toupiol 592,000 Has not even No. 7 (listed below) W.T.P. started 1. Project under construction - so far so good 2. Enjoy working with them. Good subconsultant. Dependable 3. No issues brought more people into firm which boustered their capabilities 4. No issues brough more people into firm which boustered their capabilities 5. Liked working with them. Good subconsultant. Dependable 6. Uner construction skids onsite on time -everything on schedule 7. Project has not started but had good experience with them on other projects Ergi~s Tade.tls Village of Tequesta Water Treatment Plant Expansion CONTRACTOR: Dale C. Rossman, Inc. Owner's Comments APPROX. # OF # OF PROJECT CONTACT POSITION VALUE TIME C.O. $ C.O RATE OVERALL COMPLETED PERF.0-10 ON TIME 10 HIGH WOULD HIRE AGAIN FOR SIMILAR COMMENTS Ft. Pierce WWTP Tropicana Products WTP Modifications Roy Supervisor Client Yes 9.5 Yes Item No. 1 (listed below) U.S. Sugar Corp. Carter of Water Projects Directed SFWMD Bob Urban No No Yes 8.5 Yes Item No. 2 (listed below) Lake Okeechobee 561-682-6870 Emergency Pumps Seacoast Wilbert Stewart 275,000 No No Yes 8 Yes Item No. 3 (listed below) Ricahrd Road 561-627-2900 x 308 MCC Replacement Town of Jupiter Gary Trudeau Utility Engineer Limited Limited Yes 10 Yes Very good. Excellent WTP RO MCC Technician VFD Replacement 8~ Coolin Im rovements Town of Jupiter Gary Trudeau Utility Engineer Limited Limited Yes 10 Yes Very good. Excellent WTP RO Expansion Technician Seacoast Emergency Wilbert Stewart 519,000 No No No 8 No Item No. 4 (listed below) Generator Replacement 561-627-2900 x 308 Seacost Raw Water T.P. Wilbert Stewart 277,669 No No No 8 No Item No. 5 (listed below) Generator Replacement 561-627-2900 x 308 Town of Jupiter Gary Trudeau Utility Engineer Limited Limited Yes 10 Yes Requested them for this WTP Emergency Technician project Generator 1. Very good work. Will use again. 2. Excellent work. Has done other projects for district. 3. Good Job. 4. Electrical capabilities very good. Mechanical not very good. 5. Electrical capabilities very good. Mechanical not very good. Ovmefe TeEk.M Village of Tequesta Water Treatment Plant Expansion CONTRACTOR: Rocha Controls Owner's Comments APPROX. PROJECT CONTACT POSITION VALUE RATE OVERALL WOULD # OF # OF COMPLETED PERF. 0-10 HIRE AGAIN TIME C.O. $ C.O. ON TIME 10 HIGH FOR SIMILAR COMMENTS Collier County Dennis McGee Electrical & Instru. Controls Fine Fine Yes 9 Yes Item No. 1 (listed below) South R.O. Ft. Pierce Utilties Dept 5 Controls Panels PLC/HMI Startu Port St. Lucie WTP Jarret Kinslow Project Manager No No partially their 4 - 5 probably would tough meeting specs. Gray 3 controls panels fault not not disqualify areas in scope. Not enough PLC/HMS startup finalized ontime time spent on testing. Glades WWTF Will Pulsford Good Good drag 4 No Item No. 2 (listed below) Control Panels 954-675-8254 Fair Fair feet PLC/HMS startup City of N. Miamira Robin Garber water and sewer 1.4 million client client maintain 8.5 Yes Item No. 3 (listed below) R.O. 32 control panels 786-402-5298 superintendent directed directed schedule PLC/HMI startup radio tel. F.O. & Hillsborough Co. NW Reclaimed Water 8 control panels Aloha Utilities Don Fenderson DesignEngineer nothing client Yes 8 - 9 Yes Iten No. 4 (listed below) Water System major directed Chlorination 8 control anels Villages at Leesburg, FL Pam Yacovelli Administration 62,000.00 Good Good Yes 8 - 9 Yes good company with right 10 control panels Manager people able to deal direct with programmers very good SFWMD Tim Carter Project Manager on pump nothing nothing Yes 6 probable some Item No. 5 (listed below) pump stations 686-8800 x 6711 stations major major better some G - 370 G - 372 projects worse Construct OP Div. Manager 1. Multiple project managers, made them kind of tough to work with. 2. Not well organized. 3. Excellent service, made useful suggestions to project. 4. Pretty good to work with. 5. O.K. overall. Not as helpful as they could be. Semi cooperative. Not enough time spent on testing. Make sure specs and scope are specific. Excellent field techs. OwnNS Tade.tle 'G' ~~v. BID TABULATION VILLAGE OF TEQUESTA WATER TREATMENT PLANT EXPANSION BID DATE AND TIME: SEPTEMBER 19, 2006 @ 2:30 P.M. ACKNOWLEDGE RECEIPT CONTRACTOR ADDENDUM BID BOND AMOUNT No. 1 No. 2 AEREX Industries, Inc. Doosan Hydro Technology, Inc. Florida Design Contractors, Inc. / / / Hydro Pro, Inc. Interstate Engineering, Inc. Miller Engineering, Inc. PCL Civil Contractors, Inc. Page 1 of 2 Y:\RF PROJECTSIE1WP60\SPECS\Tequeste102-726\Bid Tab.doc '~' ~~ ACKNOWLEDGE RECEIPT CONTRACTOR ADDENDUM BID BOND AMOUNT No. 1 No. 2 Poole 8~ Kent, Inc. f IWharton-Smith, Inc. a , Co'l~l, aoa Page 2 of 2 Y:1RF PROJECTS\E1WP60\SPECS\Tequesta102-1261Bid Tab.doc BID VILLAGE OF TEQUESTA WATER TREATMENT PLANT EXPANSION Bid of FI ~-u,n~a ~`~~.A7 ~fl~~=~~~~ S ~ ~I~~ (Name) Ir= L- v~4 ~ (Address) to furnish all materials, equipment and labor and to perform all Work in accordance with the Contract Documents for the Village of Tequesta Water Treatment Plant Expansion. To: Village of Tequesta 250 Tequesta Drive Tequesta, FL 33469 Gentlemen: The undersigned bidder has carefully examined the Contract Documents and the site of the proposed Work and is familiar with the nature and extent of the Work and any local conditions that may in any manner affect the Work to be done. The undersigned agrees to do all the Work and furnish all materials called for by the Contract Documents, in the manner prescribed therein and to the standards of quality and performance established by the Engineer for the lump sum listed in the spaces herein provided, for each of the items or combination of items stipulated. The undersigned accepts all of the terms and conditions of the advertisement and/or Invitation to Bid and Instructions to Bidders, including, but not limited to, those dealing with disposition of bid security. The undersigned represents that this bid is genuine and not made in the interest of, or on behalf of, any undisclosed person, firm or corporation; bidder has not directly or indirectly induced or solicited any other bidder to submit a false or sham bid; bidder has not any person firm or corporation to refrain from bidding; bidder has not sought by collusion to obtain for itself any advantage over other bidder or over Owner. The undersign covenants that it is qualified to do business in the State of Florida and has attached evidence of bidders qualification to do business in the State of Florida, or if not attached, bidder covenants to obtain and deliver such evidence within five days of request by Owner to produce such evidence. B-1 02-126 LUMP SUM BID AMOUNT The lump sum bid amount for the Village of Tequesta -Water Treatment Plant Expansion including all work specified in these documents is: --~, -~.. I N~ (~-Ae~~dollars and ~ cents. ($T ~o~ ~C~ ). `'~~- Note, the bidder shall include a $50,000 bidding allowance in the Lump Sum Bid Amount. This amount shall be to cover additional work on this project, not otherwise identified by these documents and i.s subject to separate written approval by the Engineer. Accompanyin this bid~is- a certified or cashier's check or a bid -bond in the amount of $ F r Antiu~jiot less than 5% of the bid) made payable to the Village of Tequesta which is to be forfeited as liquidated damages if, in the event this bid is accepted, the undersigned fails to execute the agreement and furnish and pay for satisfactory performance and payment bonds under the conditions and within the time specified in the bid; otherwise said certified or cashier's check or bid bond is to be returned to the undersigned. Additional requirements for the bid bond are set forth in the Invitation to Bid and Instructions to Bidders. The undersigned agrees within fifteen (15) days from the date of Owner acceptance of this bid, to execute the agreement and furnish and pay for satisfactory performance and payment bonds, in the amount of 100% of the Contract price, guaranteeing the faithful performance of the work and payment of bills. Said bonds shall be in accordance with the requirements of Section 255.05, Florida Statutes and satisfy all criteria set forth in this document. The undersigned also agrees to substantially complete the entire project the work within two hundred fifty five (255) days after the date when the Contract Time commences to run and to be completed and ready for final payment within three hundred (300) days after the Contract Time commences to run. The undersigned further agrees to reimburse the Owner, for each calendar day elapsing between the date herein specified as the date of substantial completion and the actual date of such substantial completion of the contract Work in the amount of $1,000 per calendar day as liquidated damages. The undersigned further agrees to reimburse the Owner, for each calendar day elapsing between the date herein specified as the date of final completion and the actual date of such final completion of the Contract Work in the amount of $500 per calendar day as liquidated damages. The Contractor acknowledges existence of, and guarantees full compliance with the Florida Trench Safety Act. The Bidder acknowledges the receipt of Addenda No's. ~ ~a The following is a complete list of the subcontractors to be used if the undersigned is awarded the Contract for this project. Failure to list all subcontractors will give the Owner the right to require a change in subcontractors without any change in the contract time or cost, or rejection of the bid. Subcontractors performing more than $100,000 in work (equipment and labor) on the B-2 02-126 project must be named below. List subcontractors other than for the indicated disciplines to the extent necessary to satisfy this criteria. Subcontractors named below may not be changed by the Contractor. The Owner may request a change under the terms of applicable sections of the General Conditions. If a work type category listed below is to be performed by the General Contractor, write the words "Not by Subcontractor" on the applicable line. Tvae of Work Name, address, and telephone number of Subcontractor Electrical ~~~~ , ~-~[~-4 h~-~ .._ , ., ~,.. Instrumentation ;tU°~Z~~~ ~~._~ Coatings IVY ~U~2. ~joc~. CZ~ ~ ~ R.O. OEM 1~' ~ K ~x .~Lx/fJ ACS 1 /~- ~ G'S , .I- NC. . B-3 02-126 I' Addendum No. 1 Attachment No. 1 The Contractor shall circle the name of the manufacturer for the following equipment items that will be used and was used in the computation of the Lump Sum Bid Amount. Circle only one of the named manufacturers for each item. Failure to circle one of the named manufacturers in each category may result in rejection of the entire bid. ITEM MANUFACTURER Membranes Koch Well Pump Flowserv Gould High Service Pump Peerless, ITT-AC, Paco Transfer Pump Layne, Peabody-Floway, ohnston R.O. High Pressure Pump Afto Cartridge Filters Commercial Aerex FRP Hypochlorite Storage Tanks Augusta, Southeastern Plas-Tanks s ical Feed Pum Ch Wallace & Tiernan, Pulsafeeder p em B_y 02-126 This bid is submitted by: Name (print) I ~-~I ~VYLl9-~ 'N • ~ ,~.~ who is an Officer of the above firm duly authorized to sign bids and enter into contract. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid. Dated this ~ d y of cS~ , 2006 (month) Contractor. ~Lfl ~.~ ~ ~~~Jl[-~) C`_©~~_T~~S ~ 1-'~C~ Address: _ ~c~~ ~~ c~ ~ l ~ ,t ~?~ ~~ I Yom= ~~ By: Title: If this bid is rendered by a corporation, the corporate seal attested by the secretary shall be affixed below. Any agent signing this bid shall attach to this form evidence of legal authority. B-5 02-126 AC# ~ 6 3 6 2 g 9 STATE OF. FLORIDA `DEPARTMENT OF BUSINESS `AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY ::LICENSING-BOARD SEQ#LO6o62eooa33 • • LICENSE NBR ~„ 06 28 2006 058086561 CaC040304 The GENERAL:`CONTRACTOR~ '` ? ~" ~ , .Named below I3'CERTIF*ED . Under the provieions`of Chapter 489. FS. Expiration dates AUG 31, 2008 . 'CLARKE,<THOMAS HARMAN ,; _ ,. FLORIDA DESIGN'.CONTRACTORS`INC _ 1326 S KILLIAN DR LAKE PARK FL 33403 JEB BUSH - .~STMONE MARSTILLER GOVERNOR .: _ ` ~ '°a~ •^'~I~ ~ ,y.,,SECRETARY DISPLAY AS REQUIRED E3Y LAW THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 BID BOND KNOW ALL MEN 13Y THESE PRESENTS, that we Florida Design Contractors, Inc. as Principal, hereinafter called the Principal, and Great American Insurance Company a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety, are held and firmly bound unto Village of Tequesta as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of proposed bid--Doliars(~ ---5%-- ), for the payment of which sum well and truly to be made, the said Principal and the Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Water Treatment Plant Expansion NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, othervvise to remain in full force and effect. Signed and sealed this 19th day of September, 2006. (Witness) (Witne s) G ric Insurance Com an Laur . Mosho/der, Attorney-in-Fact 8 Florida Resident Agent Inquiries: (40~ 330-3990 Printed in cooperation with Uie American Institute of Architects (AIA) by CANF&D . CANF&D vouches that the language in this docurtreM conforms exactly to the language used in A!A Document A310 Bid Bond -AIA, February 1970 ED -THE AMERICAN INSTRUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006. GREAT AMERICAN INSURANCE COMPANY® Administrative Office: 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513-369-5000 ~ FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than ONE No. 0 1$~~ 2 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney- in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power LAURA D. MOSHOLDER LAKE MARY, FLORIDA $75,000,000. This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 20TH day of SEPTEMBER 2005 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON - ss: oAVi~ C_ KircNnv (sts-ail-asoz> On this 20TH day of SEPTEMBER, 2005 ,before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: Tltat the Division President, the several Division Vice Presidents and Assistmtt ice Presidents, or any one of them, be and hereby is authorized from time to time, to appoint one or more Attorneys-in-Fact to execute on behalf of the Company, as surety, any artd all bonds, undertakings artd contracts of suretyship, or other written obligations in the natztre thereof,• to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any cif the aforesaid gfiicers and arzy Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given.for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature mtd seal when so used being hereby adopted by the Company as the original signature of such q(ficer and the original seal of the Company, to be valid mtd binding upon the Company with the sante.force and effect as though manually affued. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this ~ 9~1 day of September 206 sto2su (a-oa)