HomeMy WebLinkAboutDocumentation_Regular_Tab 05_01/10/2019 Village of Tequesta
345 Tequesta Drive 561-768-0700
Tequesta, FL 33469 www.tequesta.org
q �
- �.
_ �
TF�.(�L"EST.� PCBLIC ���ORItS DEP�RTLIE�,�T 11E.�1OR.-�NDL��I
To:James ���einand, Village �tanager
From: Douglas �t. Chambers, Director Public ��'orks
Subject: Addendum to the Contract for Sidewalk Rehabilitation and Construction
Date: December 17, 2018
The Following Agenda item amends the Village of Tequesta Contract for Sidewalk Rehabilitation
and Construction between R and D Pa�-ing and the Village of Tequesta.
The Contract is rlmended to clarify that ALL pricing contained in the Bid Form Schedule A are "all-
inclusive prices". Specificallv pricing for Proposals A-H are on a square foot basis and include the
demoliuon, removal and disposal of ANY and all e�sting sidewalk or apron material, regardless of
the npe of material being demolished, removed and disposed of as well as the construcuon of new
sidewalk or aprons based on the material specified for installation as specified in various proposals.
The contract shall also be required to have r1LL completed work inspected by the Village Building
Official or designee and shall receive a Certificate of Completion or comparable Building
Department issued document, on a per project basis, prior to submitung an invoice to the Village
for Final Pavment.
Douglas M. Chambers
Director Public Works
Village of Tequesta
Vice-�faeor Frank D'.�mbra �1a�-or:1bb�Brennan Council�fember Tom Paterno
Council Member Stece Okun Council �[ember Vi�ce rlrena
Village tilanager James VZ'einand
VILLAGE OF TEQUESTA
CONTR4CT FOR S[DEWALK REHABiLITATION AND CONSTRUCTION
ADDENDUM NO. 1
THIS ADDENDUM NO. 1 amencls the"Villa,�e c�f"T'equcsta Contracc lor Sidewalk Rehabilitation
an�1 Constructi�n" hct��ccn R an�1 [� Pa�in�_ LLC, an�1 th� Villa�_� ��f�Tcc�ucsta. �lat�� an�1 �ffecti���
October I?. ?017. The amendments sc:t lorth in this Acidendurn No. I are macie pursuant to
recommendations of the Palm Beach Countv Oflice ot� fnspector General as contained in Audit
R�port ?01�)-A-000�, dated November I 9. ?O l�.
I. "fhe CON (�RAC�f� FOR S(DEW'AI.K RI:I IAI�II,fTA'Tln�! ,ANt� CONSTRl1CTlON is
amcnded to clari�i lhat all pricin�� contained in Bid Form Sche�lule .n are "all-inclusi��e
prices.'' Specifically, pricin�� for proposals A throu��h H are on a "per square foot'' basis
and include the demolition. removal and disposal of an� and all existin�� side�valk or apron
material. re��ardless ofthe type ol�material being demolishcd, removed ancl disposed of, as
�vell as �h� cons�ruction ot� ne�� side«�alk or aprons, bas�ci on the material sp�citied for
installati�m as s�ecitied in the various �rci��c�sals.
?. 1�he CONTRAC"I� FOR S(DE�VALI< REF(ABI[.ITATION AND CONSTRL�CTION is
amended to clarifv that the Contractor shall lie required to have all completed work
insprcted b� the Villa�_e [3uildin�_ Ufficial or d�si��nec, and shall recei�e a Certiticate of
Completion ur cumparablc Buildin`, Department issued ducumen�, on a per pruject basis,
prior to submittin�� an invoice to the Village for tinal pavment.
3. All other �erms, conditions and rates as set forth in lhe ori�.;inal CONTRACT FOR
SfUF.WALf� RE.f IABILI`l�nT10N AND CONS�t'RUCTfON shall remain in full force an�i
�I�I�c� as ;et Forth therein.
IN WITNESS WHF.REOF, the Parties I�ereto have ezecuted and madc effectivc this �lddendum
No. I this 13�' day of Deccmber. 2018.
WITNES 'ES: R AND D PAVIN(�, LLC:
/
I �l B��:
" \�anc � sso. (h �nrr
l% ' , `�
I�'c�rporate Seal)
- - �
ATTEST: VII,LAGE OF TEQUESTA
By: By:
Lori McWilliams,MMC Abigail Brennan,Mayor
Village Clerk
(Village Seal)
. 2
VILLAGE OF TEQUESTA
CONTRACT FOR SIDEWALK REHABILITATION AND CONSTRUCTION
THIS CONTRACT FOR SIDEWALK REHABILITATION AND
/a.� '�.+,.
CONSTRUCTION, hereinafter "Agreement", is entered into and effective this #� day of
October 2017,by and between the VILLAGE OF TEQUESTA,a Florida municipal corporation
with offices located at 345 Tequesta Drive, Tequesta, F(orida 33469-0273, organized and
existing in accordance with the laws of the State of Florida, hereinafter "the Village'; and R
AND D PAVING, a Florida company with offices located at 400 Executive Center Drive, Suite
210, West Palm Beach, FL 33401, hereinafter "the Contractor"and collectively with the Village,
"the Parties".
WITNESSETH
The Village and the Contractor, in consideration of the mutual covenants contained herein
and for other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged by the Parties,hereby agree as follows:
1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby
the Contractor shall provide sidewalk rehabilitation and construction services for various
Village sidewalks located throughout the Village, on an as-needed basis,as more particularly
described in the Village's Request for Proposals RFP#PW03-17. The Request for Proposals
RFP#PW03-17 is attached hereto and is fully incorporated herein as Exhibit A.
2. COMPENSATION: In consideratiun for the above Scope of Services, pricing shall be
pursuant to the prices provided in the Bid Form contained in the Contractor's response to the
Village's RFP, which provides various "per square foot unit price figures". The Contractor's
response,including pricing as contained on the Contractor's Bid Form, is attached hereto and is
fully incorporated herein as Exhibit B.
3. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold
hannless the Village, its agents, servants, and employees, from and against any claim,
demand or cause of action of whatsoever kind or nature, arising out of any error, omission,
negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in
the performance of services under this Agreement.
4. PUBLIC ENTITIES CRIMES ACT: As provided 1 n sections 287.132 and 287.133,
Florida Statues, by entering into this Agreement or performing any work in furtherance
CONTRACT FOR SIDEWALK REHABILITATION AND CONSTRUCTION
hereo�the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultaMs
who will perform hereunder,have not been pl�ced on the convicted vendor list maintained by
the State of Florida Department of Management Services within thirty-six (36) months
immediate(y p�ing the date hereof. This notice is �r,quired by section 287.133(3) (a),
Florida Statutes.
5. TERM: TERMII�IAT'ION: This Agreement shall remain effective for a term of three (3)
years beginning October 16, 2017. Two additional one (1) year extensions may be entered
into at the Village's discretion. This Agreement may be terminated by the Village or the
Contractor upon thirty (30)days written notice to the either die Village or Corrtractor.
6. NOTTCE:
Notice c�equired by this Agreement shall be consid�c+ed sufficient when sent by certified mail
or hand delivered to the Parties during regular business hours at the following addresses:
As to 'THE VILLAGE As to THE CONTRACTOR
Village of Tequesta R and D Paving,LLC
345 Tequesta Drive 400 Executive Center Dr.,Ste 210
Tequesta,Florida 33469 W�P��h,FL 33401
Attn: Depr�ty Director of Public Works Atfi:Nancy Rosso,Owner
7. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an
independerrt contractor and not an employee of the Village. Both the Village and the
Contractor agrees that this Agreement is not a co�ract for employment and that no relationship
of employee-employer or principal-agent is or sha11 be created hec+eby,nor shall hec+eafterexist
by reason of the performance of the services herein provided.
8. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement, the
prevailing party shall be awarded attomey's fees,including fees on appeal.
9. CHOICE OF LAW:VENUE: This Agreement shall be govemed and cons�ued in
accordance with the laws of the State of Florida,and venue shall be in Patm Beach County
should any dispute arise with regard to this Agrcemen�
10.AMENDMENTS�ASSIGNMENTS:No modifications shall be made to this Agr�ement
unless in writing, agreed to by both Parties, and attached hereto as an addendum to this
Agr�emen� The Contractor shall not transfer or assign the services and provision of goods
called for in this Agreement without prior written consent of the Village.
Page 2 of4
CONTRACT FOR S I D E W A L K REHABILITATION AND CONSTRUCTION
11. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the
Office of d►e Inspector General has jurisdiction to investigate municipal matters, review and
audit municipal contracts and other transactions, and make reports and recommendations to
municipal governing bodies based on such audits, reviews, or investigations. All parties
doing business with the Village shall fully cooperate with the inspector general in the
exec+cise of the inspector general's functions,authority,and power.The inspector general has
the power to take sworn statements, require the production of records,and to audit, monitor,
investigate and inspect the activities of the Village,as well as contractors and bbbyists of the
Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement,
misconduct,and abuses.
12.PUBLIC RECORDS. In accordance with Sec. 119.0701,Florida Statutes, the Contractor
must keep and maintain this Agreement and any other records associated therewith and that
are associated wit� the performance of the work described in the Proposal or Bid. Upon
request from the Village's custodian of public reco�ds, the Contractor must provide the
Village with copies of requeested records, or allow such records to be inspected or copied,
within a reasonable time in accordance with access and cost requirements of Chapter 119,
Florida Statutes. A Contractor who fails to provide the public records to the�Ilage,or fails to
make them available for inspection or copying, within a reasonable time may be subject to
attomey's fees and costs pursuant to Sec. 119.0701, F7orida SYatutes, and other penalties
under Sec. 119.10, Florida Statutes. Further,the Contractor shall ensure that any exempt or
confidential records associated with this Agreement or associated with the performance of
the work described in the Proposal or Bid are not disclosed except as au�horized by law for
the duration of the Agreeme,nt tcrm, and following completion of the Agreement if the
Contractor dces not transfer the records to the Village. Finally, upon completion of the
Agreement, the Conttactor shall hansfer, at no cost to the Village, all pub6c records in
possession of the Contractor,or keep and maintain public records requited by the Village. If
the Contractor transfers all public records to the Village upon completion of the Ageement,
the ContracWr shall �troy any duplicate public records that are exem�or confidential and
exerapt from public records disclosure requirements. If the Contractor keeps and maintains
public records upon completion of the Agreemecrt, the Contrsctor shall meet all applicable
requirements for retaining public records. Records that are stored electronically must be
Page 3 of4
CONTRACT FOR S[D E W A L K R E H A B [LIT A TI ON AND CONSTRU CTI ON
provided to the Village, upon request from the Village's custodian of public records, in a
format that is compatibfe with the Village's information technology systems.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR•S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, PLEASE CONTACT THE
VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE,
AT (561) 768-0685, OR AT Imcwilliams(a�tequesta.org, OR AT
345TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469.
I 3. ENTIRE AGREEMENT: Thi s Agreement constitutes the entire agreement between the
Parties and supersedes all previous discussions, understandings, and agreements between the
parties relating to the subject matter of tlis Agreement.
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement the date aand year
tirst above �vritten.
WIT'NESSES: R AND D PAVING, LLC
�
i � •�
m�.0. rna�,n By: ancy Rosso,Owner
�
(Corporate Sea I)
� �,. Q� ca�.�l�c _
VILLAGE OF
TEQUESTA
. �
ATTEST: y: gail Br n, Mayo
NUNpN�IpIIN14�ry n�b
c� 1 i�� �o�a....Q
� � � ��-�� ��
Lori McWilliams, MMC ��� ;�s
Villa�e Clerk =>� SEAL 'D
; �t INCORPORATED` _
,3''�N�a_���0��`�
'�E'
�'`°�„��F��„���P���a
� ;
1 � .
. ��\�1\111111111/! .
\��`�Cj���`���� II�I���
`�. ��.����., �i� ,
.
.�� � �
_ �, �1� • ' ' �... ,..
� ���•;;�
i �)� •. .. .. . .. . •. '
� . �� ,1, (���isi)��,11• r , ..,� _ . .. : .. ,. .i .�. ,_
�i�i,�l.�'. „��. �•�`•�, r 1 `' .. . ` �. �� : .
i , i����/li�l�� �' . . , ; ... , .. _ ... - ..
. �ni��. . .. .-..
1�� � + d ' . '; . . .., ��; I,;, .� � -
:t•;:=` - i-, : , , , = , .
.i4. '' ' - �iC: , f�?. , , ' � ' ` `- ; '-
�• � �'• ,� �r•r �: . ' _. '�� .. . . .
.. . _- .. , �, r'' �.:. ..� , .
• ._ ' . . -..: v r...� . ..
. . .. - �� ' �,� ' _ . ... �
• ' '• . ' _.. . .'ti . - .� . '` .
..u�:o�mu��u.r..T�,,.� .. .��. , . . ' ' .. ' , ,. . � .
, ' ��I.'�r6. '�: . ... . ,., . . L' . , .
,:�� ..... .�Yjc . .. � , .,. -
c_a`'� ..� .... J�..,,;�:� �_ . � . ,.. .. . :�_ . . , - � . ._ - .
�4�?:'—ti� — :'�- ��i�}' �; ' • . � . . -, -,• -- •;, .. -
:.�:. � �.� �;. 'rc•=i� . �; �-' � � ., � _ " • .. . ' _ • .
'�:. �'�'^ (i' � - ' � -
=-7.LU �' L r.:� ..��:.1:: . .. � .' . i.:... . , . ._,. `-
:V:.`S� �=,�;'.�� `'�;�.�;' ' ._ .- _ ��, '.r � ' . ,'• -- "
;'�:i L? � r•�';r✓l.•�'` •. , .a�. ... . . .. ..
i.4• .�� • �~j�s - � • . � ' ..
.. . ��� C�. ..
�;,; ;,..r;��'��.,,,,..�:. . : , . . .. . . - ..
—; � ... . . �..��
. . _ w. ^ .. . _ _
. .. ' . • � . , .
, . . ' . . . . � �_ ..
' ��.. , ' . .. . . � � � _ � , ..
- , ` . . . . . ' " .. . �.. " . ..
- �J: • . .
. . �� � I '
n. . II. . ' . . . � - � �. ..
... ... , . ' ' • �.• . � �,t••' ' .4 ..u � _
.I . � � ... C I • ' i. �
,,'� - � .... - . .
I'. •• �• i i1 — . , ... �.. ;i.^ :.. ". .
,�
. ' *
, � . a
,
Ex. A
Villa.�e of Tequest�z
345 'I'cqucst.i Dri<<c 561-768-0700
Tcqucsta, PL 334G9 - «�v�v.tcqucsta.c�r�
REQUEST FOR PROPOSAL
RFP# PW 03-17
Sidewalk Rehabilitation and Construction
Proposals for Village wide Sidewalk Rehabilitation and Construction will be received by the Village of
Tequesta at:
Office of the Village Clerk
345 Tequesta Drive
Florida,33469
Monday, September 11, 2017
3:00 PM
Any proposals received after the designated closing time will be returned unopened. The purpose of this
Request for Proposals is to seek service of a qualified professional contractor to provide construction
services to the Village of Tequesta for the repair and/or replacement and construction of sidewalk
throughout the Village.
An original and two (2) copies a total of three (3) proposals shall be submitted in sealed
envelopes/packages addressed to Lori McWilliams, MMC, Viltage Clerk, Village of Tequesta, Florida,
and marked Village-Wide Sidewalk Rehabilitation and Construction. The Village reserves the right to
accept or reject any and all proposals and to waive any technicalities or irregularities therein.The Village
further reserves the right to award the contract to that proposer whose proposal best complies with the
RFP NO: PW 03-17 requirements. Proposers may not withdraw their proposal for a period of ninety (90)
days from the date set for the opening thereof.
1. INTRODUCTION
1.1 PURP�SE AND GENERAL INFORMATION
The Village of Tequesta is requesting responses to this Request for Proposal (RFP) to enter into a
contract with sidewalk repair contractor(s) to provide sidewalk repair and replacement services for the
Village of Tequesta. A copy of this RFP can be obtained from the Village of Tequesta website at
www.tepuesta.or� until the expiration date of this solicitation. It is incumbent upon the Respondent to
check the website for additional information and/or addendums. Copies of this RFP can also be obtained
from the Village Clerk at Village of Tequesta, 345 Tequesta Drive, Tequesta, FL 33469. If you have any
questions, please call the contact identified below as it relates to your concern. Written questions
regarding the substance of the RFP or scope of services must be submitted via e-mail to the Village of
Tequesta contact listed prior to the deadline indicated below. Responses are due prior to the deadline
\�icr \Ia�ur I r.�nk I)�.1mhi.E \I.i�nr \hh� Rirnn.in l ��uncd \[rmhc� l�un P,itrrn��
(.��unc il \Icmhcr titc�-�•()kun ( ��unctl \Icmhcr 1 incc .\rena
\ ill.igr \I.ina�cr\I�ch;���l I� (:��uzi��, �r.
indicated above and must be delivered or mailed to the Village of Tequesta, Village Clerk's Office located
at 345 Tequesta Drive,Tequesta Florida, 33469. Late responses will not be accepted — NO EXCEPTIONS.
2. PROPOSAL
Closing time and address for proposal delivery proposals must be receivecl by the Office of the Village
Clerk,Village of Tequesta Florida 33469
CONFIDENTIAL—DO NOT OPEN
Proposal Closing Date & Time: Monday, Septernber 11, 2017 at 3:00 P.M. (local time).
Submissions by fax [or email] will not be accepted.
LATE PROPOSALS: Proposals received after the closing time will not be accepted or considered. Delays
caused by any delivery, courier or mail service(s) will not be grounds for an extension of the closing
time.
2.1 AMENDMENTS TO PROPOSAL
Proposals may be revised by written amendment, delivered to the location set out above, at any time
before the Closing Time but not after. An amendment must be signed by an authorized signator of the
proponent in the same manner as provided in the original proposals. Ail inquiries related to this RFP
should be directed in writing, via e-mail to the person named below (the "Village Representative"►.
Information obtained from any person or source other than the Village Representative may not be relied
upon.
Village Representative: Lori McWilliams, MMC, Village Clerk Phone: 561-768-0443 Email:
Imcwilliams@tequesta.org
Inquiries should be made no later than 7 days before closing time. The Village reserves the right not to
respond to inquiries made within 7 days of the closing time. Inquiries and responses will be recorded
and may be distributed to all proponents at the discretion of the Village. Proponents finding
discrepancies or omissions in the contract or RFP, or having doubts as to the meaning or intent of any
provision, should immediately notify the Village Representative. If the Village determines that an
amendment is required to this RFP, the Village Representative will issue an addendum. No oral
conversation will affect or modify the terms of this RFP or may be relied upon by any Proponent.
2.2 ADENDA
If the Village determines that an amendment is required to this RFP, the Village Representative will post
a written addendum on the Village Website at http://www.tepuesta.or� (the "Village Website") and
upon posting will be deemed to form part of this RFP. No amendment of any kind to the RFP is effective
unless it is posted in a formal written addendum on the Village Website. Upon submitting a Proposal,
Proponents will be deemed to have received notice of all addenda that are posted on the Village
Website.
,
3.0 PROPOSAL SUBMISSION FORM AND CONTENTS
Proposals should be in a sealed package, marked on the outside with the Proponent's name, title of the
P�oject and reference number. Proponents should complete the form of Proposal attached as Schedule
A. Proponents are encouraged to use the form provided and attach additional pages as necessary.
Proponents should also provide the requested information as listed in Section 4(b) as part of the
proposal.
3.1 SIGNATURE
The legal name of the person or firm submitting the proposal should be inserted in Schedule A. The
proposal should be signed by a person authorized to sign on behalf of the Proponent and include the
following:
(a) If the Proponent is a corporation then the full name of the corporation should be included,
together with the names of authorized signatories. The Proposal should be executed by all of
the authorized signatories or by one or more of them provided that a copy of the corporate
resolution authorizing those persons to execute the Proposal on behalf of the corporation is
submitted;
(b) If the Proponent is a partnership or joint venture then the name of the partnership or joint
venture and the name of each partner or joint venturer should be included, and each partner or
joint venturer should sign personally(or, if one or more person(s) have signing authority for the
partnership or joint venture, the partnership or joint venture should provide evidence to the
satisfaction of the Village that the person(s)signing have signing authority for the partnership or
joint venture). If a partner or joint venturer is a corporation then such corporation should sign as
indicated in subsection (a) above; or if the Proponent is an individual, including a sole
proprietorship,the name of the individual should be included.
4.0 EVALUATION AND SELECTION
The evaluation of Proposals will be undertaken on behalf of the Village by the Evaluation Team. The
Evaluation Team may consult with others including Village staff members, third party consultants and
references, as the Evaluation Team may in its discretion decide is required. The Evaluation Team will
give a written recommendation for the selection of a Preferred Proponent or Preferred Proponent(s) to
the Village. Proposal�s)that satisfy the minimum requirements will be scored as follows:
Letter of I�troduction..............................5 points
Price Proposal .........................................50 points
Experience...............................................20 points
References...............................................15 points
Local Preference Firm(s) .........................10 point5
3
4.1 EVALUATION CRITERIA
The Evaluation Team will compare and evaluate all proposals to determine the Proponent's strength and
ability to provide the Services in order to determine the proposal which is most advantageous to the
Village, using the following criteria:
(a) Price Proposal
The Village will consider the proponent's price proposal in terms of accuracy, completeness,
value,local market and substantiated industry standards.
(b) EXPERIENCE
The Village will consider the proponent's past experience in undertaking similar projects in type,
scope,and budget.At a minimum,the proposal should contain the following information:
o Business Organization - State the full name, address, phone number and fax number of
your business and whether you operate as an individual, partnership, or corporation.
Also, indicate if you are a female or minority owned and/or operated business.
o List of business's experience with federal, state or municipal programs pertaining to
sidewalk �eplacement. If applicable, also identify other services performed for federal,
state or municipal programs.
o Fee Schedule - Please state your standard fee schedule according to the standard
formats of compensation.
o Proof of appropriate state certifications- Provide proof that you are licensed to operate
in Florida and are lead certified.
o Management Summary - Include a brief narrative description of the proposed services
that will be delivered and the equipment available to perform the services.
• Qualifications - Please indicate completed projects of similar nature. Also indicate a
contact person for each reference cited.
o References - References from at least two (2)clients preferably municipalities for whom
your company has completed sidewalk repair services within the last two (2)years.The
references should include the name,address and telephone number of a contact person
for each reference cited.
o List of firm's insurance policies, the insurer, policy numbers and amount pertaining to
required services, including policies for sidewalk replacement services.
(c) LOCAL WORK FORCE PARTICIPATION
The Evaluation Team will give preference ta local Village of Tequesta firm(s).
FINANCIAL ABILITY AND RESOURCES
The Evaluation Team will consider the Proponent's organization financial ability and resources to carry
out the project. The Evaluation Team will not be limited to the criteria referred to above, and the
Evaluation Team may consider other criteria that the team identifies as relevant during the evaluation
process.The Evaluation Team may apply the evaluation criteria on a comparative basis, evaluating the
Proposals by comparing one Proponent's Proposal to another P�oponent's Proposal. All criteria
considered will be applied evenly and fairly to all Proposals.
�
4.2 LITIGATION
In addition to any other provision of this RFP,the Village may, in its absolute discretion, reject a Proposal
if the Proponent, or any officer or director of the Proponent submitting the Proposal, is or has been
engaged directly or indirectly in a iegal action against the Village, its elected or appointed officers,
representatives or employees in relation to any matter. In determining whether or not to reject a
Proposal under this section, the Village will consider whether the litigation is likely to affect the
ProponenYs ability to work with the Village, its consultants and representatives and whether the
Village's experience with the Proponent indicates that there is a risk the Village will incur increased staff
and legal costs in the administration of the Contract if it is awarded to the Proponent.
43 ADDITIONAL INFORMATION
The Evaluation Team may, at its discretion, request clarifications or additional information from a
Proponent with respect to any Proposal, and the Evaluation Team may make such requests to only
selected Proponents.The Evaluation Team may consider such clarifications or additional information in
evaluating a Proposal.
4.4 NEGOTIATION OF CONTRACT AND AWARD
If the Village selects a Preferred Proponent or Preferred Proponents,then it may:
(a) Enter into a Contract with the Preferred Proponent(s);or
(b) Enter into discussions with the Preferred Proponent(s)to clarify any outstanding issues and
attempt to finalize the terms of the Contract(s), including financial terms. If discussions are
successful,the Village and the Preferred Proponent(s)will finalize the Contrad(s); or
(c) if at any time the Village reasonably forms the opinion that a mutually acceptable agreement is
not likely to be reached within a reasonable time,give the Preferred Proponent(s)w�itten notice
to terminate discussions, in which event the Village may then either open discussions with
another Proponent or terminate this RFP and retain or obtain the Services in some other
manner.
The Village is under no obligation to accept any Proposal submitted. The Village reserves the
right in its sole discretion to waive informalities in, or reject any or all Proposals, or to accept
any Proposal deemed most favorable in the interest of the Village, or cancel the competition at
any time without award.
All costs incurred in the preparation and presentation of the proposal shall be whotly absorbed
by the contractor. All supporting documentation and manuals submitted with this proposal will
become the property of the Village of Tequesta unless otherwise requested by the contractor at
the time of submission.
5
5.0 GENERAL CONDITIONS
NO VILLAGE OBLIGATION
This RFP is not a tender and does not commit the Village in any way to select a Preferred Proponent, or
to proceed to negotiations for a Contract, or to award any Contract, and the Village reserves the
complete right to at any time reject all Proposals, and to terminate thi5 RFP process.
5.1 PROPONENTS' EXPENSES
Proponents are solely responsible for their own expenses in preparing, and submitting Proposals, and
for any meetings, negotiations or discussions with the Village or its representatives and consultants,
relating to or arising from this RFP.The Village and its representatives, agents,consultants and advisors
will not be liable to any Proponent for any claims, whether for costs, expenses, losses or damages, or
loss of anticipated profits, or for any other matter whatsoever, incurred by the Proponent in preparing
and submitting a Proposal, or participating in negotiations for a Contract, or other activity related to or
arising out of this RFP.
5.2 NO CONTRACT
By submitting a Proposal and participating in the process as outlined in this RFP, Proponents expressly
agree that no contract of any kind is formed under, or arises from, this RFP, prior to the signing of a
formal written Contract.
5.3 CONFLICT OF INTEREST
Proponents shall disclose any potential conflicts of interest and existing business relationships they
may have with the Village. If requested by the Village, Proponents should provide all pertinent
information regarding ownership of thei�company within forty-eight(48) hours of the Village's request.
5.4 SOLICITATION OF COUNCIL MEMBERS
Proponents and their agents will not contact any member of the Village Council or Village staff with
resped to this RFP at any time prior to the award of a contract or the termination of this RFP, and the
Village may reject the Proposal of any Proponent that makes any such contact.
5.5 CONFIDENTIALITY
All submissions become the property of the Village and will not be returned to the Proponent. The
Village will hold all submissions in confidence unless otherwise required by law. Proponents should be
aware the Village is a "public bod�' defined by and subject to the Freedom of Information and
Protection of Privacy Act of the State of Florida.
SCOPE OF SERVlCES
6.0 Services will include the construction and/or reconstruction of residential sidewalks and driveway
aprons throughout the Village of Tequesta. One(1) Permit will be required to perform this work and can
be obtained from the Building Department O�ce located at 345 Tequesta Dr., Tequesta Florida.
G
Contractors must register with tf�e Village of Tequesta Building & License Department. Prices shall
remain tl�e same during the extended term. The contractor will be responsibie for following the Villages
Swale ancl right of way policies. A copy can be obtained from the Deputy Director of Utilities, Sam
Heady, sheadv@tequesta.or�.
6.1 Contractors will be responsible for any and all damage due to construction. Any damage causecl by
the contractor must be repaired within seven (7) to ten (10) working day at the expense of the
contractor. Contractor will need to mal<e sure that all trees, shrubs and signs are protected and not
damaged during construction If damage occurs, the contractor will be liable for such damages. The
areas of improvements will be as indicated in the work order.
6.2 It is expressly agreed and understood that the Contractor is, in all respects, an independent
contractor as to work; fiowever, in certain aspects, the Contractor is bound to follow the directions of
the Public Works Deputy Director or appointed designee at the time of repair and/or construction, and
that the Contractor is in no respect an agent, servant or employee of the Village.
6.3 The Contractor's timeliness and delivery of quality products shalt be monitored by the Public Works
Deputy Director or appointed designee. If at any time the Con[ractor is performing less than satisfactory
work, the Contractor, upon notification by the Deputy Director of Public Works or appointed designee,
shall do whatever is necessary to perform the work properly at no additional cost to the Village. Failure
to give such notification shall not relieve the Contractor of his obligation to perform the work at the
time and in the manner specified. Failure to perform the work in the time specified in the work order
will trigger liquidity damages of$750/day.
6.4 The Village of Tequesta reserves the right to select the contractor which best meets the Village's
goals and objectives, needs, budget constraints, and quality levels, as well as its service level
expectations. The Village reserves the right, in its sole discretion, to reject any/�r all proposals, to waive
any irregularities and technical defects contained therein, to award the contract in its entirety, in part or
not at all and/or to determine which proposal is the lowest and/or best to enter into a Contract, as it
may deem to be in the best interest of the Village of Tequesta.
6.5 TERMS AND CONDITIONS.
A. This proposal shall be for a period of Three (3) years beginning October 16, 2017
through October 16, 2020. The Village reserves the right and the Bidder agrees to allow
the Village the option to renew, at the Village's sole discretion, for up to two (2)
additional one-year periods.
B. The Village reserves the right to reject any and all proposals, and to waive minor
irregularities in any proposals.
C. The Village reserves the right to request clarification of information submitted, and to
request additional information from any proposer.
D. The Village reserves the right to award any contract to the next most qualified proposer,
if the successful proposer does not execute a contract within fifteen (15) days after
award of proposal
E. The Village reserves the right to award all or a portion of the required services to the
more than one qualified contractor at the Village's sole discretion.
F. Any proposal may be withdrawn up until the date and time set above for opening of the
proposals. Any proposal not so timely withdrawn shall constitute an irrevocable offer,
for a period of ninety (90) days to provide the Village the senrices described in the
attached specifications, or until one or more of the proposals have been accepted and
an agreement executed by the Village,whichever occurs first.
G. The contract resulting from acceptance of a proposal by the Village shall be in a form
supplied or approved by the Village, and shall reflect the specifications in this RFP. A
copy of the contract is attached,exhibit E and shall include requirements to comply with
ADA, Civil Rights Act and EEP requirements. The Village reserves the right to reject any
proposed agreement or contract that does not conform to the specifications contained
in this RFP,and which is not approved by the Village's Attorney's office.
H. Prior to contract award, the Village will meet with the Contractor to review procedures
for invoicing, payment, reporting,if any,and monitoring contract performance.
I. The Contractor should expect that schedule semi -annual meetings with shop
management to review service performance.
1, The Village shall not be responsible for any costs incurred by the firm in preparing,
submitting or presenting its response to the RFP.
7.0 COMPLIANCE WITH APPLICABLE LAWS
All work shall conform to all applitable federal,state,county,and local requirements.
8.0 INSURANCE REQUIREMENTS
8.1 The selected service provider shall agree to indemnify and hold harmless the Village of Tequesta and
its o�cers, agents, and employees from any and alt claims, causes, or actions, and damages of every
kind, for injury to o�death of any person and damages to propeety arising out of or in connection with
the work done by the Contractor under this contract, and including acts or omissions of the Village of
Tequesta or its officers, agents,or employees in connection with said contract.
8.2 The Village will require proof of professional liability insurance with errors and omissions coverage,
worker's compensation insurance,general liability and automobile insurance with companies authorized
to do business in Palm Beach County, Florida,and in amounts satisfactory to the Village.
8
8.3 The successful Contractor, within ten days after the contract award, shall furnish the Village with
proof of insurance.
8.4 The Village of Tequesta shall be named as additional insured on all policies as directed in Attachment
A. Should any insurance required by this contract lapse, the Contractor shall immediately cease any
operations until authorited in writing by the Village. If the lapse period extends fifteen (15) days, the
contract shall automatically terminate and the Contractor shall be in breach of this contract.
9.0 AGREEMENT/EXCEPTIONS
9.1 Submission of a proposal indicates the Contractor agrees to the terms, conditions and other
provisions contained in the RFP, unless the Contractor clearty and specifically presents in its proposal
any exceptions to the terms,conditions,and other provisions contained in the RFP.
9.2 Exceptions presented in a proposal are not to be considered incorporated into the contract between
the Village of Tequesta and the selected Contractor unless and until the Village agrees to accept such
exceptions.
9.3 The selected Contractor must acknowledge and agree that the contract resulting from this RFP
includes the terms, conditions, and other provisions contained in the RFP, the proposal selected
(including any exceptions accepted by the Village)which is acceptable to the Village and is not in conflict
or contravention of the RFP, and any other documents mutually agreed upon by the Village and selected
Contractor.
9.4 No oral statements or any person shall modify or otherwise change or affect the terms, conditions,
or speci�cations stated in the RFP or the resulting contract.
9.5 A formal contract will be negotiated after the seledion of a contractor for the services identified in
the scope of services by the Village of Tequesta
9.6 The contractor shall not assign the contract or any part thereof to any other person unless such
assignment is first approved in writing by the Village of Tequesta it being understood that the contract
shall not be assignable unless the proposed assignee is acceptable to the municipality. The request for
assignment must include evidence that the proposed assignee quali�es under all requirements of the
contract and must be addressed as defined in the contract for services.
9.7 A provision to the effect that the municipality, shall have access to any books, documents, papers
and records of the contractor which are directly pertinent to that specific contractor,fo�the purpose of
making audit,examination,excerpts and transc�iptions.The Village of Tequesta shall require contractors
to maintain all required records for five(5)years after the Village of Tequesta makes final payments and
all other pending matters are closed.
10.0 PROPOSAL SUBMtTTAL
One original plus two (2) copies for a total three (3) of the entire bid package must be submitted to the
Village of Tequesta as follows:
Village of Tequesta
Village Clerk's O�ce
9
345 Tequesta Drive �
Tequesta, Florida 33469
All proposals must be received prior to Monday September 11, 2017 at 3:00 pm. Proposals may be
mailed or dropped off at the Clerk's Office. Proposals must be received in the Village Clerk's�ffice for it
to be considered in the RFP review process.
10
SIDEWALK REPLACEMENT PROGRAM
BID FORM Schedule A
Filing for 1 permit will be required at the Contractors cost. The permit will cover the entire sidewalk
replacement program.
Proposal A
Demolition, removal, disposal and replacement of four inch (4") concrete sidewalk per square foot per
location, including installation and/or removal of sand, dirt, tree roots o� any obstruction as needed to
meet grade.Back filling with clean fill dirt and removal of wood forms is required.
PER SQ FOOT Unit Price Figures
Proposal B
Demolition, removal, disposal and replacement of six inch (6") concrete driveway aprons and/or
sidewalks per square foot location, including installation and/or the removal of sand, dirt, tree roots or
any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and
restoration of area is required.
PER SQ FOOT Unit Price Figure
Proposal C
Construction of new 4 inch(4")concrete sidewalk per square foot location, including excavation,grading
and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade. Back filling with
clean fill dirt, removal of forms and restoration of area is required.
PER SQ FOOT Unit Price Figures
Proposal D
Construction of new 6 inch (6") concrete sidewalk/driveway per square foot location, including
excavation, grading and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet
grade. Back filling with clean fill dirt, removal of forms and restoration of area is required.
PER SQ FOOT Unit Price Figures
Proposal E
Demolition, removal, disposal and replacement of four inch (4") asphalt sidewalk per square foot per
location, including installation and/or removal of sand, dirt, tree roots or any obstruction as needed to
meet grade. Back filling with clean fill dirt and removal of wood forms is re�quired.
PER SQ FOOT Unit Price Figures
11
BID FORM Schedule A(Continued)
Proposal F
Demolition, removal, disposal and replacement of six inch (6") asphalt driveway ap�ons and/or
sidewalks per square foot location, including installation and/or the removal of sand, dirt, tree roots or
any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and
restoration of area is required.
PER SQ FOOT Unit Price Figure
Proposal G
Construction of new 4 inch (4")Asphalt sidewalk per square foot location, including excavation,grading
and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade. Back filling with
clean fill dirt, removal of forms and restoration of area is required.
PER SQ FOOT Unit Price Figures
Proposal H
Construction of new 6 inch (6") Asphalt sidewalk/driveway per square foot location, including
excavation, grading and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet
grade. Back filling with clean fill dirt, removal of forms and restoration of area is required.
PER SQ FOOT Unit Price Figures
Mobilization Cost
Additional Information:
12
The undersigned verifies that the information contained herein is truthful and accurate and
acknowledge that they are owners or agents of the company. Additionally, the undersigned declares
that he/she has carefully examined all the items of the specifications and instructions and that he/she
fully understands the requirements of same.
Authorized Representative's Signature
Printed Name Title of Signatory
Company Name
Address
Phone#/Fax# Email address
ATTACHMENT"A"
There shall be no aggregate limitation to the coverage provided under any of the insurance sections
stated.
A.Contractor's and Sub-Contractor's Insurance
The Contractor shall not be awarded work under this contract unless the insurance required under this
section has been obtained. The Contractor shall not permit any sub-contractor to commence work on a
sub-contract unless like insurance has been obtained by the sub-contractor.The insurance required shall
contain a thirty (30J day written notice to the Village of Tequesta, c/o Project Manager, Public Works
Department, 345 Tequesta Dr Tequesta, Florida 33469 of cancellation, non-renewal or material change
in coverage.The Contractor will provide a current Certificate of Insurance.
B.Worker's Disability Compensation Insurance The Contractor shall procure and maintain during the life
of this contract Worker's Disability Compensation Insurance as required by law for all of his/her
employees to be engaged in work on the project under this contract, and in case any such work is sub-
let,the Contractor shall require the subcontractor similarly to provide Worker's Disability Compensation
Insurance for all of the latter's ernployees to be engaged in such work in the statutory amount requi�ed.
C. Contractor's Public Liability and Property Damage Insurance: The Contractor shall procure and
maintain during the life of this contract, Contractor's Public Liability Insurance in an amount of not less
than One Million Dollars ($1,000,000.00) for injuries, including accidental death, each occurrence and
Contractor's Property Damages Insurance in an amount of not less than One Million Dollars
($1,OOO,dQ0.00)for each occurrence.
D. Contractor's Motor Vehicle Bodily Injury and Property Damage Insurance The Contractor shall
procure and shall maintain during the life of this contract, Motor Vehicle Bodily Injury Insurance
(comprehensive form) in an amount of not less than One Million Dollars ($1,000,000.00) for injuries,
including accidental death to each person; and in an amount of not less than One Million Dollars
($1,000,000.00� for each occurrence, and property damage in an amount of not less than One million
Dollars ($1,000,000.00) for each occurrence. The Contractor shall procure and maintain, during the life
of this contract, Hired and Non-Ownership Motor Vehicle Bodily Injury and Property Damage Insurance
in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental
death, to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each
occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for
each occurrence.
13
. �
E. Owner's and Contractor's Protective Public Liability and Property Damage Insurance The Contractor
shall procure and maintain, during the life of this contract, Owner's and Contractor's Protective Public
Liability and Property Damage Insurance in the name of the City in an amount of not less than One
Million Dollars($1,000,000.00)for injuries, including accidental death for each occurrence and property
damage in an amount of not less than One Million Dollars {$1,000,000.00) for each occurrence. Such
insurance shall include motor vehicle exposure.
F. Village of Tequesta as Additional Insured: The Village of Tequesta, including elected and appointed
officials, all employees and volunteers, all boards, commissions and/or authorities and their board
members, employees and volunteers, shall be named specifically as an Additional Insured with respect
to the operations of the Contractor and/or subcontractor for the Village of Tequesta and a copy of an
Endorsement to this effect shall be supplied for each policy involved.
ATTACHMENT"B"
SPECIFICATIONS AND DRAWINGS
1. The Contractor shall be responsible for the erection and maintenance of ba�ricades, safety fences,
and other safety control measures for the complete time of completion of sidewalk being replaced.
During the construction period, the wo�k area shall be secured and adequate warning notices to the
public must be erected to ensure the safety of the traveling and walking public.
2. The Contractor is solely responsible for safety in all project areas. The Contractor shall erect such
barricades and provide other traffic control measures, such as flagmen, as may be necessary to ensure
the safety of the public.
SPECIFICATIONS:
a.Concrete
• 4"Sidewalk—FDOT Class B.3000psi
e 6"driveway—FDOT Class A.3500psi
e Curb and gutter—FDOT Class A.
• performed joint fller—Shall be no extruding and resilient bituminous type and should perform
to the requirements of ASIM Oesignation D 1751.
• All material shall be certified by the producer or manufacture that the furnished materials meet
the specific requirement of the specifications.
o Concrete must meet all FDOT Standards.
• Expansion material must meet all FDOT Standards.
o Handicap detectable warning shall be FDOT standard details
b.Workmanship
{1)Subgrade Condition
• The finished subgrade shall be maintained in a smooth, compact condition and any
areas which are disturbed prior to placing of the concrete shall be restored at the
Contractor's expense. The subgrade shall be moist at the time the concrete is placed.
Water shal{ be uniformly applied ahead of the pouring operations as directed by the
1�
, }
Engineer. Large boulders and other obstructions shall be removed to a minimum depth
of 6-inches below the finished subgrade elevation, and the space shall be backfilled with
sand, base course material or othe� material or suitable material which shall be
thoroughly compacted by rolling or tamping.
o The subgrade shall be accurately trimmed to the required elevation with a '/<-inch
tolerance. High areas shall be trimmed to proper elevation. Low areas may be filled with
suitable material and compacted to the specified density or filled with concrete
integrally with the placing of the pavement.
o (2) Setting Forms:The forms shall be accurately set to line and grade and such that they
rest firmly,throughout their entire length upon the compacted subgrade su►face. Forms
shall be joined neatly and tightly and braced to resist the pressure of the conc�ete and
the finished operations. The alignment and grade of all forms shall be approved before
and immediately prior to the placing of concrete.
o (3) Slipforming: The slipforming method will be allowed, provided that an acceptable
finished product,true to line,grade,and cross section is consistently produced.
o (4) Mixing Concrete: Concrete shall be mixed in accordance with the requirement of
Section 03000.
c. Installation
(1) Placing concrete:
• The concrete shall be distributed on the subg�ade to such depth that, when it is
consolidated and finished,the thickness required by the drawings will be obtained at all
points and the surface will at no point be below the grade specified for the finished
surface.The concrete shall be deposited on the subgrade in a manner which will require
as little rehandling as possible. Placing of the concrete shatl be continuous between
transverse joints,without the use of intermediate bulkheads.
• Reinforcement shall be placed and maintained at this location during the placing and
finishing operation.
a Concrete shall be thoroughly consolidated against and along the faces of all forms by
means of vibrators. Vibrators shall not be permitted to come in contact with the
subgrade or a side form. Vibration at any one location shall not continue so long as to
produce puddling or the accumulation of excessive grout on the surface. In no case shall
the vibrator be operated longer than 15 seconds in any one location.
(2j Striking-off, Consolidating and Finishing Concrete: Immediately after the placing, the concrete
shall be stuck off, consolidated and finished, to produce a finished product conforming to the
existing area and or required by the drawings,Specifications and Instructions.
(3) Straightening and Surface Corrections: After floating has been completed and the excess water
removed, but while the concrete is still in a plastic state, the surface of the concrete shall be
tested for trueness with an accurate 10-foot straightedge.The straightedge shall be furnished by
the �ontractor.The straightedge shall be held in successive positions parallel to the walk center
line, in contact with the surface,and the whole area tested from the side of the slab to the other
as necessary.The advance along the walk shall be in successive stages of not more than one-half
the length of the straightedge. Any depressions shall be immediately filled with freshly mixed
15
, .
concrete and struck-off consolidated and refinished. High areas shall be out down and
refinished. Straightedge testing and surface correction shall continue until the entire surface
appears to conform to the required grade and cross section. All surface irregularities exceeding
'/,inch in a 10 foot shall be co�rected.
(4) Final Finish: As soon as the water sheen has disappeared and just before the concrete becomes
nonplastic, all edges, including expansion joint edges, shall be finished with an edging tool
having a radius of'/. inch,finally the top shall be given a light broom �nish perpendicular to the
forms.
(5) Joints:Transverse Construction Joints:Transverse construction joints shall be constructed at the
end of all pours and at other locations where the pouring, operation are stopped for as long as
30 minutes. Construction joints, however, shall not be placed within five feet of any other
transverse joint or of either end of a section of walk. If su�cient concrete has not been placed
to form a slab at least five feet long, the excess concrete, back to the last preceding joint, shall
be removed.The joints shall be formed by placing perpendicular to the profile and center line of
the walk.Construction joints shall have tooled edges with a Y<inch radius.
(6) Transverse Contraction Joints:Transverse contraction joints shall be formed at five foot intervals
and shall consist of planes of weakness created by an edging tool.The cut in the fresh concrete
shall be perpendicular to the surface of the walk, shaH extend to a depth of 1 %z inch below the
top surface and shall have Y inch radius.
(7) Transverse Expansion loints: One half-inch expansion joints shall be formed by placing
performed joint filler around all structures and at intervals not exceeding 100 feet.
(8) Form Removal: After the concrete has sufficiently set a minimum of 12-hours, the Contractor
shall remove the forms and shall backfiH the space on each side. The earth shall be compacted
and graded in a satisfactory manner without damage to the concrete work. Honeycombs shall
be filled with sand dement mortar. Plastering will not be allowed on the face of the walk.
Rejected walk shall be removed and replaced without additional compensation.
INSPECTOR GENERAL Pursuant to Article XII of the Palm Beach County Charter, the Office of the
Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts
and other tran5actions, and make reports and recommendations to municipal goveming bodies based
on such audits, review or investigations. All parties doing business with the Village shall fully cooperate
with the inspector general in the exercise of the inspector general's functions, authority and power.The
inspedor general has the power to take sworn statements, require the production of records and to
audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists
of the Village in order to detect, deter, prevent and eradicate fraud, mismanagement, misconduct and
abuses.
1G
PUBLIC RECORDS. In accordance with Sec. 119.0701, Flarida Statutes,
CONTRACTOR must keep and maintain this Agreement and any other
records associated therewith and that are associated with the
performance of the work described in the Proposal or Bid. Upon request
from the Village's custodian of public records, CONTRACTOR must
provide the Village with copies of requested records, or allow such
records to be inspected or copied, within a reasonable time in
accordance with access and cost requirements of Chapter 119, Florida
Statutes. A CONTRACTOR who fails to provide the public records to the
Village, or fails to make them available for inspection or copying, within a
reasonable time may be subject to attorney's fees and costs pursuant to
Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10,
Florida Statutes. Further, CONTRACTOR shall ensure that any exempt or
confidential records associated with this Agreement or associated with
the performance of the work described in the Proposal or Bid are not
disclosed except as authorized by law for the duration of the Agreement
term, and following completion of the Agreement if the CONTRACTOR
does not transfer the records to the Village. Finally, upon completion of
the Agreement, CONTRACTOR shall transfer, at no cost to the Village, all
public records in possession of the CONTRACTOR, or keep and maintain
pubtic records required by the Village. �f the CONTRACTOR transfers all
public records to the Village upon completion of the Agreement, the
CONTRACTOR shall destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure requirements.
If the CONTRACTOR keeps and maintains public records upon completion
of the Agreement, the CONTRACTOR shall meet all applicable
requirements for retaining public records. Records that are stored
electronically must be provided to the VILLAGE, upon request from the
Village's custodian of public records, in a format that is compatible with
the Village's information technology systems.
IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, PLEASE CONTACT THE
VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT
(561) 768-0685, OR AT Imcwilliams@tequesta.or�, OR AT 345
TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469.
i�
� ;
ATTEST: VILLAGE OF TEQUESTA
DATE: DATE:
Lori McWilliams, MMC Michael Couzzo
� Village Clerk Vllage Manager
[VILLAGE SEALJ � APPROVED AS TO FORM AND LEGAL
SUFFICIENCY
DATE:
Keith Davis, Esq. �
Vllage Attomey
NAME OF COMPANY
(PROJECT NAME)
DATE:
Name of Person at Company Responsible
for Signing, Title
1s
. • li=1 . J .
'1 7'r�
t'� � ��
c,��r F;—?►t�l��f3 t:
.ifiU E\E.l li l l�'U CEIVl�C.12 DRIVC
S'1'I�210
«F.ST 1':�1,1�i BEACiI,J�(.33YD1
(SGI)�S8-65S1
F:��(5G1)38-t-b�-41
��iti���r i:;ii•1�lr,�tiiii_���i.�
Lettes- of Iiiti•nduccio��
1 c+tvl����m it ma; c�inc�rn.
�LI.C. I:� U Pavin�o �n�d i;�
Thr io[iJltlil� �:'i[?L!�IQ it!:'iil:II}'Il'fu�T.l1CC OUC Cl�i(1�'!3i1;�'. �:�� U P�4'til� �`
3013 in La�:e P;ort�i, FI..�lh_��,v,ner. `:anc� Ci. Rosso�tias a rarmer in Ros�o Pa�ir�,�:Draina��� ror 3�
}�ear,.Atter the comp•an}'s di;snitition,`snc�, i�p�ncd R��:: 17 Pa�•ing«ith her so!�. �latthc�� Conn:fi. I-i�e
tamil�,-o�vned bu�iness is cxEerienced in�upfialt pavim�,stripin�„clearin��n�bbing,earth«'ork,coner�te.
•and other related site��or1:. R fi D Pa��in,� «or�:s«�ith trusted subcar2tractors to furnish and co�npletc
�i��nalilatio��.c��ucr;:t:,und�r�,ro�_u�d utilities. ���a�drail,etc.P.R:U pavin�appreriat�s the optwnunit}�t.�
in[r,�du=e our com�any to}'ou and e�pr�s.es our ea�,erness to bid any fiitura projects.
I:ir.d re�arls.
,- \� - _�
. -
, ���:`:��_ �-, ;�,- �.
� _ .
.`.'an�,...CJ. RJ:S„
Ov;ncr
I��perieuce
Busioess Or�aniz:�tion
i�uli tiam�:: R��, D Pa•:in��. LL(.'
�lddress: �100 ExLcu!iv�Canter f)ri��. St�ite 310. �'.'�;t Palm F3eaci�, FL i�-t01
I3��:in�ss Phor.e I.�611 SS3•66o I
Fa;.: i�5[1 2S•�-ti�-�l
Co�or�tior.: Limited Liabili[} c�u-��urr:ci�,n
Certitication: SBE/�"I�I: ti�r Pal;�� Q�.?ch Coun�.Statr uf Fiarida.Citti ot`4'YB a�id Scit�o� Boa'�i��
PBC
Proof uf,�ppropriate Sfatc Certift�ation>
R�. ll ('avin� is a licensecl Pa�in��Cu�itr•ictor in Palm B�ach C;ounty under t6e certitica:ion numFa;li-
2179h(see attachedj.
llan�;eineut Summary
l ne proposed annaal contract�.�iii in;;lud�demolition of existing concre[�;asphalt,clearing.�rubbu��=•
�radin�,co�npaction,and installation of proposed asphalt'concrete..41!necessar;�equipment to furnish
these services inctude asphalt paving mechine,combinaLion loader,front-end loader,mini accavator,skid
steer loader,roller,and other miscellaneous equip�nent
Bnsioess Eapertencd QnaliHcations
Bebw is a list of projects of similar natwe•
Name: Lake Trail Paving lmprovements
pwner, Town of Palm Beach
Scope of worlc B�Path/i.ake Trail reconsavcdon a�exteosion
Contracx Total: �902,541.75
�: May_pctober 2017
Contact person: Jeff Ssnoa Project Engineer Town of PB
1Vumber. (561)227-7024
Name: Australian Avenae
Q�; palm Besch Co�mry Construction Coordinetiou
Scope of work: Ra�so�uction of road
Coutract Total: 5699,820.90
�; 7uly 2016—August 2017
Contect Person: Steve O'Nea�1.Quef Construcrioa�Cootdi�tor PBC
N�p1ur: (561)684-4180
Name: ELS Center of Excellence
GC: ��O°
Soope of wo�k Pa�ng lod Sidewallc Construcdon and Si�e Wark
Conkact Totsl: $'353.723.23
�; Inly 2016—July 2017
�Person: Ross Lumsden,Vice Presideat Getrits Construction
N��: (561)477-3553
Nnme: Penny Lane
Oarner: Palm Beach County Con�on��OD
Soope of work: Re��n of r�d
Contract Total: $362,318.95
p� Se�ember 2016—March 2017
Co�aoc Pe:coa: �o1�n Kopehkis.Chief Construction Coordinator PBC
Number: (561)684-4173
Na�: City of Atla�is Und�
pwnec; Ciry of Atlaatis
Scope of vrork: Pavanent m►erlay and drau�age
Concrad Totsl: 3463,769.60
p�; �20 t 5—Apri12016
C�tect P�on: Mo Th�on
N�r. (561)965-1T44
Name: Lsfce Vllorth Cralf Co�ase Ca�t Peth Reconsh�ucaon
par�r: City of Lak,e Wath
Swpe of woric Golf cart peth reoonstrudion
Contract toml: $9'7,578.05
p�; August 2014—I�'2�14
Contact Pers�: Felipe I.ufaso
Number: (Sbl)586-17Z0 �
References
]eff Sanon
Project Ettgincer
Town of Palm Beach
(561)17-7024�
jsanon�a to��nofki,afmbeach.com
John Kopelakis
Chief Construction Coordinator
Palm Beach County Construction Coordination
(56t)654-4173
j�o�elak a�bcaov or`
Stephen 0'Neil
Chief Construction Coordinator
Palm Beach County Construction Coordination
(561)684-4180 .
soneil bceov.ore
Insurance Infarmation
See attached.
SIDEWALK REPLACEMENT PROGRAM
BID FORM Schedule A
Filing for 1 permit will be required ai the Contractors cost. The permit will cover the enti�e sidewalk
replacement program.
Proposal A
Demolition, removal, disposal and replacement of four incfi (4") concrete sidewalk per square foot per
location, including installation and/or removal of sand, dirt, tree roots or any obstruction as needed to
meet grade.Back filling with clean fill dirt and removal of wood forms is required.
� .� 5 PER SQ FOOT Unit Price Figures
Proposal B
Demolition, removal, disposai and replacemeni of six inch (6") concrete driveway aprons and/or
sidewalks per square foot location, including installation and/or the removal of sand, dirt,tree roots or
any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and
restoration of area is required.
� • 5� PER SQ FOOT Unit Price Figure
Proposal C
Construction of new 4 inch(4")concrete sidewalk per square foot location,irtcluding excavation,grading
and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade.Back filling with
clean�II dirt,removal of forms and restoration of area is required.
� � 1• 5� PER SQ FOOT Unit Price Figures
Proposal D
Construction of new 6 inch (6") concrete sidewalk/driveway per square foot location, intluding
excavation,grading and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet
grade. Back filling with clean fill dirt,removal of forms and restoration of area is required.
� � �• �� PER SQ FOOT Unit Price Figures
Proposal E
Oemolition, removal, disposal and replacement of four inch (4") asphalt sidewalk per square foot per
location, including installation and/or removal of sand, dirt, tree roots or any obstructio�z� ^e��M' t^
meet grade.Back filting with clean fiU dirt and removal of wood forms is required.
� ��• 5 � PER SQ FOOT Unit Price Figures
11
BID FORM Schedule A(Continued)
Proposal F �
Demolition, removal, disposal and replacement of six inch (6") asphaft driveway aprons and/or
sidev�alks per square foot location, including installation and/or the removal of sand,dirt,tree roots or
any obstrudion as needed to meet grade. Back filling with clean fill dirt, removal of forms and
restoration of area is required.
� � �•7 5 pER SQ FOOT Unit Price Figure
Proposal G
Construction of new 4 inch(4")Asphalt sidewalk per square foot location, including excavation,grading .
and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade.Back filling with
clean fill dirt,remaval of forms and restoration of area is required.
� � � • 5 � pER SQ FOOT Unit Price Figures
Proposal H
Construction of new 6 inch (6"} Asphalt sidewalk/driveway per square foot location, including
excavation, grading and/or the removal of sand, dirt, tree roots o�any obstruction as needed to meet
grade.Back filling with clean fill dirt,removal of forms and restoration of area is required.
� t ty-� 5 PER SQ FOOT Unit Price Figures
Mobilization Cost
� � 50 . ot� .
/ldditional Information:
12
The undersigned verifies that the information contained herein is truthful and accurate and
acknowledge that they are owne�s or agents of the company. Additionally, the undersigned declares
that he/she has carefully e�wmined ail the items of the specifications and instructions and that he/she
fully understands the requirements of e.
Authorized Representative's Signature ��.
Printed Name IJQnN (� Pnss Q Title o ' nato 11(1Rn���+-►�bi r
Company � Name �1
Address yb� FXtCU�E1Vt ('en�tr Qt� S�Ai �1n WP3,FL 3�yG� _
Phone#/Fax��+al�R4�-lolsa� �SIt��A��-ll�� Emailaddress N�t11CJ rQh uGlVinoI.COYY�
ATTACHMENT"A"
There shall be no aggregate limitation to the coverage provided under any of the insurance sections
stated.
A.Contrador's and Sub-Contractor's Insurance
The Contractor shall not be awarded work under this contract unless the insurance required under this
section has been obtained.The Contractor shall not permit any sub-contractor to commence work on a
sub-contract unless like insurance has been obtained by the sub-contractor.The insurance required shall
contain a thirty (30) day written notice to the Village of Tequesta, c/o Project Manager, Public Works
Department, 345 Tequesta Dr Tequesta, Florida 33469 of cancellation, non-renewal or material change
in coverage.The Contractor will provide a current Certificate of Insurance.
B.Worker's Disability Compensation Insurance The Contractor shall procure and maintain during the life
of this co�tract Worker's Disability Compensat�on Insurance as required by law for all of his/her
employees to be engaged in work on the projed under this contract,and in case a�y such work is sub-
let,the Contractor shall�equire the subcontractor similarly to provide Worker's Disability Compensation
Insurance for all of the latter's employees to be engaged in such work in the statutory amount required.
C. Contrector's Public Liability and Property Damage Insurance: The Contractor shall procure and
maintain during the I'�fe of this cantract, Contrador's Public Liability Insurance in an amount of not less
than One Million Dollars ($1,000,000.00) for injuries, including accidental death, each occu�rence and
Contractor's Property Damages Insurance in an amount of not less than One Million Dollars
($1,000,000.00)for each occurrence.
D. Contractor's Moior Vehicle Bodily Injury and Property Damage Insurance The Contractor shall
procure and shall maintain during the life of this contract, Motor Vehicle Bodily Injury Insurance
(comprehensive form) in an amount of not less than One Million Dollars ($1,000,000.00) for injuries,
including accidental death to each person; and in an amount of not less than One Million Dolla�s
($1,000,0OO.OU) for each occune�ce, and property damage in an amount of not less than One million
Dollars($1,000,000.00) for each occurrence.The Contractor shall procure and maintain, during the life
of this contract, Hired and Non-0wnership Motor Vehide Bodily Injury and Property Damage Insurance
in an amount of not less than One Million Dollars ($1,000,�0.00) for injuries, including accidental
death,to each perso�;and in an amount of not less than One Million Dollars($1,000,000.00) for each
occurrence and property damage in an amount of not less than One Million Dollars{$1,000,000.00)for
each oauttence.
13
a �
E.Owner's and Contractors Protective Pubfic Liability and Property Damage Insurance The Contractor
shall proage and maintain,during the I'ife of this wntract,Owners and CorKractors Protective Pubiic
i.iability and Property Damage Insurance in the name of the City in an amount of�ot less than One
Miilion Dol�rs($1,000,000.00)for injuries,induding aaidental death for each occurrence and property
damage in an amount o€not less than One Million Dollars ($1,000,000.00) for each occurrence. Such
insurance shall indude motor vehide exposure.
F. �Ilage of Tequesta as Additional Insured:The vilage of Tequesta, indudir�g elected and appointed
officials, al! empioyees and votuntee�s, all boards, commiss�ons and/or authorities and their @oard
members,empbyees and vol�uneers,shall be named speciftrally as an Additiona! Insured with respect
to the operations of the Co�trac�or and/or suboontractor f�r the Village of Tequesta and a copy of an
Endoaement to this effect shall be wpptted for each polky fnvolved.
ATTACHMENT"B"
SPECIFICATIONS AND DRAWIfdGS
1.The Contracto�shall be responsible for the erection and maiMenance of barricades, safietY f�e�ces,
and other safety cor�ol measures for the complete time of completion of sidewa{k being repiated.
During the consbvction period, the work area shall be secured ac�d adequate waming notices to the
public must be erected to enwre the safety of the traveling and wa{king pulil'ic.
2. The Contractor is solely responsihk for safety in all project areas. The Contractor shall erect such
baRicades and provide other traffic oontrol measures,s�h as flagmen,as may be neces�ry to ensure
the safety of the pubiic.
SPEqFiCAT10N5:
a.Concrete
. 4"Sidewalk—FDOT Class B.3000psi
• 6'driveway—FOOT Class A.350Qpsi
• Curb and gutte�—FDOT Class A.
. performed yoint fiNer—Sha[I be no extruding and resilient bituminous type and should perfomn
to tfie requirements of ASIRII pesignat�on D 175L
. AU rnaLerial shali be aertified by the produoer or manufadure that the fumished mate�ials meet
the speafic requirement of the spedf�cations.
• Conc,rete must meet ap FDOT Standards.
e Expansion maLerial must meet ali FDOT Stac�dards.
. Handicap detectable warning shall be FQOT standard details
b.Workmanship
(1)Subgrade Condition
• The fi�W�ed subgrade shaN be mairnained in a smooth, compact conditb� and arry
areas whkh are disWrbed p�ior to pladng of the concrete shall be restored at the
Contracbors e�er�se.The w6grade shall be moist at the time the aoncrete is p�ced.
Water shaq be unlfoRnly app8ed ahead of the pouring operatfons as dFrected bY the
14
En�ineer. large bouiders and other obstructions shall be removed to a minimum depth
of 6-inches below the finished subgrade elevation,and the space shall be backRQed with
sand, base course material or other material or suitable material which shall be
thoroughly compacted by rolling or tamping.
o The subgrade shali be accurately trimmed to the required elevation with a 74-inch
tolerance.Ftigh areas shall be trimmed to proper elevatron.Low areas may be filled with
suitable material and compacted to the speafied density or fllled with concrete
integrally with the plad�of the pa�rement.
o (2�Setting Forms:The forms shail be accuraLely set to Gne and grade and wch that the�r
rest firmly,thro�hout their entire lertgth upon the oompacted wbgrade wriace.FoRns
shall be Joined neatly and tightly and braced to res'�st the pressure of the concrete ar►d
the finished operations.The alignment and grade of all fomns shali be approved before
and immediabely p�ior to the placing of concrete.
o (3) Slipforming 1'he slipforming method wiU be allowed, provided that an acceptable
fin'�shed product,true to Gne,g�ade,and cross section is consistently produoed.
o (4) Mixing Concrete: Concrete shall be mbced in accordance with the requirement of
Section 03000.
c.lnstallation
(1) Placing concrete:
. The concrete shall be d'�stributed on the wbgrade to such depth that, when it is
consolidated and fin'�shed,the thidcness required by the drawings vm'il be obtained at all
poirrts and the surface will at no point be below the grade spedHed for the flnished
surface.The conaete shall he deposited on the subgrade in a manner which will require
as CRde rehandling as posstble. Placing of the concrete shall be cor�tinuous betwee�
transverse joirKs,witFwut the use of internnediate bulkheads.
o Reir�forcemeM shall be placed and ma'mtained at this location during the placing and
finishtng operation.
o Concrete shall be thoroughiy consolidated ag�ainst and alo�the faces of all 6orms by
means of vibcabors. Vbrators shall n� be pemiitted to oome in caMact wRh the
su6grade or a side fortn.vibration at arry one location shall not continue so br�g as to
produce puddi'mg or the aaumulation of excessive grout on the wrFace.In no case shall
the vibrator be operabed longer tha�15 seconds in any one location.
(2) Striking-off, Consolidating and Rnishit�Conuete: 1mm�iateiy alter the placing, the concrete
shall be studc off, consolidated and finished,to produce a finished produd oanforming to the
existing area a�d or required by the drawings,Specifccations and Instrucdons.
(3) Straightening and SurFace Conections:After floatu�g has been aompfeted and the excess water
removed, but whtie the wnaete is still in a ph�stic state, the suriace of the oonuete sha(I be
tested for trueness with an aaurate 10-foot straightedge.The straightedge shall be furnW�ed bY
the Contracbor.The straightedge sh�l be held in wooessive positions parallel to the waik oerKer
line,in contact with the surface,and the whole area tested from the side of the shab to the other
as neoessary.7F�e advance along the walk shaN be in sucoe�ive stages of not more�than one-ha{f
the length of the sbaightedge.Any depress�ns shall be immed�tely filled w�h freshly mixed
15
conuete and strudc-off consolidated and refin�hed. H�h areas shall be out down and
refinished. Stra�htedge testiag and surface comettion shall coMinue until the entire wrface
appears to conform to the required grade and aoss section.Atl suiface irregularities exceeding
3�inch in a 10 foot shall be conected.
(4) Final Fnish:As soon as the water sheen has disappeared and just befo�e the concrete bewmes
nonplastic, all edges, including expansion joint edges, shail be finished with an edging toal
havi�a radius of!�Inch,finalEy the top shalt be given a light broom finish perpend'�cu{ar to the
fonns.
{5) Jotrtts:Transvetse ConStruction Jo'mts:Ttdnsverse construction joints shall be aonstructed at the
end af all pours a�d at other locations where the pou�ing,operation are stopped for as long as
30 minutes. Construction joiMs, however, shaQ not be ptaced within five feet of arry other
transverse joint or of eithe�e�d of a section of walk. lf wfRdent ooncrete has not been placed
to form a slab at least five feet long,the excess ooncr+ete,badc to the last precedir�joint,shall
be removed.The jants shali be fortned by plac�rig Rerpendkular to the proflle and center line of
the walk.Co�tructron joints shall have tooled edges with a 35 inch radius.
{6) Transverse Contraction Joints:Trensverse coMraction joints shall be formed at five foot int+ervals
and shall consist of planes of weakr�ess created by an edging tool.The cut in the fresh concrete
shall be pecpendkular to the surface of the walk shail extend to a depth of 134 incf�below the
top surface and shatl have 74 inch radius.
{7) Transverse Expansion Joints: One half-inch expansion joiMs shall be formed by p�ar�
performed joirn fipe�around al{structures and at intervals not exceeding 100 feet.
(g) Fornn Removal:Afte�the oor�crete has sufficiendy set a minimum of 12-hours,the Contractor
shall remove the forms and shall badcfill the space on each side.The earth shap be compacted
and graded in a satisfactory manner without damage W the concrete work. Honeycombs shall
be filled with sand dement mortar. Plastering wiN not be allowed on the face of the walk
Rejected walk shall be removed and replaced Nrittrout additionat compensation.
INSPECTOR GEN�RAL PursuaM to Artide XII of the Palm Beach County Charter, the Office of the
Inspecbor Generai has jurisdictton to irnestigate munkipai matters,review and audit munidpal contracts
and other trar�sactions, aru! make repoits and reoommendations to municipal governing bodies based
on such audits,review ar in�estigatiom. Ali parties doi�business with the V�lage shall fulty aooperate
with the inspector general in the exercise of the inspector generaYs functbns,authority and pawer.The
inspector general has the powe�to take swom statements, reqWre the production of records and to
audit, monitor, investigate and inspect the adivities of the Vil�ge,as weli as coMractors ar�d lobbyists
of the Village in order to detect,dete�, prevent and eradkate fraud,rriismanagement, misconduct and
abuses.
16
PUBLIC RECORDS. in accordance with Sec. 219.0701, Florida Statutes,
CO�ITRACTOR must keep and maintain tnis F,greement and any other
records associated there�vith znd that are associat2d ���itn the
per�ormance of the �vork described in tfie Proposal or Bid. Upon request
from th2 Village's custodian of public r�cords, COf�1TP.ACTOP, must
provide the Village �vith copies of requested records, or allow such
records io be inspected or copied, �vithin a reasonable time in
accordance with access and cost requirements of Chapter 119, Fforido
Statutes. A CONTRACTOR �vho fails to provide ihe public records to the
Village, or fails to mal<e them available for inspectian or copying, within a
reasonable time may be subject to attorney's fees and costs pursuant to
Se��. 119.0701, Florida Stotutes, and other penalties under Sec. 119.10,
Florido Stcttutes. Further, CONTRACTOR shall ensure that any exempt or
confidential records associated with this Agreement or associated �vith
the performance of the .vork described in the Proposal or Bid are not
disclosed except as authorized by law for the duration of the Agreement
term, and following completion of the Agrezment if the CONTRACTOR
does not transfer the records to the Village. Finally, upon completion of
the Agreement, CONTRACiOR shall transfer, at no cost to the Village, all
public records in possession of the CONTi2ACTOR, or keep and maintain
public records required by the Village. If the CO�ITRACTOR transfers all
public records to the Village upon completion of the Agreement, the
CONTRACTOR shall destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure requirements.
If the CONTRACTOR keeps and maintains public records upon completion
of �he Agreemeni, the CONTRACTOR shall meet al! applicable
requiremPnts for retaining public records. Records that are stored
electronically must be provided to the VILLAGE, upon request from the
Village's custodian of public records, in a format that is compatible �vith
the Village's information technolo�y systems.
It= CON7'RA��"OR H�S QUE�TiOi�S REGARD1tVc� THE
APP�ICATlOfV �F CHAPi"ER ?19, FLORlDA S�A�'UTES, TO
CO�ITRA�fOt�.'S DU�' �'4 PR��JIDE PU�LIC RECORDS
RELATING TO THIS AGREEMENT, Pi.EASE C�NTACT TH�
VILLAGE CLERK, RECORDS CUSTODIAN FOR 1'HE ViLlAGE, AT
(561� 768-0685, O�i AT I����.�ritli�s��.�s��:_.tu�-�a.��, OR AT 345
TEQUESTA DRIVE,TEQUESTA, FLORtDA 33469.
i�
ATTE3T: VlLLA(3E OF TEQUESTA
DiAi'E: OAl'E:
Lod�,A�AC il�Cot�o
1NI�e Clerk V�e I�b�ger
nnw�oE sEa.� A�to�o ns�o FORM A�ro�c�
SUFFlCIENCY
�ATE:
K�h Davi0.�1-
��Y
tVAlll�OF COMP�INIY�d� ��V�t,� ��
�,� �'t�'l�' ��Cl��-a �'ilSTRC.tCl'�CtK�
(PRO�ECI.I�} g�r�Q�c�C�L 1C 1�' E.
0�►TE: ��l�U.t�. �l� 2Ul'l
11�
���
ior sigr�,T� �12nc� G �0 SSG
. . ti'n(�►1 Q'(��'� ��E����
- � _
t8
• . C6en�:1139973 RD'11
ACOR� CERTIFICATE OF LIABILITY IfVSURANCE °"'�`�"�'
9�1�1'1017
THIS CERliFICATE IS tS8tlED A$A AIIATfER OF pIFORMATION ONLY AND COMFERS NO RIdHi81lPON THE�i�ICA7E FtOLD9t.Ti�R
C9:TIRCATE DOES NOT AFHRM/►TIVEI.Y OR NEGJI7NELV AMQID.E7CIE1�[D OR ALTER THE CONERAGE AFFORDEO BY THE POUdE8
B�OW.THIS CERTIRCATE OF kISURANCE DOES NOT CAI�ISiRIJTE A COMRACT 9EiVYEEN TF�ISSItMG 1�8�AIl17iOR�D
R�NTATNE OR PRODUCER,AND THE CBtTIFICATE HOLDER.
1lAPORTANT:Mtlm�s hotder�an ADDfil01�1A1.INSIlRED,tl�e Polky�hsl must be ando�d.H SUBR08r4TtON IS WAIVED,aubJs�t to
tlro fenm and c�s ot the�.�N po�les naY�equhe an eRdae�ment A avtement on this eatlfkaLs does not conter�s�o U�e
�a hotder in Qw of weh�s�.
� Ksn�Sdtnd�
t1.S1 Insuranve Servk�s,LLC 581�693�0504 855�4Z0�862
500 Cohimbia Dri�re�8�e 102 . ksm�.sdan�si.e�m
West Palm Beach,FL 33409�718 ��� ��
581�i-0S00 n�euneen: Ins�tranoe Con�pa 10180
�� nreu�s:Au�o Owners h�su�aruoe Canpsny 18998
R 8 D PaWng,LLC �c:Federal b�urance Compary �1
1116 N LaltesWe Orive
Lake Wo�th�Fl. 33460 �o:
o�eua�E:
F:
COVERAGES CERTIFICATE NI� REV�ION I�IIBEf�
7NB IS TO�Y 7FIAT iHE POL�tE3 OF 1�13URANCE LJSiED B9AMV NAVE BF9i ISSI�TO Tt�lNSIiRED NAAIED A90ME FOR 7HE POUCY PE�D
umx�►�. no�vm�r�wo�wr �e�rr.�e �oo�nmoH oF rwr c:orrrRncr oR o�►�ooawarr wm+ r�cr ro unuc�+�+�s
CptiiFlCA?E IiNY 8E 133U�CR MAY PERTAIN, THE p�4URAMCE A�D BY THE POLIGES�HQt@N S�7'TO ALL THE TgtMS,
DCI�IS AMD OONDITIONS OF SUCH POUqES. LIMI7S SHOWN YAY FIAVE BffN�l�BY Pl4m ClAW3.
�� 7�PE OF uYURANCE POUCY Iuo�ER �s
A CN�dILL OB191AL L111BIt/rY X X �� Qf�fZQ'�s��Q'� f11G10CCIJRIIENCE f�� OQ�
CLAIUS�NADE a OCCUR :
1�DE1Q+ an i�0
P6190w1L8AW01iUR1l S�
GWLAGGt�i11?ELIY(TAPPLtESPER 09�t1lLAt�Ot1EQAlE t
p�y a� �� PFbDl�T8-0011MOPAG�s f
OIHEIt
_
8 ���� 4930�65100 Q/2312016 10�in01 1 C00 0�
��� BOodYpWR1f(Pr�non) S
�� �� B004Yn�uiptt�rsode�eq S
l0RE0 AUi�05 X pU�� �Y� :
i
B �� X OCCIJR �O�rJ�M Y�I��G �OI�I�O'I ElIClIOOWRRB/CE i OOOO�O
t70CE�f I.IAB p�yygy�pg Af�1E t3�0 �
� t
rM�R9 OO�BRA7td1 PBt OTFi�
ANp�PLO�lS'Llq&LJIr
� � N I A EL EAGH ACqDB�i t
�b� ELOIBEASE-EA i
It Ca�o�Mmder
ppq� E.LOIBEA9E•POLIGYUMR f
C 6tland� 45487355 Q11312016 101231201 5�.��
���
�a��as are�►noMs noca�rveac�(aflo�m�N.aamua,tl�.�r�s ea�.em.�msree.woew e�e.woe d�
The Osneraf Liab�t�►Polt�Y indudaa an au�omatic A�lnsured eedor�M Hret�Additbnal
b�stmed sfatus to ttro Ce�tlflca�e Holder.only when U�elr Is a v�en corMract fhat roquhes such status,
and onty with regand 10 wotic pe�onned on behalf of tlre n�d lnsured.
CEkTIFICATE FWLDF.R
vNlaye ot Tiques� ����oa�iHeaeoF, eio�ce �t eE��w
345 Taquesta Drive acrooRo� � �e Poucr w�s.
duPibsr.FL 33469
aumon�e�arne
�/+�! �
m 1�8 2014 ACOf�t�A7WN.Ap�Iglqs�erved.
�11521�1�8�01�0� Tla ACORD nanre and bgo ae rogiste�ed merb of� ACSZP
• � R&DPA 1 OP ID:Ai1H
'`����� CERTIFICATE OF LIABILITY INSURANCE �"��
,on�rm,s
rus c�n�►te �s iss�as A ew►rr�oF wFormu►noN oN�Y nNo coN�s�o r�+rs u�TME�ca�Hot.o�.n�s
CERi1FtCATE DOES NOT AFFIRNATNELY OR NEGATRIELY /WEND. EXT@ID OR ALTER THE COVERAOE AFfORDED BY 7f[E POLN�ES
•-eELGW. SHIS CERT�ATE OF INSURANCE OOES NOT COMSTITUTE A CONiRACT BE�IIYEEN THE ISSUWG lNSURER(S� AUTFiORQ�
PRESHiTATfVE OR PRODUC�AND 7HE t�RTIFICATE HOLD@i.
mAPORTANT: H tl�e�e t�older fs an ADDITIONAL INSUREO�the Po�cyl�s)must be andor�ed. H SUBROGATION IS WAIVED.subj�t to
the banns and eondWons oi the policy.certab�p�ma!►wq�ire an eedasement. A stataneM oa tids eardfleabe does not wnter ri�hls to the
�IlOidsr in Ifeu of Sl�h ertdol8e
�
113t�2 Pro�s�pe��M�j►� � gpp,�g.pqg� �ro 561-626-3153
pdm geach!�,FL 39410
Pau1 Regan Finley ���� �ux o
a�e�e,,:Granite Sfa�e InsuraRee Co �
� R 8 D Paving�LLC �s•
1116 N LakesMe Dr �e:
L.ake Wo�FL 33�60
OIBIpIGR D:
�E•
qlBll�l F-
cov�s cean�►�Nuaes�: �N�:
TH18 IS TO(�RTIFY TW1T THE POLIqES OF Il�RIUiCE L15TED BEIAW HAVE BEEN ISSIJED TO T'FIE WSURED N11MED ABONE FOR THE POUC1f PERIOD
UiDICATEO. NO7VYITHSTANDING/WY REQUIR�11�1T.TERM OR CQNDITION OF ANY COI�iTRACT OR OTNER DOCLpYlE/fT WRF1 RESPECT TO WFIICH TFpS
CERTIFICATE M11Y BE tSSUED OR WY PERTMN�TNE WSURIU�ECE AFFORDED BY THE POLIC�ES DESCRIBED H92EIN IS SUBJEGT TO ALL THE TER�IS.
D(CLUSIONS A!D GONOIiIONS OF SUCFI PO�S.LtAiQTS SNOYYl1 MAY W4VE BEEN REDUC.ED BY PAiD CIAWIS.
� M4Op p�N68 POUCif� �
O�AL�ALLI�JfY FACF�OCGI�� 5
� ❑� f
1�p� w i
PER60N11L a AW 0lJURY S
GNI.A�'.A7EpU�M1iAPPLJE8PEih (�IHtA1.A�A7E i
�Y❑JECf ��� PROONCTS-COAAPIOP AGC t
i
pyf0YpB0.g tl�O�Jry • de 3
BOD0.Y ff1�NRY(�p�) S
MIY�IJTO
�p�y�p- � e00LLYDWAt1�1Pa�aod� :
iWll-0YNIED =
HIRED MlfOS AlR�6
i
Iq1�HLJJ1 L,NB p� El�l!OCCURf�NCE s
E16C�L LIA9 p,p�.yppE �A7� s
i
IIOItl�YO�AiIOM X X
�e�'� V!N 1�n 10/29720'l6 10f281201T El E�CN q�rf t 1,000
Nra 1,Gpp�
� �M E7�
ELOIBFJIBE-FJ1BiW S
R G�obs�mder ELDISEASE-P01lCYll1�T i �s��.
Odor
�Pf1011 OP OPEAA1101181 LOCM10118lY�IpCLEB{ACORD 1M.Addplond R�nmlis 9eMdub.ae�r b�aqwAsd M ewlo opxe b ee9o4ai1
Hp� C TWN
�cu�
sHou�.�rw,r o�,��o��s eE caHcx�o e�
� o�warou o�a� �. �calscE Mm.� se � e�
— Vitlsge of Tequeam aoca�nNCE wrni t�Pcf�cv v�oNs.
�9��
3�S Taquqta D�hne nunsoa�o�n►rve
Teqteeet�FL 33469
O 1�08,ZM4 AiCORD CORPORATION. Ap elgMs reseived.
ACORD ZB(i014/01) The ACORD name aad logo aro�egislet�ed malcs ot ACORD
. ,:i`::SC�1,,:ii(:il.�:I11C 1,0i13ii:iCl!Oii ttiQU�ii}'I.IC���ift�, Eiuf:ii's QSC_:f��`ic!'c;'.l71C�Ci0f
ot Paim Beach Ceun;:
� • - � ,.,�.a. �;=r:�
i. � � � �� ��h��
G2
ii-Z I796 IP:'1 s�IiVG � `�,''��' �
� -
�,aTT:�2�� �i:�OP: (i � CCC!Ifl�il �0:!iC2Ctnr �i n,li�lit�il 1C t1'.0 Siu7?d3r�S IO �_?'tOITit llf1dC- itl., }^TJ�I�!4f7S Ci `;0.^.t�'`
5(':.CI::1��Cl C�7�i'.i..:�%-�ci70,t.2:�'S Os`1=�O:I•��.'...�il:)iit!:�i 2i1��9 ii11i1�cC�i.�:`�ci2:c'.5i�?il?;;.
i::"�' '
��.
: .:i'.d�3. ii-:i'�C':��.'i'i�I.-`--,�OS�..
f.
i!. . . :__ !�_..'.'I.;i: i,_.�.
!)��:_ .
��� �.:�:t..�l�!�:'C C�!';�t;F? f�`=;.
�JiT��i!.� • -- -
-.':'_:S?i rti.i,! I;�_::'-.i.:=, :-.�3�SUC
ijSl.C(i . Qo/�Ju/?G1! ,;�}?3':e;OP. (32?i@: �%�/3���i�
;-�:�"��N�, .=�1 Pi N L• 1�. .�..�^:i�i;J O i•i p,p,Bcx 3353,':'1�si?aim ee�ch,rL 3.9d02-33�3 "LOCATED tai"
G"' 1_ COtISifTUTIONAL TAS COLL'cCTOa ��^:�ti••pbctax r.�n T�I:(561)3�5-22ca �QO EXECU'I IVE CENTER DR
�.; �,r i�{�P..rcr fi:�:r.:r ibcn:rr
S2►'ving t/olt. 4�1cST PALhA BEACH, FL 33�01
7Y?E OF OUSItdESS pL'.T:cr� CERTIFlCATiQtI.+ n=G`ciPi A,DATE PAip n!.Tf PAiD OILI�
23-6J32 CVi PAVING CO�i RA;,`70R � F:OSSO D;AHC'i G UN79u Ut?.632761-C�"77117 S185.E5 I EL:0757?:3
Tnis dccurn,r.t is valic or,i�v,t�an receiFted bv t�.=Ta:Gclie:'�=s C��-e 51 ATE OF FLORiDA
PALPA BEACH COUNTY
20 ii(2018 LOCAL BUSlPVESS TAX FiECEIPT
R�D PAViNG LLr 'B 1 F� 11lliTlf�BY: 2a1358�14�'f
R 2:D PF,VItJG LLG �}C�'1R�S: SEPTEMBER 30, 2d�$
"00 N EXECUTIVE CENTER DR S i E 2 t�
N1EST PALMt BEACH,FL 334'01 i his raceiat g2nts the privitege oi erga�ing in or
„��i��(���������>>�:r��� man2ging any business profession or occupation
�r:lh;n its jurisdiction and NSUST b=_censpicuousty
displ�yed 2?tha c�ace of tusin2ss and in such z
n�rn2r 2,to t�a CC�n'o tne vi�vr of th=ou�ii�.
�+>" 1=i i`i�t E !�i. �:F.i I i i G i`� - __..�_�.,''`�_ a ' °•�"p_���3 'LOCH i ED A'F•,
• � -O."'�-^=�� ..._.i �lm Beac�:.��3., '
Y ;_�'� CO!25TISU710[tkL T!1:C4LLECTO^ �+���'�•DGCt2::.C�:1 Te!:(561)35�-?20-1 �
�� - Sen,ir:g Palm Scaclt Cm,:�:':: 4�00 E�.ECU i IVt CENTt� DR Si2
2?O
5z�"»b���=• V+/ES i PALM BEACH, FL 33401
Tf?c OF BUs'It�SS � G1'ii:�R ��37lFiCnT1'Jtl a qECEf�4�4ATE P:.1� A}.iT'P.L6 £ILL d I
� 23�Ct'35 P'V1NG CAP7T}iACTOn ' F�SSO P1AFtClG U2777� U17.6127Gt.08l071i7 52750 8�Ot5G035
i his dc�um.nt is vztid or.ly��:nen rVicei�ad oy iha Ta:Cc'12cto�s orr.c:. S i A►E OF FLORIDA
PALM BEACH COUN�Y
2Q17/20i3 LOCAL BUSlNESS TAX RECEIP i
R&D PAVI(HG LLC �3i"R iVumber: 20`12568$0
R&D PAVfNG LLC �XPIRES: SEPTEMBER 30, 20��
400 N IXECUTIVE CEN i ER DR STc 210
WEST PALM BEACH, FL 33441 i nis receipt grants the privlAge of engaging in or
:,I I:�:11„1>>111>>>>>,1 i managing�:y b:�siness pratession or accupation
�rithin its jurisdiction and h1UST be conspicuausiy
displayed at the�1ace o£business and in such a
manner as to be op=n;o the vie•:1 of th=_public.
P�lrn �each C�un�jr
C,ffice of �ma1� Business A�s�si�anc�
Certifies That
R � D P'avin�d LLC
VENDOR # VCOOU0142762
is a Snrrr[UWo�r:cr►r Busi�iess Enterprise a+prescribed Gy Section 2-80.21—2-t30.35 of�tlre 1''�rloaz �e�rclr
County Code for• a tJiree yerrr period frvna Apri110, 2I1I b tn Apri!9, 2019
The following Services and/or Products �re covered under this certification:
Main�cnance and Repair, Pardcing �,ot �nd A91ey
Maintenance and I2epair, Sidewalk and l�riveway {Including Rernov�l)
Pavi�g/Rcsurfacing, Allcy anci Pa�•D�ing �,o�:
Stripin� �treets, Parking F�cil�ties, Lane I)ivisions, �tc. (�'airnt)
Paltn 13c.+clt Countv Board ntCotmtv C�mmissioners
l�liiry Lou Ucrg�r, R4uyur
I�Isel 12. Viilecite.Vice�itryor
Paulettc Durdic{;
���L`� Shcllcy Vanti
,� � r �'� � �. Stcvcn L.Abrtuns
� � l�� y `� Mclissa R1c Kinlay
� � /��/ f"j�r r "'+ � PriscillaA.'I'nylor
:U���'�: �� �"�''�!:_._" a. s ►�C
.. �— � � •
Allen Gray, Manager�f' ' co�nty Administrutor
�ebruary 25, 201b �. Verdcnit�C.Bukcr
�xpR�9