Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agreement_General_6/11/2020_Johnson- Davis Inc
DocuSign Envelope ID:53465832-47AE-4F8F-ABDO-476C71DFA24B VILLAGE OF TEQUESTA AGREEMENT FOR UTILITY REPAIR SERVICES THIS AGREEMENT FOR UTILITY REPAIR SERVICES is entered into and �� avlD q effective this --- day of ) , by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive,Tequesta,Florida 33469- 0273, organized and existing in accordance with the laws of the State of Florida, hereinafter the "Village"; and JOHNSON-DAVIS, INC., a Florida corporation, with offices located at 604 Hillbrath Drive, Lantana, Florida 33462, 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 both Parties,hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide repair services for the Village's water and wastewater utilities infrastructure. The Parties agree to enter into this Agreement and piggyback for water and wastewater repair services at the unit prices described in the "2019 Pipeline Continuing Construction Contract" awarded by Palm Beach County through Project No. WUD 19-040. Said contract, including its terms, conditions, specifications, and attached addendum, are hereby fully incorporated into this Agreement and attached hereto as Exhibit"A". Authorization to piggyback on the contract and amendments is hereby fully incorporated into this Agreement and attached hereto as Exhibit"B". 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices provided in the"Schedule of Bid Prices"within Exhibit"A".The Parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts or quantities than estimated in the"2019 Pipeline Continuing Construction Contract," as referenced by the bid estimate in Exhibit"A". 3. TERM; TERMINATION; NOTICE: Pursuant to Exhibit "A" the original contract term will expire by December 12, 2022, thirty-six (36) months from its date of execution. The Contractor may terminate this Agreement upon sixty(60)days' prior written notice to the Village. Page 1 of 6 DocuSign Envelope ID:53465832-47AE-4F8F-ABDO-476C71DFA24B The Village may terminate this Agreement for cause upon 5 business days'prior written notice to the Contractor.The Village may terminate this Agreement for convenience upon 10 business days' prior written notice to the Contractor.Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta Johnson-Davis,Inc. 345 Tequesta Drive 604 Hillbrath Drive Tequesta,FL 33469 Lantana, FL 33462 Attn: Matthew Hammond Attn: Scott J. Johnson Utilities Director President 4. INSURANCE: The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as are specified in Exhibit"A"and shall name the Village as an"additional insured"on the liability portion of the insurance policy. 5. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold harmless 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 error,omission,negligent act,conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28,Florida Statutes. 6. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133, Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof, the Contractor certifies that it,its affiliates,suppliers,subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six(3 6)months immediately preceding the date hereof. This notice is required by Section 287.133(3)(x),Florida Statutes. 7. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agree that this Agreement is not a contract for employment and that no relationship of employee— employer or principal—agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. Page 2 of 6 DocuSign Envelope ID:53465832-47AE-4F8F-ABDO-476C71DFA24B 8. 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 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 exercise 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 lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste,mismanagement,misconduct, and abuses. 9. SCRUTINIZED COMPANIES: For Contracts under$1M,the Contractor certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes,or if Contractor is engaged in a boycott of Israel.For Contracts over$1 M,the Contractor certifies that it is not on the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or the Scrutinized Companies that Boycott Israel List created pursuant to Section 215.4725, Florida Statutes, The Contractor further certifies that it is not engaged in a boycott of Israel, and that it does not have business operations in Cuba or Syria, as similarly provided in Section 287.135, Florida Statutes. The Village may terminate this Agreement at the Village's option if the Contractor is found to have submitted a false certification as provided under Section 287.135(5), Florida Statutes or if the Contractor has been placed on one of the aforementioned lists created pursuant to Section 215.4725, Florida Statutes. Additionally, the Village may terminate this Agreement at the Village's option if the Contractor is engaged in a boycott of Israel or has been engaged in business operations in Cuba or Syria, as defined in Section 287.135,Florida Statutes. 10. CONFLICTS OF INTEREST: The Contractor represents that it has no interest and shall acquire no interest which conflict in any manner with[enter description goods/services provided], as provided for in Chapter 112,Part III,Florida Statutes.The Contractor further represents that no person having any interest shall be employed for said performance.The Contractor shall promptly Page 3 of 6 DocuSign Envelope ID:53465832-47AE-4F8F-ABDO-476C71DFA248 notify the Village in writing by certified mail of all potential conflicts of interest for any prospective business association, interest or other circumstance which may influence or appear to influence the Contractor's judgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association,interest or circumstance,the nature of work that Contractor may undertake and request and opinion of the Village as to whether-the association, interest or circumstance would in the opinion of the Village, constitute a conflict of interest if entered into by the Contractor. The Village shall notify the Contractor-of its opinion by certified mail within thirty(30)days of receipt of notification by the Contractor. If, in the opinion of the Village, the prospective business association, interest or circumstance would not constitute a conflict of interest by the Contractor, the Village shall so state in the notification and the Contractor shall, at its option, enter into said association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the Village by the Contractor under the terms of this Agreement. 11. ATTORNEY'S FEES: In the event a dispute arises concerning this Agreement, the prevailing party shall be awarded attorney's fees,including fees on appeal. 12. FORCE MAJEURE: The Contractor shall not be considered in default by reason of any failure in performance under this Agreement if such failure arises out of causes reasonably beyond the control of the Contractor or its subcontractors and without their fault or negligence. Such causes include, but are not limited to: acts of God; acts of war; natural or public health emergencies; labor disputes; freight embargoes; and abnormally severe and unusual weather conditions. 13. CHOICE OF LAW; VENUE: This Agreement shall be governed and construed in accordance with the laws of the State of Florida,and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. 14. AMENDMENTS AND ASSIGNMENTS: This Agreement,all Exhibits attached hereto,and required insurance certificates constitute the entire Agreement between both Parties; no modifications shall be made to this Agreement unless in writing, agreed to by both Parties, and attached hereto as an addendum to this Agreement.The Contractor shall not transfer or assign the provision of services called for in this Agreement without prior written consent of the Village. 15.PUBLIC RECORDS: In accordance with Section 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and Page 4 of 6 DocuSign Envelope ID:53465832-47AE-4F8F-ABDO-476C71DFA24B 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, the 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 Section 119.0701, Florida Statutes, and other penalties under Section 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the provision of services contemplated herein 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, the Contractor shall transfer, at no cost to the Village, all public records in possession of the Contractor,or keep and maintain public records required by the Village. If 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 beeps 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 roust 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 THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT Immilliamsntecluesta.orgy, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 16.READINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. Page 5 of 6 DocuSign Envelope ID:5346583247AE4F8F-ABDO476C71DFA24B 17. SEVERABILITY:The invalidity or unenforceability of any provision of this Agreement shall not affect the validity or enforceability or any other provision of this Agreement and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision is not contained herein. 18. WAIVER: No waiver by the Village of any provision of this Agreement shall be deemed to be a waiver of any other provisions hereof or of any subsequent breach by the Contractor of the same, or any other provision or the enforcement hereof. The Village's consent to or approval of any act requiring the Village's consent or approval of any act by the Contractor shall not be deemed to render unnecessary the obtaining of the Village's consent to or approval of any subsequent consent or approval of,whether or not similar to the act so consented or approved. 19. ENTIRE AGREEMENT: This six (6) page Agreement constitutes the entire agreement between the parties; no modification shall be made to this Agreement unless such modification is in writing, agreed to by both parties and attached hereto as an addendum to this Agreement. I N W I T N E S S W H E RE O F, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: JOHNSON-DAVIS, INC. DocuSigned by: Ci2udcr{ � ►o-�lu- n.C..,� 40512A8640EC4B6... CttLc—= BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA CONFIDENTIAL RR2020� O � 0 O � � � PBC WL1D DOCUMENT NOT FOR PUBLIC DISCLOSURE In Accordance with: EEB 1 1 220 FS Chapter 281.301 FS Chapter 119.071 (3)(b) FS Chapter 153 2019 Pipeline Continuing Construction Contract Project No. WUD 19-040 CONFORMED DOCUMENT CONTRACT DOCUMENTS BIDDING REQUIREMENTS, CONTRACT FORMS, CONDITIONS OF THE CONTRACT, AND TECHNICAL SPECIFICATIONS Palm Beach County Water Utilities Department 8100 Forest Hill Boulevard West Palm Beach, FL 33413 FAX: (561)493-6113 E-Mail Address: hmelendez@pbcwater.com Bids will be received at the office of the Palm Beach County Water Utilities Department, Administration Building, located at 8100 Forest Hill Boulevard, West Palm Beach, Florida 33413 at the time and on the date specified in the Advertisement for Bids. ADDENDUM NO. 1 PALM BEACH COUNTY WATER UTILITIES DEPARTMENT 2019 Pipeline Continuing Construction Contract PROJECT No. WUD 19-040 TO ALL BIDDERS AND OTHERS CONCERNED: Contractors submitting proposals for the above referenced project shall take note of the clarification to the Contract and Specifications that shall become a part of the contract documents. BID DOCUMENTS (Due May 23, 2019) by 2:00 pm Note: Bidder must acknowledge Receipt of Addendum on Bid Form - Page 3 of the Contract Documents. Dated this 16th day of May 2019 Palm Beach County Water Utilities Department Henry Melendez, P.E. A KN WLEDGE RECEIPT OF ADDENDUM NO. 1 (PAGE 1- PAGE 3) BY O — EMAIL to hmelendez@pbcwater.com IMMEDIATELY. Title �.��'�✓-�o�/ � l��J"�(7� /ars=sem pZ.��„�,1-i'�.i7 ompany Bid Documents will be received by the Board of County Commissioners, Palm Beach County, Florida until 2:00 P.M. on Thursday, May 23, 2019 at 8100 Forest Hill Blvd, West Palm Beach, FL 33413 Administration Building. Bidders are reminded to acknowledge Addendum No. 1 on Bid Form-3 1 A. BIDDERS QUESTIONS AND ANSWERS: Q1 — Please clarify the following bid items and quantities on the above Instructions to Bidders (ITB); 232 Canal Bank Grade and Place Rip-Rap Revetment — EA 40; Al — This bid item will be based on the actual quantity furnished and installed. See Section 01 29 00 — Measurement and Payment, Item 66; Canal Bank Grade and Place Rip-Rap Revetment (Bid Item 232) Q2 — 237-240 (Similar Items with different Units) EA and LS. This is not consistent. A2 — Line items 236 and 237 will be revised from "LS" to "Each'. Q3 — The county set a minimum 20 % certified County S/M/WBE and we must submit a waiver 7 days before bid opening. Most prices arrives the day or the bid and/or a couple of days that they are due. Can we just document a good faith effort and submit with the bid. A3 — A wavier must be submitted and approved by Office of Equal Business Opportunity (OEBO) in accordance with the OEBO ordinance and County PPM CW-0-043. Contractors with specific questions regarding the minimum 20% certified County S/M/WBE requirement for this contract should contact OEBO at 561-616-6840 for additional information. Q4 — This is an annual contract without a set contract amount, do you still need a bid bond? Most annual contract ford not required bid bond but a payment/performance (p/p) bond for each work order above 250,000. A4 — A Bid Bond will be required. Please refer to Instruction to Bidders Section 5.0 (Bidding Procedures) for additional information. Q5 — 3 The bid documents specified a public construction bond of 100 % 14 days after notification from the county. Does that mean that you will need one for the full contract or only for work orders above 100k/250K? A5 — No, the contractor, at time of execution of the contract, shall provide a copy of the Surety Company bonding capacity equal or greater to the Contract price. A Public Construction Bond shall be provided for each individual Work Authorization issued. Q6 — 4 You don't have a line item for above mentioned performance/payment bond, is the intent of the county that we add the p/p bond cost to each line item? A6 — See Section 01 29 00 — Measurement and Payment item 70.a; Mobilization /Demobilization (Item 242 and 243) regarding performance bonds. Q7 — 5 In documents provided during the pre-bid meeting. It says "A Bid Bond, in the form of Money Order or Certified Cashier's Check in the amount of 5 % of the base bid must be submitted with the bids. The bidder must utilize the Bid Bond form". Does that mean that the county only is accepting Money Order or Cashier's Check. A7 — The County accepts Money Order, Certified Check or Cashier Checks. Refer to Instruction to Bidders Section 5.2 for additional information. Q8 — On Bid Form 2, 1.2. It says that a bid security for not less than 5% must be included but does not specify a bid bond. Bid form 14 and 15 is just a form but the rest of the document only indicate Money Order and/or Cashier's Check. The documents are not clear on what do you need in the form of a bid bond. A8 — Section 1.2 of the Bid Form is in reference to the Bid Bond. Refer to Section 5.2 of Instruction to Bidders for additional information regarding Bid Bond. A. CONTRACT DOCUMENTS: 1. Table of Contents: Add Supplemental General Conditions Section to Table of Contents Front End Documents: 2. Bid Form; Page 13; Bid Item No. 236 and 237: Revised text of"LS" to "Each" on Bid Form. 3. Supplemental General Conditions Insert Supplemental General Conditions pages 1 and 2 following General Conditions Section. Technical Specifications: 3. Section 01 57 00 —Temporary Controls Add "J" Subsection text "TEMPORARY WATER" under 1.2 PERFORMANCE REQUIREMENT Section of Temporary Controls. 3 BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA 2019 Pipeline Continuing Construction Contract Project No. Wud 19-040 TABLE OF CONTENTS Description Page No. Advertisement for Bids 1 - 2 Invitation to Bid 1 -2 Instruction to Bidders 1 - 23 Bid Form 1 - 6 Attachment No. 1 - Bid Bond 7 - 8 Attachment No. 2 - OEBO Schedule 1 - List of Proposed Contractor/Consultant and Subcontractor/Subconsultant Participation and OEBO Schedule 2—Letter of Intent 9- 11 Attachment No. 3 & 3a - Certification of Business Location 12 - 13 Attachment No. 4 - List of Subcontractors 14 Attachment No. 5 - Trench Safety 15 Contract 1 - 2 Public Construction Band 1 - 3 Form of Guarantee 1 Only General Conditions 1 -55 Supplemental General Conditions (Addendum No.1) 1 —2 Security, Background Checks, and Confidentiality 1 -9 Appendix A Work Authorization A-1/A-16 SUPPLEMENT TO WORK AUTHORIZATION A-17/A29 Notice to Proceed A-30 Periodical Estimate for Partial Payment A-31/A-34 OEBO Schedule 3— Subcontractor Activity Form A-35 OEBO Schedule 3(A) — Professional Services Activity Form A36 OEBO Schedule 4— Subcontractor/Subconsultant Payment Certification Form A-37 Instructions on Completing SBE-M-WBE Schedules 1-4 A-38/A39 Warranty of Title and Release A-40/A-41 Consent of Surety A-42 Request for Adjustment of Retainage A-43 Work Supplement A-44/A45 Charge Authorization A-46 Certificate of Substantial Completion A-47/A-48 Contractor's Certification of Final Completion A-49 Statement of Unresolved Claims A-50 Consent of Surety for Final Payment A-51 Final Warranty of Title A-52A-53 Work Directive A - 54 Appendix B Post Bid Information B-1/13-5 PROJECT NO.:WUD 19-040 TABLE OF CONTENTS •1 Rev 4-18-19 ADVERTISEMENT FOR BID Project Name: 2019 Pipeline Continuing Construction Contract Project Number: WUD 19-040 Sealed Bids containing all the required Bid Documents will be received by the Board of County Commissioners,Palm Beach County, Florida, until 2:00 PM on May 23, 2019, at the Palm Beach County Water Utilities Department, Administration Building (1 st Floor Reception Desk) located at 8100 Forest Hill Boulevard,West Palm Beach, Florida.The Bid Documents received by this time will be opened the same day, May 23, 2019, in accordance with the Invitation to Bid and Instructions to Bidders, at or after 2:00 PM in the Administration Building, Conference Room (Room 158). The bids will be for furnishing ail materials, labor, supervision, equipment, supplies, fees, expertise, and services necessary for the installation of raw water mains, potable water mains, fire hydrants, water services lines, wastewater force mains, reclaimed water mains and all associated appurtenances. All conditions and requirements for bid submission, consideration, and award are contained in the Bid Documents. The Bid Documents will be available to download free of charge beginning April 23, 2019. Please visit Palm Beach County's Vendor Self Service page to access the Bid Documents: https://Pbcvssp.co.palm-beach.fl.us/webapp/vssp/Altse[fService. If you have not registered with Palm Beach County's Vendor Self-Service, please register and select the appropriate commodity code(s). This will allow the County to notify you of upcoming solicitations. in addition, there may be certain documents necessary for submittal of a bid which are exempt from public disclosure. Bidders shall download and submit a Plan Holder Registration form (Bid Document attachment)to access these exempt documents. Registered Plan Holders will automatically receive notification of addenda and project updates. The Bid Documents also may be obtained from Palm Beach County Water Utilities Department, 8100 Forest Hill Boulevard, West Palm Beach, FL 33413. A non-refundable service charge of$100.00 per set of Bid Documents is required. Checks are to be made payable to"Palm Beach County Water Utilities Department." Partial sets will not be available. Bidders requiring Bid Documents mailed must provide an express mail account number to the PBCWUD Engineering Division. The bill will be charged to the recipient's account. Bid Documents may also be examined at the following plan houses: ConstructConnect(800) 364-2059 Dodge Data &Analytics, LLC (800) 393-6343 Construction Journal, Stuart (800) 785-5165 When Bid Documents are obtained through a plan house, Bidders must notify the Palm Beach County Water Utilities Department's Project Manager via e-mail in order to be registered to receive project addendums and communications. Questions may be addressed in writing to Henry Melendez, P.E. at hmelendezu@pbcwater.com or Palm Beach County Water Utilities Department, 8100 Forest Hill Blvd.,West Palm Beach, FL 33413. Pursuant to the Palm Beach County Code Section 2-80.20 —2-80.40, the Equal Business Opportunity (EBO) Ordinance, the County will provide contracting and subcontracting opportunities for S/M/WBEs. The following Affirmative Procurement Initiatives (APIs) apply to this project: The SBE subcontracting goal for this project is a mandatory minimum of 20%participation. PROJECT NO:wUD 19-040 ADVERTISEMENT FOR BID-1 Rev 3-27-19 When a mandatory SBE or M/WBE goal applies to this solicitation, then any bid that fails to comply with the required goal shall be deemed non-responsive after the period allowed for waiver requests has lapsed. if a bidder is unable to comply with a required goal, such bidder shall submit a request for a waiver or partial waiver at least 7 days prior to the bid due date. If a bidder requests a waiver from a goal from the Office of EBO at least 7 days prior to the bid due date, then the bid due date will be extended pending the outcome of a waiver request. Additionally, if the waiver is granted the solicitation will be amended accordingly and the due date extended again. Finable pdfs of all EBO forms can be found on the OEBO website at http//discover pbcpov org/oebofPageslCompliance-Programs.aspx. Also, see the EBO Ordinance and Countywide PPM CW-0-043 for further information on the County's EBO Program. At the time of bid submission each bidder, and all identified subcontractors, must possess all professional licenses or certifications required by the State of Florida and/or Palm Beach County, as applicable, for the purpose of performing the specified work. Bid proposals must be submitted on the forms provided by Palm Beach County and accompanied by a bid bond security in favor of Palm Beach County in the amount of not less than five percent(5%) of the bid price. A public construction bond (100°/x) will be required of the successful bidder within fourteen calendar days of notification from County. Bidders are invited to attend a non-mandatory pre-bid conference to be held on May 8, 2019 at 10:00 AM at the address listed below. A non-mandatory site visit will be scheduled at the conclusion of this conference. Attendance at this pre-bid conference is recommended and encouraged. Palm Beach County Water Utilities Administration Building 8100 Forest Hill Blvd., Room 158 West Palm Beach, FL 33413 In accordance with F.S. 287.133(2)(a), persons and affiliates who have been placed on the convicted vendor list may not submit bids, contract with, or perform work (as a contractor, supplier, subcontractor or consultant)with any public entity(i.e. Palm Beach County) in excess of Ten Thousand dollars(or such other amount as may be hereafter established by the Florida Division of Purchasing in accordance with F.S. 287.017)for a period of 36 months from the date of being placed on the convicted vendor list. The Board of County Commissioners reserves the right to waive any bid irregularities, informalities, or technical deficiencies and to reject any and all bids. This Notice given this_day of 20_ PALM BEACH COUNTY WATER UTILITIES DEPARTMENT. BY: Deputy Director, Palm Beach County Water Utilities Dept. PRINTED NAME: Hassan Hadiimiry, P.E. ATTEST: SHARON R. BOCK BOARD OF COUNTY COMMISSIONERS CLERK AND COMPTROLLER PALM BEACH COUNTY, FLORIDA BY: MACK BERNARD, MAYOR PUBLISH: Palm Beach Post April 21, 2019 END OF SECTION PROJECT NO:WUD 19-040 ADVERTISEMENT FOR BID-2 Rev 3-27-19 INVITATION TO BID Project Name: 2019 Pipeline Continuing Construction Contract Project Number: WUD 19-040 Sealed Bids containing all the required Bid Documents will be received by the Board of County Commissioners, Palm Beach County, Florida, until 2:00 PM on May 23,2019, at the Palm Beach County Water Utilities Department, Administration Building (1 st Floor Reception Desk) located at 8100 Forest Hill Boulevard, West Palm Beach, Florida_The Bid Documents received by this time will be opened the same day, May 23, 2019, in accordance with the Invitation to Bid and Instructions to Bidders, at or after 2:00 PM in the Administration Building, Conference Room (Room 158). The bids will be for furnishing all materials, labor, supervision, equipment, supplies, fees, expertise, and services necessary for the installation of raw water mains, potable water mains,fire hydrants, water services lines,wastewater force mains, reclaimed water mains and all associated appurtenances. All conditions and requirements for bid submission, consideration, and award are contained in the Bid Documents. The Bid Documents will be available to download free of charge beginning April 23, 2019. Please visit Palm Beach County's Vendor Self Service page to access the Bid Documents: haps://Pbcvssp.co.palm-beach.fl.us/webapp/vssp/AltSelfService. If you have not registered with Palm Beach County's Vendor Self-Service, please register and select the appropriate commodity code(s). This will allow the County to notify you of upcoming solicitations. In addition,there may be certain documents necessary for submittal of a bid which are exempt from public disclosure. Bidders shall download and submit a Plan Holder Registration form (Bid Document attachment) to access these exempt documents. Registered Plan Holders will automatically receive notification of addenda and project updates. The Bid Documents also may be obtained from Palm Beach County Water Utilities Department, 8100 Forest Hill Blvd., West Palm Beach, FL 33413 (hmelendez@pbcwater.com). A non-refundable service charge of$100.00 per set of Bid Documents is required. Checks are to be made payable to"Palm Beach County Water Utilities Department." Partial sets will not be available_ Bidders requiring Bid Documents mailed must provide an express mail account number to the PBCWUD Engineering Division. The bill will be charged to the recipient's account. Bid Documents may also be examined at the following plan houses: ConstructConnect(800) 364-2059 Dodge Data &Analytics, LLC (800) 393-6343 Construction Journal, Stuart(800) 785-5165 When Bid Documents are obtained through a pian house, Bidders must notify the Palm Beach County Water Utilities Department's Project Manager via e-mail in order to be registered to receive project addendums and communications. Pursuant to the Palm Beach County Code Section 2-80.20 —2-80.40, the Equal Business Opportunity (EBO) Ordinance, the County will provide contracting and subcontracting opportunities for SJM/WBEs. The following Affirmative Procurement Initiatives (APIs) apply to this project: The SBE subcontracting goal for this project is a mandatory minimum of 20%participation. PROJECT No:WUD 19-040 INVITATION TO BID-1 Rev 4-18-19 1 When a mandatory SBE or MIWBE goal applies to this solicitation, then any bid that fails to comply with the required goal shall be deemed non-responsive after the period allowed for waiver requests has lapsed. If a bidder is unable to comply with a required goal, such bidder shall submit a request for a waiver or partial waiver at least 7 days prior to the bid due date. If a bidderrequests a waiver from a goal from the Office of EBO at least 7 days prior to the bid due date, then the bid due date will be extended pending the outcome of a waiver request. Additionally, if the waiver is granted the solicitation will be amended accordingly and the due date extended again. Fillable pdfs of all EBO forms can be found on the OEBO website at http://discover.pbcaov.orptoebolPagesICompliance-Pro( rams.aspx. Also, see the EBO Ordinance and Countywide PPM CW-0-043 for further information on the County's EBO Program_ At the time of bid submission each bidder, and all identified subcontractors, must be properly certified and licensed in the State of Florida and/or Palm Beach County, as applicable, for the purpose of performing the specified work. Bid proposals must be submitted on the forms provided by Palm Beach County and accompanied by a i bid bond security in the form of a certified check, cashier's Check, money order or a bid bond in favor of Palm Beach County in the amount of not less than five percent(5%)of the bid price.A public construction bond (100%)will be required of the successful bidder within 14 calendar days of notification from County. All bid documents must be submitted in sealed envelopes as described in the INSTRUCTIONS TO BIDDERS. Bidders are invited to attend a non-mandatory pre-bid conference to be held on May 8, 2019, at 10:00 AM, at the address listed below. A site visit will be scheduled at the conclusion of this conference. Attendance at this pre-bid conference is recommended and encouraged. Palm Beach County Water Utilities Administration Building 8100 Forest Hill Blvd., Room 158 West Palm Beach, FL 33413 In accordance with F.S. 287.133 (2) (a), persons and affiliates who have been placed on the convicted vendor list may not submit bids, contract with, or perform work (as a contractor, supplier, subcontractor or consultant)with any public entity(i.e. Palm Beach County) in excess of Ten Thousand dollars(or such other amount as may be hereafter established by the Florida Division of Purchasing in accordance with F.S. 287.017) for a period of 36 months from the date of being placed on the convicted vendor list. The Board of County Commissioners reserves the right to waive any bid irregularities, informalities, or technical deficiencies and to reject any and all bids. END OF SECTION PROJECT NO:WUD 19-040 INVITATION TO BID-2 Rev 4-18-19 PALM BEACH COUNTY INSTRUCTIONS TO BIDDERS Project No.: WUD 19-040 SECTION DESCRIPTIONS 1. DEFINITIONS 2. LICENSES, BUSINESS TAX RECEIPTS, POLICY REGARDING SUBCONTRACTORS 3. BIDDER'S REPRESENTATIONS 4. BIDDING DOCUMENTS 5. BIDDING PROCEDURE 5.3 EQUAL BUSINESS OPPORTUNITY PROGRAM 6. CONSIDERATION OF BIDS AND AWARD OF CONTRACT 7. TIME 8. VOLUNTARY PARTNERING 9. PUBLIC BID DISCLOSURE COMPLIANCE 10. CONSTRUCTION INCENTIVE PROGRAM 11. LIQUIDATED DAMAGES 12. LOBBYIST REGISTRATION ORDINANCE - CONE OF SILENCE 13. LIVING WAGE ORDINANCE 14. CRIMINAL HISTORY RECORDS CHECK ORDINANCE 15. DEPARTMENT SPECIFIC INSTRUCTIONS 16. PALM BEACH COUNTY OFFICE OF THE INSPECTOR GENERAL 17. NOTIFICATIONS PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-1 Rev 4-18-19 1.0 Definitions 1.1 Addenda are written or graphic instruments issued by the County via the Department prior to the submission of bids which modify or interpret the bidding documents by additions, deletions, clarifications, or corrections or other type of modifications. Addenda will become part of the Contract Documents when the Contract is executed. Bidders, upon receiving addenda, shall insert same into the Bidding documents and are required to acknowledge receipt of all addenda on the Bid Form. 1.2 A Bid Alternate Item is an amount stated in the Bid to be added to or deducted from the amount of the Base Bid if the corresponding change in the work, as described in the Bidding Documents, is accepted by the County. 1.3 The Base Bid is the sum stated in the Bid for which the Bidder offers to perform the work described in the Bidding Documents as the base,to which work may be added or from which work may I be deducted for sums stated in Alternate Bid Items. 1.4 A Bid is a complete and properly signed offer to do the work or designated portion thereof, for , the sums stipulated therein, submitted in accordance with the Bidding Documents. When combined I with the completed, signed, sealed Attachments and required information, also referred to as Sealed Bid. I 1.5 Bid Schedule—The Bidder's cost proposal for Work items. 1.6 The term Bidder means one who submits a Bid directly to the County, as distinguished from a sub-bidder who submits a bid to a Bidder. 1.7 Bid Documents or Bidding Documents include the Invitation to Bid, Instructions to Bidders, the Bid Form and Attachments, Bid Bond and Forms, the Contract conditions (General, Supplemental, and Special, if included), technical specifications, drawings, exhibits thereto and any Addenda issued prior to the date designated for receipt of bids. 1.8 The Contract Documents for bidding and execution of the awarded Work consist of the following: 1. Bidding Requirements- Invitation to Bid, Instructions to Bidders, Bid Form and Attachments, and Bid Bond 2. Contract Forms-Contract, Public Construction Bond, and Form of Guarantee 3. Contract Conditions-General Conditions, Supplemental Conditions, and Special Conditions, if included. 4. Appendices I 5. Technical Specifications 6. Addenda I 7. Drawings/Plans I 8. Permits PROJECT NO:wUD 49-040 INSTRUCTIONS TO BIDDERS-2 Rev 4-18-19 9. Sealed Bid 10. Amendment(s), Work Supplement(s), Work Directive(s) 11. Required Contractor Submittals related to the Work 1.9 The term Contractor shall mean the person or entity who is the successful bidder and who executes a contract with Palm Beach County and who is identified in the Contract and is referred to throughout the Contract Documents. Contractor may mean the Contractor or his authorized representative, as the contract context requires. 1.10 The term County or Owner shall mean the Board of County Commissioners of Palm Beach County, Florida. 1.11 The term Day or Days shall mean a calendar day or calendar days. A calendar day begins at 12:00:00 midnight and ends 24 hours later at 11:59:59 p.m. 1.12 The term Department shall mean the Palm Beach County Water Utilities Department, 8100 Forest Hill Boulevard, West Palm Beach, FL 33413, Telephone No. (561)493-6000. 1.13 Front-end Loading—This occurs when a Bidder submits a relatively high price on items which are normally completed, or substantially completed, in the early phases of the Work. 1.14 Invitation for Bid(IFB)—A competitive bid process advertised by the County requesting sealed Bids from bidders for a project with detailed specifications. A formal Bid opening is scheduled. 1.15 Local Preference- In accordance with the Palm Beach County Local Preference Ordinance, as amended, preference shall be given to: (1) those bidders having a permanent place of business in Palm Beach County ("County"); and, (2)those bidders having a permanent place of business in the Glades providing goods or services to be utilized in the Glades. To receive a local preference, bidders must have a permanent place of business in the County or in the Glades, as applicable, prior to the County's issuance of any solicitation. 1.16 A Lump Sum and Unit Price Bid is the sum stated in the Bid for which the Bidder offers to perform the work described in the Bidding Documents containing lump sum and unit price work items. For the purpose of determining the Base Bid amount on a Lump Sum and Unit Price Bid, the unit price costs multiplied by the estimated quantities contained in the Bidding Documents and the lump sum shall be added together. 1.17 Palm Beach County is a political subdivision of the State of Florida, as represented by its Board of County Commissioners (hereinafter called "County"). Where the word "approval" is mentioned, "approval"shall mean action by the Board of County Commissioners, or designated representative. 1.18 S/MIWBE -- Small, Minority and Women Owned businesses are defined consistent with the requirements of the County's Equal Business Opportunity Ordinance Section 2-80.20-Section 2-80.40 Palm Beach County Code. 1.19 Unbalanced Bid Item—Bid items in which the lump sum or unit prices are not in line with industry standards or averages for the items. For a Bid to be balanced, each item must carry its proportionate share of direct cost, overhead and profit. PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-3 Rev 4-18-19 1.20 The term Work as used herein refers to the construction and services required by the Contract Documents and include all labor, materials, equipment, and services provided by the Contractor to fulfill the Contractor's obligations. 1.21 Work Authorization is a document which, when executed by the County and Contractor, becomes a part of the Contract Documents and specifies the scope of work,duration,total price, liquidated damages, and schedule for a specific project to be constructed by Contractor in accordance with the terms of the contract document. 2.0 Licenses Business Tax Receipts, Policy Regarding Subcontractors 2.1 Bidders and their proposed subcontractors of any tier regulated by the Florida Construction Industry Licensing Board or the Construction Industry Licensing Board of Palm Beach County shall be properly qualified and licensed/certified by the appropriate Board or Boards as required by Florida Statute Chapter 489, or Special Act, Laws of Florida Chapter 67-1876 prior to the time of submission of ' the bid. State of Florida Contractor's Registration/License or numbers or Palm Beach County Certificate Numbers must be listed at the applicable places on the Bid Form. Any bid, which is submitted by a contractor who fails to comply with this section at the time the bid is submitted, or which lists a subcontractor who is not in compliance with this section at the time the bid is submitted, shall be rejected as non-responsive. 2.2 The Contractor, subcontractors of any tier, and specialty contractors must have a valid Palm Beach County business tax receipt at the time of bid submission, except where provisions of F.S. 205.065 apply. 2.3 It is Palm Beach County's policy to discourage contractors from seeking new subcontractor or supplier pricing after the opening of bids of a County contract, which practice is sometimes known as bid or subcontractor shopping. In order to facilitate this policy, Bidders are required to identify, in the Bid Documents,the major subcontractors which Bidder, as the contractor, intends to use to perform the contract. 1 1 2.3.1 No Contractor, having been awarded any contract based upon the Contractor's response to an invitation to bid, request for proposal, request for qualifications, or other solicitation for competitive selection wherein the Contractor listed the subcontractors which the Contractor intended to use in performing such contract, shall replace any subcontractor listed in the Contractor's response to such request without having first demonstrated good cause, acceptable to the County in its sole discretion. The replacement of any S/MNVBE subcontractor shall also conform to the requirements of the County's EBO Ordinance and paragraph 5.3.10 of these instructions to Bidders." 2.3.2 No Contractor, having been awarded any contract based upon the Contractor's response to an invitation to bid, request for proposal, request for qualifications, or other solicitation for competitive selection wherein the Contractor listed the elements of work which the Contractor intended to perform with its own forces,shall perform such work with a subcontractor without having first demonstrated good cause, acceptable to the County in its sole discretion, for utilizing such subcontractor. 2.3.3 Contractor agrees that neither the County's acceptance nor rejection of the Contractor's request to replace or add any subcontractor shall give rise to any liability of any kind on the part of the County. 2.3.4 No bidder, including subcontractors, will be considered responsible if it had recently failed to satisfactorily carry out any previous contract with Palm Beach County. Contractor shall not i employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom County or Engineer may have reasonable objection. PROJECT NO:wUD 19-040 INSTRUCTIONS TO BIDDERS-4 Rev 4-18-19 3.0 Bidder's Representations 3.1 Each Bidder by making its Bid represents that: 3.1-1 Bidder has satisfied itself, by personal examination of the location of the proposed Work and by thorough examination of the Bid Documents, that Bidder understands all requirements of the Work_ In addition, Bidder has,to the extent Bidder determined to be necessary, satisfied itself regarding the accuracy of the estimate of the quantities of the Work to be done; and shall not at any time after the submission of a Bid dispute or complain of such estimate nor the nature or amount of Work to be performed. Bidder is familiar with, and certifies that all work shall comply with all Federal, State and Local laws, ordinances, rules and regulations that in any way affect the cost, progress or performance of the Work. Failure of a Bidder to be familiar with applicable laws, ordinances, rules and regulations will in no way relieve Bidder from the responsibility of complying with the applicable laws, ordinances, rules and regulations. 3.1.2 The County will make copies of such reports and drawings that are referenced in the Bid Documents available to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the Bidder is entitled to review the technical data contained therein for general information purposes only. County does not represent that the conditions reflected in such reports and drawings are the conditions which contractor will experience, but are based on best information available to the County. 3.1.3 Bidder assumes responsibility for having determined to its satisfaction, prior to the submission of its Bid, the conformation of the ground, the character and quality of the substrata, the types and quantity of materials to be encountered, the nature of the groundwater conditions, the character of equipment and facilities needed preliminary to and during the execution of the Work, the general and local conditions and all other matters which can in any way affect the Work of this Project. The prices established for the Work to be done will reflect all costs pertaining to the Work. 3.1.4 By submission of its Bid, each Bidder affirms that it has, at its own expense, performed any additional examinations, investigations, explorations, tests, or studies and obtained any additional information and data which pertain to the physical conditions (surface, subsurface and underground utilities) at or contiguous to the Site or otherwise, prior to Bidding which may affect the cost, progress or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Bid Documents and/or it has satisfied itself with respect to such conditions and it shall make no claims against the County or the Engineer if on carrying out the Work it finds that the actual conditions do not conform to those indicated. 3.1.5 On request, the County will provide each Bidder access to the Site to conduct such investigations and tests, as each Bidder deems necessary for submission of its Bid_ Bidder shall schedule such access in advance with the County by contacting the Department. Upon completion of such additional field investigations and tests, each Bidder shall completely restore disturbed areas to a condition equal to or better than the conditions which existed prior to performance of the additional field investigations and tests. 3.1.6 The lands upon which the Work is to be performed, rights-of-way, and easements for access thereto and other lands designated for use by the Contractor in performing the Work are identified in the Bid Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials, equipment and supplies are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing structures are to be obtained and paid for by the County, unless otherwise provided in the Contract Documents. PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-5 Rev 4-18-19 3.1.7 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of these Instructions to Bidders, that, without exception, the Bid is premised upon performing the Work required by the Bid Documents and that such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Bid Documents are sufficient in scope and detail to indicate and convey an understanding of all terms and conditions for performance of the Work. 3.1.8 The Bidder shall not be entitled to any additional compensation or time extensions based upon alleged differing conditions that in the opinion of the Engineer and/or the County should have been reasonably anticipated by the Bidder_ 3.1.9 The Bidder understands and agrees that the quantities of work or material stated in unit price items are supplied only to give an indication of the general scope of the Work and the County does not expressly or by implication agree that the actual quantity of the Work or material will correspond therewith. The County reserves the right after award to increase or decrease the quantity of any unit price item of the bid quantity, without a change in the unit price, and reserves the right to delete any bid item, in its entirety, or to add additional bid items up to and including an aggregate total amount not to exceed fifteen percent(15%) of the contract price. 3.1.10 Scrutinized Companies As provided in F.S.287.135, by entering into this Contract or performing any work in furtherance hereof, the CONTRACTOR certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies that boycott Israel List, or is engaged in a boycott of Israel, pursuant to F.S. 215.4725. When contract value is greater than $1 million: As provided in F.S. 287.135, by entering into this Contract or performing any work in furtherance hereof, the CONTRACTOR certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies With Activities in Sudan List or Scrutinized Companies With Activities in The Iran Petroleum Energy Sector List created pursuant to F.S. 215.473 or is engaged in business operations in Cuba or Syria. If the County determines, using credible information available to the public,that a false certification has been submitted by CONTRACTOR, this Contract may be terminated and a civil penalty equal to the greater of$2 million or twice the amount of this Contract shall be imposed, pursuant to F.S. 287.135. Said certification must also be submitted at the time of Contract renewal, if applicable. 3.2 As provided in Florida Statute 287.133(2)(a) a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in FF.S_287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By entering into this contract or performing any work in furtherance hereof, the contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within the 36 months immediately preceding the date hereof. This notice is required by F.S. 287.133 (3) (a). PROJECT NO:wUD 19-444 INSTRUCTIONS TO BIDDERS-6 Rev 4-18-19 3.3 The undersigned does hereby declare that it is the only person or persons interested in said Bid; . that it is a genuine Bid not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; that it is made without any connection with any person submitting another Bid for the same Contract; that this Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; that the Bid is in all respects fair and without collusion, fraud, or mental reservations; that no official of the County or any person in the employ of the County is directly or indirectly interested in said Bid or in the supplies of Work to which it relates, or in any portion of the profits thereof; and that Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the County. 3.4 Local Preference 3.4.1. In accordance with the Palm Beach County Local Preference Ordinance(Sec. 2-80.44), a preference will be given to Bidders having a permanent place of business in Palm Beach County. Local preference means that if the lowest responsive, responsible Bidder is a regional or non-local business, then all bids received from responsive, responsible local Bidders are decreased by 5%, to a maximum of $100,000 difference. The original bid amount is not changed; the 5% decrease is calculated only for the purposes of determining local preference. 3.4.1.1 Glades Local Preference (Sec. 2-80.44.1): in addition, if the project is located in the Glades area as defined in the Ordinance, a preference will be given to Bidders having a permanent place of business in the Glades area or to a local bidder who utilizes a Glades subcontractors) by a minimum of 15% of the total bid price. This preference takes precedence over the preference in Paragraph 3.4.1. If the lowest responsive, responsible Bidder is a non-Glades business, then all bids received from responsive, responsible Glades Bidders are decreased by 5%,to a maximum of$100,000 difference. If the lowest responsive, responsible Bidder is a non-Glades business, then all bids received from responsive, responsible non-Glades, local Bidders that utilize Glades subcontractors for a minimum of 15%are decreased by 3%, and for a minimum of 30%are decreased by 4%,to a maximum of$100,000 difference.The original bid amount is not changed;the decrease is calculated only for the purposes of determining the Glades local preference. 3.4.2. To receive a local preference, a business must have a permanent place of business in existence prior to the County's issuance of this Invitation for Bid.A permanent place of business means that the business' headquarters is located in Palm Beach County or for the Glades preference in the Glades area; or, the business has a permanent office or other site in Palm Beach County or Glades area where the business will produce a substantial portion of the goods or services to be purchased. 3.4.3 A valid business tax receipt issued by the Palm Beach County Tax Collector will be used to verify that the business had a permanent place of business prior to the issuance of this Invitation for Bid. The name and address on the business tax receipt must be the same name and address that is included in the bid submitted to Palm Beach County. A Palm Beach County business tax receipt is required unless specifically exempted by law. In lieu of a Palm Beach County business tax receipt,the business' current business tax receipt issued to the business should be included in the response. 3.4.4 The Bidder must submit the attached Certification of Business Location and/or "Certification of Business Location — Glades Subcontractor" as applicable along with a copy of the Bidder's/subcontractor's business tax receipt at the time of bid submission. Failure to submit the certification shall cause the Bidder to not receive a local or Glades local preference. Palm Beach County may require a Bidder to provide additional information for clarification purposes at any time prior to the award of the contract. PROJECT NO:WUD 19-,040 INSTRUCTIONS TO BIDDERS-7 Rev 4-18-19 3.5 A local business or a Glades business or a local business utilizing Glades Contractors receiving a preference under the Palm Beach County Equal Business Opportunity Ordinance and the Equal Business Opportunity Program Policies and Procedures("EBO Program and EBO PPM")for a particular purchase shall not be eligible to receive a local preference as established under this Local Preference j Code for that same purchase. In case of any inconsistency between the provisions Of the Local Preference Code and Chapter 2, Article III, Division 2, Part C of this Code and EBO PPM, Chapter 2, Article III, Division 2, Part C of this Code and EBO PPM shall take precedence 3.6 Commercial Non-Discrimination.The Bidder represents and warrants that itwill comply with the County's Commercial Nondiscrimination Policy as described in Resolution 2017-1770 as amended. As part of such compliance, the Bidder shall not discriminate on the basis of race, color, national origin, religion, ancestry, sex, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information in the solicitation,selection, hiring or commercial treatment of subcontractors, vendors, suppliers, or commercial customers, nor shall the Bidder retaliate against any person for reporting instances of such discrimination. The Bidder shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its public sector and private sector subcontracting and supply opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that have occurred or are occurring in the County's relevant marketplace in Palm Beach County. The Bidder understands and agrees that a material violation of this clause shall be considered a material breach of any resulting contract and may result in termination of the contract, disqualification or debarment of the Bidder from participating in County contracts, Or other sanctions_This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party. All subcontractor agreements shall include a commercial non-discrimination clause. 3.7 VSS Registration Required. A Bidder must register in the County's Vendor Self Service("VSS") at https:llpbcvssp.co.paim-beach.f.us/webapp/vssp/AltSelfService in order to bid on County contracts. If Bidder intends to use subcontractors, Bidder must also ensure that all subcontractors are registered as vendors in VSS.All subcontractor agreements must include a contractual provision requiring that the subcontractor register in VSS. County will not finalize a contract award until a contractor has certified that the contractor and all of its subcontractors are registered in VSS. 4.0 Bidding Documents 4.1 Copies 4.1.1 Bidders may obtain complete sets of the Bidding Documents by methods as indicated in the Invitation to Bid. 4.1.2 Bidders shall use complete sets of Bidding Documents in preparing Bids; the County assumes no responsibility for errors or misinterpretations resulting from the use of incomplete or illegible sets of Bidding Documents. 4.1.3 The County, by making copies of the Bidding Documents available on the above terms, does so only for the purpose of obtaining Bids on the work and does not confer a license or grant for any other use. All information contained in the Bidding Documents is the sole property of the County and any unauthorized use is prohibited by law. 4.2 Interpretation or Correction of Bidding Documents PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-8 Rev 4-18-19 4.2.1 Bidders shall promptly notify the County in writing of any ambiguity, inconsistency or error, which is discoverable upon examination of the Bidding Documents or of the site and local conditions. 4.2.2 Bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the Department at the name and address listed in the Invitation to Bid at least ten calendar days prior to the date for receipt of Bids_ Bidders requesting clarification or interpretation of the Bidding Documents shall supply the Department with all information requested by the Department which the Department requires to issue a clarification or interpretation. A bidder finding discrepancies, errors, and/or omissions or having doubt as to the intent of the technical portions of the Bid Documents, or having questions relative to bidding requirements, bidder qualifications and contract award shall at once notify the Department. The Department, in its sole discretion, shall determine if a clarification or interpretation of the Bidding Documents is required. 4.2.3 Any interpretation, clarification, correction, or change of the Bidding Documents will be made only by Addendum. Written instructions regarding discrepancies, omissions or unclear,intents shall be sent to all Bidders who have received bid documents from Palm Beach County. Interpretations, corrections or changes to the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon such interpretations, corrections and changes. 4.2.4 Governing Order of Contract Documents - The Contract Documents include various divisions, sections and conditions which are essential parts for the work to be provided by the successful Bidder. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. in case of discrepancy, the following precedence will govern the interpretation of the Contract Documents prior to award of the contract. 1. Contract 2. Addenda 3. Instructions to Bidders 4. Special Conditions 5. Supplemental General Conditions 6. General Conditions 7. Technical Specifications/Drawings/Plans 8. Bid Documents After award,Work Authorizations, Work Supplements, supplemental agreements, and revisions to plans and specifications will take precedence over any of the above. In case of discrepancy among technical specifications, drawings, and plans, the most restrictive requirements shall govern. Detailed pians shall have precedence over general plans. In the event that any conflicts cannot be resolved by reference to this Governing Order of Contract Documents provision, then County shall resolve the conflict in any manner which is acceptable to County and which comports with the overall intent of the Contract Documents. 4.2.5 Whenever reference is made to actions being performed with respect to dates and times set forth in the Invitation to Bid, such reference shall always be interpreted as including, by inference, ,.or as may be modified by pre-bid addenda". 4.3 Addenda 4.3.1 Addenda will be mailed, delivered, e-mailed, or faxed to all who are known by the Department to have received a complete set of Bidding Documents. PROJECT NO:wUD 19-040 INSTRUCTIONS TO BIDDERS-9 Rev 4-18-19 4.3.2 Copies of Addenda will be made available for inspection at the Department where Bidding Documents are on file for that purpose. 4.3.3 No Addenda will be issued later than five work days prior to the date for receipt of Bids except an Addendum withdrawing the request for Bids, one which includes postponement of the date for receipt of Bids, one whose content is Limited to the listing of additional approved manufacturers and substitutions, or one which contains minor clarifications or changes. 4.3.4 Prior to submission of its Bid,each Bidder shall ascertain that it has received all Addenda issued.The Bidder shall acknowledge receipt of all addenda by completing the acknowledgment space provided on the Bid Form. 5.0 Bidding Procedure 5.1 Form and Style of Bids 5.1.1 Bids shall be submitted on forms furnished by the County. Changes or additions to the Bid, recapitulations or changes in the work bid upon, alternative proposals, or any other modifications of the Bid Form, Attachments to the Bid Form, or the Bid Documents, which are not specifically called for in the Bid Documents may result in the County's rejection of the bid as non-responsive to the Invitation to Bid. 5.1.2 All blanks on the Bid Form and enclosures to the Bid Form shall be filled in by typed text or manually printed in ink. 5.1.3 In the event there are unit price bid items provided in the Bid Form and the "amount" indicated for a unit price bid item does not equal the product of the unit price and quantity,the unit price shall govern and the amount will be corrected accordingly. In the event there is more than one bid item in the Bid Form and the total indicated therein does not agree with the sum of the prices bid for the individual items,the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly. Where so indicated by the make-up of the Bid Form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govern. 5.1.4 Any interlineation, alteration or erasure must be initialed, in ink, by the signer of the Bid Form. 5.1.5 All requested Bid Alternate Items shall be bid. If no change in the Base Bid is required, enter"No Change." a 5.1.6 The Bidder shall provide on Attachment No.4 to the Bid Form,the names and license or certificate numbers of major subcontractors who will perform that portion of work which wi I be performed by subcontractors. A major subcontractor is one that is expected to perform more than 5% of the dollar amount of the bid or as listed on Attachment No. 4 to the bid form by the Engineer. 5.1.7 Each page of the Bid Form and Attachments to the Bid Form shall include, where requested, the legal name of the Bidder. The Bid Form shall also contain a statement whether the Bidder is a sole proprietor, a partnership, a corporation, or some other legal entity, and shall be signed by the person or persons legally authorized to bind the Bidder to a contract. i 5.1.8 In the event a Bid is submitted by two or more Bidders as a joint venture, such Bid shall be submitted in strict accordance with all applicable laws of the State of Florida, State Contractor License Law, and Rules and Regulations of the State Contractor's Board. The joint venture and all legal PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-10 Rev 4-18-19 i a entities comprising the joint venture shall be jointly and severally liable and shall be required to submit and sign the Bid Form, execute the Bid Bond as listed Principals, and, if awarded the Contract, shall be required to execute the Contract(and any Work Authorizations) and Public Construction Bond as listed Principals and provide insurance evidencing the joint venture and all legal entities as the insured. 5.1.9 No person, firm or corporation shall be allowed to submit, or have an interest in, more than one Bid for the same work unless alternate bids are specifically called for. A person, firm or corporation that has submitted a subbid to a Bidder is not, however, disqualified from submitting a subbid or quoting prices to other Bidders or submitting a prime Bid. 5.1.10 The following forms, together, comprises a Bid and must be submitted at the times identified in 5.4: BID DOCUMENTS (Due May 23, 2019 by 2:00 P.M) BID FORM ATTACHMENT NO. 1 BID BOND ATTACHMENT NO. 2 OFFICE OF EQUAL BUSINESS OPPORTUNITY - SCHEDULE 1 and SCHEDULE 2 ATTACHMENT NO. 3 CERTIFICATION OF BUSINESS LOCATION ATTACHMENT NO. 4 LIST OF MAJOR SUBCONTRACTORS ATTACHMENT NO. 5 TRENCH SAFETY Omission of any of these attachments from the bid submission, or failure to properly complete any portion of the required forms, or failure to deliver the attachments at or before the times specified in paragraph 5.4 may be cause to reject the entire Bid. 5.2 Bid Security, Project Bonds, Insurance, and Indemnity 5.2.1 Each Bid shall be accompanied by a BID SECURITY (in the form of, at Bidder's option, cashier's check, certified check, money order or Bid Bond in favor of the County) in the amount of at least five percent (5%) of the bid price pledging that the Bidder will within fourteen (14) days after Notification from County, enter into a contract with the County on the terms stated in its Bid and will furnish bonds as described hereunder covering the faithful performance of the Contract and the payment of all obligations arising thereunder. Should the Bidder refuse to enter into such Contract or fail to furnish the required bonds and insurance, the amount of the bid security shall be forfeited to the County as liquidated damages, not as penalty. If a Bidder fails to execute a Contract for the project, the Bidder may be suspended or debarred from bidding on future projects for a period of two (2) years, in accordance with the Palm Beach County Purchasing Ordinance. The County may further pursue any and all remedies available against the Contractor for damages resulting from its failure to enter into a contract. 5.2.2 The bid bond shall be written on the Bid Bond form, included as part of the Bidding Documents, and the aftomey-in-fact who executes the bond on behalf of the surety must be licensed to do business in the State of Florida and shall affix to the bond a certified and current copy of his power of attorney. If a bid bond is submitted on a form other than that provided, such submission shall result in the bid being declared non-responsive. Checks and money orders shall be made payable to Palm Beach County Board of County Commissioners. 5.2.3 The County will have the right to retain the bid security of Bidders to whom an award is being, or may be, considered until either (a) the Contract has been executed and the bonds and PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-11 Rev 4-18-19 insurance have been furnished, or (b) the specified time has elapsed so that Bids may be withdrawn, or(c) all Bids have been rejected. 5.2.4 Bond Requirements The bond requirements may be waived where permissible under applicable law. 5.2.4.1 The Bidder shall furnish bonds covering the faithful performance of the Contract and the payment of all obligations arising thereunder in such form and amount as the County may prescribe. Bonds may be secured through the Bidder's usual sources provided the Surety must be authorized to do business in the State of Florida. 5.2.4.2 Prior to execution of a Contract, and not later than fourteen (14) calendar days after Notification from County, the successful Bidder shall furnish contract bonds to the Department, on i the forms provided in the bidding documents, as follows: 1. Public Construction Bond in the Amount of 100% of the Contract Price. a 2. Form of Guarantee Such Public Construction Bond shall incorporate by reference all of the terms and conditions of the Contract Documents, including but not limited to the Contractor and Surety's obligation for liquidated damages as well as Surety's acknowledgment regarding any and all provisions addressing or regarding it damages for delay", as provided for in the General Conditions. 5.2.4.3 The Surety Company, in addition to the above requirements, shall be currently listed with the United States Department of Treasury for an amount greater than the contract amount. The Contractor, at the time of his execution of the contract, shall provide, with his Contract Bonds, a copy of the Surety Company's current valid Certificate of Authority issued by the United States Department of the Treasury under SS 31, U.S.C. 9304-9308. 5.2.4.4 The bonds and guarantees shall be written on the forms included in the Contract Documents provided by the Department. 5.2.4.5 The Bidder shall require the attorney-in-fact who executes the required bonds on ` behalf of the Surety to affix thereto a certified and current copy of his Power of Attorney, reflecting his/her authority as Power of Attorney, which must be valid in the State of Florida. 5.2.4.6 As soon as possible after award of the Work Authorization, successful bidder shall deliver to County a certified copy of the recorded Public Construction Bond or, when applicable, the recorded Payment and Performance bonds. No payment will be made for work performed under any Work Authorization until a certified copy of the appropriate bond(s) has been delivered to County. 5.2.5 Insurance Requirements - Prior to execution of a Contract and not later than fourteen (14)calendar days after Notification from County,the successful Bidder shall furnish to the Department certificates of insurance evidencing the existence of current valid, and binding insurance policies for the limits and coverage in accordance with the requirements delineated in the General Conditions, where such insurance is to be provided by Contractor,or as otherwise modified within the Contract Documents, together with a declaration of deductible amounts applicable to each type of insurance provided, acceptable to County. 5.3 Equal Business Opportunity Program. PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-12 Rev 4-18-19 5.3.1 Policy it is the policy of the Board of County Commissioners of Palm Beach County, Florida, (the Board) that all segments of its business population, including, but not limited to, small, local, minority and women awned businesses, have an equitable opportunity to participate in the County's procurement process, prime contract and subcontract opportunities. To that end, the Board adopted an Equal Business Opportunity Ordinance which is codified in Sections 2-80.20 through 2- 80.30 (as may be amended) of the Palm Beach County Code, (EBO Ordinance) which sets forth the County's requirements for the EBO program, and which is incorporated into and made a part Of this solicitation. A bidder must comply with the requirements contained in this section for a bidder to be deemed responsive to the solicitation requirements. The provisions of the EBO Ordinance are applicable to this solicitation, and shall have precedence over the provisions of this solicitation in the event of a conflict. 5.3.2 Affirmative Procurement Initiatives (APIs). The APIs approved for this solicitation, including any applicable SBE or MWBE goals,are set out on the Bid Form which is incorporated herein by reference. Any bid that fails to comply with the API requirements stated in this solicitation after the period allowed for waiver requests has lapsed shall be deemed non- responsive. 5.3.3 API Waiver Requests/Good Faith Efforts. If Bidder is unable to comply with the API requirements as set forth in this solicitation, such Bidder shall submit a request for a waiver or partial waiver at least (7) days prior to the bid due date as stated in the solicitation. If a bidder requests a waiver from an APi from the Office of EBO at/east 7 days prior to the bid due date, then the bid due date will be extended pending the outcome of a waiver request. Additionally, if the waiver is granted the solicitation will be amended accordingly and the due date extended again. Such waiver request shall include specified documentation that demonstrates satisfactory Good Faith Efforts (as defined 'below) were undertaken by Bidder to comply with the requirements as described under the selected API. The Good Faith Effort waiver request shall be reviewed by the Office of EBO within seven (7) days of receipt. The bid due date will be extended during this review period. if the Office of EBO determines that adequate Good Faith Efforts have been demonstrated by the Bidder to warrant a partial or total waiver of the API,then the solicitation shall be amended accordingly to reflect the partial or total waiver,and any bids received by the County in the interim shall be returned unopened. The amended solicitation shall then be advertised to all prospective Bidders and the bid due dated extended. However, if the Office of EBO determines that the Bidder failed to submit documentation sufficient to demonstrate that Good Faith Efforts were undertaken by the Bidder to support its waiver or partial waiver request, the request for waiver or partial waiver shall be denied, and the solicitation shall remain unchanged. In the event of an adverse waiver or partial waiver request decision, the Bidder shall have the right to request reconsideration of the adverse decision by the Director of the EBO Office, and if still aggrieved, shall be subsequently entitled to the process for an appeal to a Special Master as referenced in Section 2.-8028 (b) of the EBO Ordinance. The solicitation due date shall be extended pending the EBO Director reconsideration and Special Master appeal process if requested. Good Faith Efforts means documentation of the Bidder's intent to comply with the applicable APIs, including, but not limited to,the following: (1)documentation as stated in the solicitation reflecting the Bidder's commitment to comply with SBE or MNVBE goals as established by the Office of EBO for a particular contract; or(2) documentation of efforts made toward achieving EBO program goals (e.g., solicitations of bids/proposals/qualification statements from all qualified SBE firms or MNVBE firms Listed in the Office of EBO's directory of certified SBE or MNVBE firms, correspondence from qualified SBE or MNVBE firms documenting their unavailability to perform SBE or MNVBE contracts; documentation of efforts to subdivide work into smaller quantities for subcontracting purposes to enhance opportunities for SBE or MNVBE firms; documentation of a Prime Contractor's posting of a bond covering the work of SBE or MNVBE subcontractors; documentation of efforts to assist SBE or MNVBE firms with obtaining financing, bonding or insurance required by the Bidder; and documentation of consultations with trade associations and consultants that represent the interests of SBE and/or MNVBEs in order to identify PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-13 Rev 4-18-19 qualified and available SBE or MNVBE subcontractors). Scoring of Good Faith Efforts documentation and administrative determinations regarding the adequacy of such Good Faith Efforts is the responsibility of the Office of EBO. 5.3.4 Bid Submission Documentation. S/M/WBE bidders, bidding as prime contractors, are advised that they must complete Schedule 1 listing the Work to be performed by their own workforce as well as the Work to be performed by any subcontractor, including S/M/WBE subcontractors. Failure to include this information on Schedule 1 will result in the participation by the S/MNVBE prime bidders own workforce NOT being counted towards meeting the S/MNVBE goal. This requirement applies even if the S/M/WBE contractor intends to perform 100% of the Work with their own workforce. All Bidders are required to submit with their bid the appropriate EBO schedules in order to be deemed responsive to this solicitation. EBO documentation to be submitted is as follows: 5.3.4.1 Schedule 1 - List of Proposed Contractor/Consultant and Subcontractor/Subconsultant Participation. A completed Schedule 1 shall list the names of all subcontractors, including S/M/WBE subcontractors,intended to be used in performance of the contract, if awarded. This schedule shall also be used if an S/MNVBE prime bidder is utilizing any subcontractors. 5.3.4.2 Schedule 2 - Letter of Intent. A Schedule 2 for each subcontractor, including each S/MNVBE subcontractor, listed on Schedule 1, shall be completed and executed by the proposed subcontractor. The type of Work to be performed by each subcontractor and the dollar value or percentage shall also be specified. Additional copies may be made as needed.A completed Schedule 2 is a binding agreement between the prime contractor and the subcontractor and should be treated as such. } Completed and submitted EBO forms are incorporated into and made a part of the Contract Documents. 5.3.5 S/M/WBE Certification. Only those firms certified by Palm Beach County at the time of bid opening shall be counted toward the established S/M/WBE goal. Upon receipt Of a complete application, IT TAKES UP TO NINETY(90) DAYS TO BECOME CERTIFIED AS AN S/MIWBE WITH PALM BEACH COUNTY. It is the responsibility of the bidder to confirm the certification of any proposed S/M/WBE; therefore, it is recommended that bidders visit the on-line S/M/WBE Directory at t htto•//discover r)bcgov ora/oebo/PagesNendor-Directory asr)x to verify S/MNVBE certification. 5.3.6 Counting S/M/WBE Participation. Once a firm is determined to be an eligible S/MNVBE according to the Palm Beach County certification procedures, the Prime may count toward its S/MNVBE goals only that portion of the total dollar value of a contract performed by the S/MNVBE. The Prime may count toward its S/MNVBE goal a portion of the total dollar value of a contract with a joint venture, eligible under the standards for certification, equal to the percentage of the ownership and control of the S/MNVBE partner in the joint venture. The Prime may count toward its S/MNVBE goal the entire expenditures for materials and equipment purchased by an S/MNVBE subcontractor, provided that the S/MNVBE subcontractor has the responsibility for the installation of the purchased materials and equipment. The Prime may count the entire expenditure to an S/MNVBE manufacturer (i.e., a supplier/distributor that produces goods from raw materials or substantially alters the goods before resale)_ PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-14 Rev 4-18-19 The Prime may count sixty percent (60%) of its expenditure to S/MNVBE suppliers/distributors that are not manufacturers_ The Prime may count toward its S/MNVBE goal second and third tiered S/MNVBE subcontractors, provided that the Prime submits a completed Schedule 2 form for each S/MNVBE subcontractor. The Prime may only count towards its S/MNVBE goal the goods and services in which the SBE is certified. A certified S/MNVBE Prime may count toward the established goal the goods and services in which it performs with its own work force. The Prime S/MNVBE shall submit a completed Schedule 1 and 2. 5.3.7 S/M/WBE Participation. Bidder represents and warrants that Bidder will meet the S/MNVBE participation percentages submitted in its bid with the subcontractors contained on Schedules 1 and 2 and at the dollar values specified. Bidder agrees to provide any additional information requested by the County to substantiate participation_ 5,3.8 Post Bid Waiver Request. After submission of a bid, if Bidder,through no fault of its awn, is unable to meet the S/MNVBE participation specified in its bid, then Bidder must immediately seek substitute S/MNVBEs to fulfill the requirements and obtain the approval of the EBO Director. If, after reasonable Good Faith Efforts, the Bidder is unable to find an acceptable substitute S/MNVBE, a post- bid opening waiver may be requested. The request shall document the reasons for the Bidder's inability to meet the goal requirement. In the event the Bidder is found not to have performed Good Faith Efforts in its attempt to find a suitable a substitute for the initial S/MNVBE proposed utilization, one (1) or more of the penalties and sanctions as set forth in Section 5.3.12 herein may be imposed by the EBO Office. 5.3.9 Responsibilities after Contract Award. The successful Bidder shall submit the following forms with each pay application: 5.3.9.1 Schedule 3 — S/MtWBE Activity Form. This form shall be submitted by the prime contractor with each payment application when S/MNVBE subcontractors are utilized in the performance of the contract. This form shall contain the names of all S//MNVBE subcontractors, specify the subcontracted dollar amount for each subcontractor approved change orders, revised S/MNVBE contract amount, amount drawn this period, amount drawn to date, and payments to date issued to subcontractors. This form is intended to be utilized on all non-professional services contracts. 5.3.9.2 Schedule 4—Subcontractor Payment Certification, including S/M/WBEs.A Schedule 4 for each subcontractor, including each S/MNVBE, shalt be completed and signed by each subcontractor, including each S/MNVBE, after receipt of payment from the prime. The prime shall submit this Schedule 4 with each payment application submitted to the County to document payment issued to a subcontractor in the performance of the Contract. The successful bidder shall submit an S/MNVBE Activity Form (Schedule 3) and Subcontractor Payment Certification Forms (Schedule 4) with each payment application. Failure to provide these forms may result in a delay in processing payment or disapproval of the invoice until they are submitted. The S/MNVBE Activity Form (Schedule 3) is to be filled out by the Prime Contractor and the Subcontractor Payment Certification Form (Schedule 4) is to be executed by each subcontractor to verify receipt of payment. Upon letter notification by the County that the payment tracking system is automated, the prime contractor is required to input all subcontractor payment information directly into the County's contract information system prior to submitting a payment application. PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-15 Rev 4-18-19 5.3.10 S/MMBE Substitutions after Contract Award. After contract award, the successful bidder will Only be permitted to replace a certified S/MNVBE subcontractor who is unwilling or unable to perform. Such substitution must be done with other certified S/MNVBEs in order to maintain the S/M/WBE percentages submitted with the bid. Requests for substitutions must be submitted to the Department issuing the bid and the EBO Office for approval. Any desired change in the S/MNVBE participation schedule shall be approved in advance by the Office of EBO and shall indicate the Prime Contractor's Good Faith Efforts to substitute another certified S/M/WBE Subcontractor(as appropriate) to perform the work. Any desired changes(including substitutions or termination and self-performance) must be approved in writing in advance by the Office of EBO. Upon receiving approval of substitution for the S/MNVBE subcontractor, the Prime must submit a completed and signed Schedule 2 by the proposed S/M/WBE subcontractor. Subcontractors shall specify the type of Work to be performed,the cost or percentage shall also be specified. In the event the Prime Contractor is found not to have performed Good Faith Efforts in its attempt to find a suitable a substitute for the initial S/MNVBE proposed utilization, one(1) or more of the penalties and sanctions as set forth in Section 5.3.12 herein may be imposed by the EBO Office. 5.3.11 Change Orders and Modifications. If the County's issuance of an alternate or change order on a project results in changes in the scope of Work to be performed by a S/MNVBE subcontractor listed at bid opening,the Prime must submit a modified, completed and signed Schedule 2 that specifies the revised scope of Work to be performed by the SIMNVBE, along with the price and/or percentage. 5.3.12 EBO Program Compliance, Enforcement, Penalties. Under the EBO Ordinance, the Office of EBO is required to implement and monitor S/M/WBE utilization during the term of any contract resulting from this solicitation. It is the County's policy that S/MNVBEs shall have the maximum feasible opportunity to participate in the performance of County contracts. All Bidders are required to comply with the EBO Ordinance and are expected to comply with the APIs applicable to this solicitation, as well as the S/MNVBE utilization proposed by a Bidder in its Bid, as the utilization plan and APIs are r automatically incorporated into and made a material component of any resulting Contract. All Bidders are required to comply with the EBO Ordinance and are expected to comply with the APIs applicable to this solicitation, as well as the S/MNVBE utilization proposed by a Bidder in its Bid, as the utilization plan and APIs are a material component of any resulting Contract. ? The EBO Office and the Department shall have the right to request and review Contractor's books and records to verify Contractor's compliance with the Contract, adherence to the EBO Program and its Bid. The EBO Office and the Department shall have the right to interview subcontractors and workers at the work site to determine Contract compliance. Contractor shall retain all books and records pertaining to this Contract, including, but not limited to,subcontractor payment records,for four(4)years after project completion date,or such longer time as maybe required in other provisions of this Contract, and make such records available for inspection in Palm Beach County by the EBO Office and the County at any reasonable time during the four(4)years. The Director of the Office of EBO or designee may require such reports, information, and documentation from Contractor as are reasonably necessary to determine compliance with the EBO Ordinance requirements. Contractor shall correct all noncompliance issues within 15 calendar days of a written notice of noncompliance by the contracting department or the EBO Office. If the Contractor does not resolve the non-compliance within 15 days of receipt of written notice of non-compliance,then the Director of the Office of EBO or designee may impose upon the non-complying party any or all of the following penalties: a. Suspension of contract; l b. Withholding of funds; c. Termination of contract based upon a material breach of contract pertaining to EBO Program compliance; PROJECT NO:wUD 19-040 INSTRUCTIONS TO BIDDERS-16 Rev 418-19 f } d_ Suspension or Debarment of a respondent or bidder, contractor or other business entity from eligibility for providing goods or services to the County for a period not to exceed three (3) years; and e. Liquidated damages equal to the difference in dollar value of S/M/WBE participation as committed to in the contract, and the dollar value of S/MNVBE participation as actually achieved_ 5.4 Timing of Submission of Bid Documents 5.4.1 The following Bid Documents must be submitted by the date and time specified for the submission of bids in the Invitation to Bid. Submission of these documents after the date or time specified in the Invitation for Bid will result in the documents being rejected and returned to the bidder: 1. Bid Form 2. Bid Bond-Attachment No. 1 To Bid Form 3. Office of Equal Business Opportunity—Schedulel and Schedule 2 of Attachment No. 2 To Bid Form 4. Certification of Business Location—Attachment No. 3 To Bid Form 5. List of Major Subcontractors-Attachment No. 4 To Bid Form 6. Trench Safety-Attachment No. 5 To Bid Form 5.4.2 The list of S/M/WBE subcontractors to be used on the subject contract must be included with the Bid Documents using Attachment No. 2, OEBO Schedule 1—List of Proposed ContractorfConsultant and Subcontractor/Subconsultant Participation and OEBO Schedule 2—Letter of Intent. The Bidder shall provide, on Schedule No. 1 of Attachment No. 2 to the Bid Form, the firm name of the proposed Contractor and each subcontractor listed. Receipt of this form by the County does not imply or grant approval for the use of any subcontractor. The Contractor is completely responsible for ensuring that all subcontractors performing work pursuant to this contract are licensed and otherwise qualified. To be responsive to the SBE requirements a bidder must meet the stated goal. 5.5 Submission of Bids 5.5.1 The Bid Documents (Due May 23, 2019 by 2:00 P.M.) package shall be enclosed in a sealed opaque envelope addressed as follows: Project Number: WUD 19-040 Contractor's Bid Documents for 2019 Pipeline Continuing Construction Contract Water Utilities Department Administration Building 8100 Forest Hill Boulevard West Palm Beach, Florida 33413 PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-17 Rev 4-19-19 4 No responsibility will be attached to the County for premature opening of or failure to open a bid not properly identified. If the bid is sent by mail,the sealed envelope shall be enclosed in a separate mailing with the notation "SEALED BID ENCLOSED" on the face thereof. 5.5.2 Bids, including those sent by mail, must be received and deposited at the designated location prior to the time and date for receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by Addendum. Bids received after the time and date for receipt of Bids will be returned unopened. i 5.5.3 The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. 5.5.4 Oral, telephonic, fax, e-mail, or telegraphic Bids are invalid and will not receive consideration. 5.6 Modification or Withdrawal of Bid 5.6.1 A Bid may not be modified, withdrawn, or canceled by the Bidder for the period after opening of Bids as stipulated on the Bid Form and each Bidder so agrees in submitting his Bid. 5.6.2 Prior to the time and date designated for submission of the Bid Documents, any Bid submitted.may be modified or withdrawn by notice to the party receiving Bids at the place and prior to , the time designated for submission of the Bid Documents. Such notice shall be in writing over the signature of the Bidder and received by the Department before the date and time set for submission of ' the Bid Documents; and it shall be worded so as not to reveal the amount of the original Bid_ 5.6.3 Withdrawn Bids maybe resubmitted up to the time designated for the submission of the I Bid Documents provided that the resubmitted bid is fully in conformance with these Instructions to Bidders. 5.6.4 Bid security shall be in an amount sufficient for the Bid as modified or resubmitted. 6.0 Consideration of Bids and Award of Contract i 6.1 Opening of Bids - The Bids received on time will be opened publicly and will be read aloud at the time and location specified. i 6.2 Rejection of Bids-The Board of Palm Beach County Commissioners reserves the right to reject any and all Bids, and/or to re-advertise, to waive any irregularities, informalities or technicalities therein, to negotiate Contract terms with the successful Bidder,to disregard all non-conforming, non-responsive, unbalanced or conditional Bids, or to accept any Bid which in the County's sole judgment will best serve the public interest. County reserves the right to cancel the award of any Contract at any time before the execution of said Contract by all parties without any liability against the County. In consideration of the I County's evaluation of submitted Bids, the Bidder, by submitting its Bid, expressly waives any claim to damages or legal remedy, of any kind whatsoever, in the event the County exercises its rights provided for in this subsection. 6.3 Award of Contract 6.3.1 Award will be made to the lowest, responsive, responsible Bidder. To be considered responsive, the Bid must conform in all respects to the conditions of the Invitation to Bid, to the Instructions to Bidders, Palm Beach County Code Sections 2-51 through 2-54, as amended and to i PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-18 Rev 4-18-19 Florida law.To demonstrate qualifications to perform the Work,each Bidder must be prepared to submit within two (2) days of the County's request, the. Post Bid Information identified in Appendix B to the General Conditions. Each Bidder must, upon request, provide evidence that, as of the date of execution of the contract, Bidder, and the listed subcontractors, were qualified to do business in the State of Florida and Palm Beach County. 6.3.2 Bid tabulations with recommended awardees, will be posted at the location where bids were opened, for review by interested parties, prior to award by the Board of County Commissioners, and will remain posted for a minimum period of five (5) business days. All bidders will receive a copy of the bid posting by e-mail or fax. Failure to file a protest to the Director of Purchasing during the 5- day period following initial posting shall constitute a waiver of proceedings under the referenced County ordinance. 6.3.3 The County of Palm Beach, in accordance with Title VIi of the Civil Rights Act of 1964, affirmatively ensures that in any contract entered into pursuant to the Invitation to Bid, any SBE will be afforded full opportunity to submit bids and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. 6.3.4 The dollar amount for award of this Contract shall be the Total Base Bid for the items noted on the Bid Form. Palm Beach County reserves the option to award or re-bid alternates in any sequence or at any time deemed to be in the best interest of the County. 6.3.4.1 The amounts for each bid alternate shall constitute an ongoing and open offer and the prices stated in the bid proposal shall be maintained for a minimum period of one year, or the duration of the contract whichever is shorter. if the County opts to accept an alternate within the time frame identified above but after the time at which such activity fits into the Contractor's approved schedule so as to cause a time or monetary impact, the cost of the alternate can be adjusted accordingly. However, in no instance shall the Contractor be entitled to extend home office overhead costs as a result of the County exercising this option. 6.3.5 Bids which are determined by the County to be unbalanced bids or which contain unbalanced line item pricing when compared to competitor's bids for the same item and standard industry prices, and which significantly deviate from the County's determination of acceptable line item pricing, may be rejected by the County in accordance with established County procedures.The County has a formai, written policy against front end loaded projects. A copy of this policy is available upon request. 6.4 Disqualification of Bidders - Any of the following causes is considered sufficient to disqualify a Bidder, and reject its proposal. 1. Interest by the same person in more than one bid as a bidder. 2. Collusion among or between bidders. 3. Unbalanced bids; that is bids in which the price bid is out of all proportion to the other bids received. 4. Lack of responsibility on the part of the Bidders. (For example, no bidder would be considered responsible if it had recently failed to satisfactorily carry out any previous contract with Palm Beach County). 5. Lack of experience or capital on the part of the Bidder_ Evidence of experience, ability, financial standing and machinery available may be required of any bidder. 6. Substantial evidence of bad character or dishonesty. 7. Lack of current applicable certification and/or license for the purpose of performing the specified work. 8. Any cause listed under Section 2-56 of the Palm Beach County Code as amended. PROJECT NO:wUD 19-040 INSTRUCTIONS TO BIDDERS-19 Rev 4-18-19 9. History of unsuccessful claims asserted by Bidder against public owners in the State of Florida, such as to establish a trend of improperly asserted claims. 10. An incomplete bid. 11. Using a different bid bond form or incomplete bid surety. 12. Any other cause which, as a matter of law renders the Bid non-responsive or non- responsible. 7.0 Time-Time is of the essence in all contract documents. The successful Bidder, shall enter into a Contract with the County, shall commence the work to be performed under the Contract on the date set by the County in the written notice to proceed, and shall continue the work with due diligence and shall agree to complete the entire work as specified in the Bid Form. 8.0 Voluntary Partnering-The objective of partnering is to establish a partnership charter and action plan between the County and Contractor to identify and achieve reciprocal goals. This partnership will not change the legal relationship of the parties to the Contract nor relieve either party from any of the terms of the Contract. This partnership will be bilateral in make-up and only if participation is desired by the Contractor. Any cost associated with developing this partnership must be agreed to by both parties, in writing and will be shared equally. If both the County and Contractor agree to partnering,the County's representative and the Contractor's representative will meet and plan a partnering development seminar/team building workshop. At this planning session, arrangements will be made to select a facilitator, determine workshop attendees, and develop an agenda and location. Participants shall include the Architect/Engineer and key project personnel, representatives of the subcontractors, utilities, regulatory agencies and others will be invited. Management personnel consisting of,the Director-level head of the Division or Department and a Corporate Officer or other person representing ownership of the Contractor, and of the Architect/Engineer of Record shall also participate in the partnering workshop and its implementation. Follow-up workshops may be held throughout the duration of the Contract as agreed to by the County and Contractor. 9.0 Public Bid Disclosure Compliance-All fees including, but not limited to, certificate of occupancy permit fees and inspection fees payable by the Contractor to the County by virtue of this project will be waived by the County. Permits and fees which are required by the State of Florida or any state agency or by any other governmental agency are not waived. The requirement that all contractors and subcontractors of any tier be properly licensed or certified is not waived and no fees required to be paid by any contractor or subcontractor related to licensing and certification are being waived.All contractors and subcontractors, identified in the bid documents, who work in trades required to be licensed or certified by the Palm Beach County Construction Industry Licensing Board are required to have such licenses or certificates in place at the time of bid submission. 10.0 Cost Savings Incentive_ - The Costs Savings Incentive provisions of General Condition 74 are not in effect for this Contract. 11.0 Liquidated Damages - If the Bid Form indicates that liquidated damages apply to this contract then they will be assessed at the rate(s) set forth in the Bid Form. County and Contractor agree that time is of the essence in the performance of this contract and agree that the damages which County will suffer in the event that Contractor finishes this project after the completion dates set forth in this Contract are certain but will be difficult, if not impossible,to quantify.Therefore, Contractor and County ; agree that the rate(s) set forth on the bid form are a reasonable estimate of the amount of damages which County will suffer in the event Contractor does not timely complete the Contract. Contractor and PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-20 Rev 4-18-19 County agree that these liquidated damages shall be assessed as damages, as provided in the Contract Documents, and that they are not, and shall never be considered to be, a penalty. 12.0 Lobbyist Registration Ordinance—Cone of Silence. 12.1 The Palm Beach County Lobbyist Registration Ordinance Palm Beach County Code Section 2-351, et seq, is hereinafter referred to in this Section as the Ordinance. The Ordinance includes a "Cone of Silence" provision that prohibits any communication, except written communication, regarding any Competitive Solicitation between: 1. Any Person or Person's representative seeking an award from such competitive solicitation; and 2. Any County Commissioner or Commissioner's staff, or any Employee authorized to act on behalf of the Commission to award a particular contract. 12.2 For the purposes of this Section, a Person's representative shall include but not be limited to the Person's employee, partner, officer, director, consultant, lobbyist, or any actual or potential subcontractor or consultant of the Person. 12.3 The Cone of Silence shall be in effect as of the deadline to submit the proposal, bid, or other response to a competitive solicitation. Each Request for Proposal, Request for Qualification, bid, or any other competitive solicitation shall provide notice of Cone of Silence requirements and refer to this Ordinance. 12.4 The provisions of this Ordinance shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before selection committees, contract negotiations during any public meeting, presentations made to the Board, and protest hearings. Further, the Cone of Silence shall not apply to contract negotiations between any Employee and the intended awardee, any dispute resolution process following the filing of a protest between the Person filing the protest and any Employee, or any written correspondence at any time with any Employee, County Commissioner, or Advisory Board Member or selection committee member, unless specifically prohibited by the applicable competitive solicitation process. 12.5 The Cone of Silence shall not apply to any purchases made in an amount less than the competitive bid threshold set forth in the Palm Beach County Purchasing Ordinance (Palm Beach County Code Chapter 2, Article III, Division 2, Part A, Section 2.51, et seq.). 12.6 The Cone of Silence shall terminate at the time the Board, or a County Department authorized to act on behalf of the Board, awards or approves a contract, rejects all bids or responses, or otherwise takes action which ends the solicitation process. 13.0 Living Wage Ordinance 13.1 The Palm Beach County Living Wage Ordinance (Ordinance 2003-004) went into effect for all construction contracts issued on or after October 1, 2003. The ordinance requires the County and its construction contractors and subcontractors to pay a living wage of$12.31 per hour(effective October 1, 2018 through September 30, 2019). 13.2 This ordinance shall apply to all construction contracts exceeding $100,000 in value that are not subject to the Davis-Bacon Act or any related act or amendments that require Davis-Bacon wage rates. 13.3 The ordinance shall apply to construction related services meaning any service, other than a professional service as defined by the Palm Beach County Purchasing Ordinance, consisting of work or labor performed directly upon the site of work and directly related to construction_ PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-21 Rev 4-18-19 i 13.4 Before entering into any construction contract,the General Contractor must provide a certificate to the Water Utilities Department stating that if awarded the contract, they will pay each employee no less than the living wage_ Subcontractors must provide the certificate to the General Contractor, who shall forward to the Water Utilities Department. 13.5 The contractor shall post a copy of the following statement at the work site in a prominent place where it can easily be seen by the employees: "NOTICE TO EMPLOYEES: If you are employed to provide certain services to Palm Beach County, your employer may be required by Palm Beach County law to pay you at least $12.31 per hour as of October 1, 2018. If you are not paid this hourly rate, contact your supervisor or lawyer." The preceding statement shall be printed in English, Spanish, and Creole, and shall be printed with black lettering on letter-size,white paper using Times New Roman 14- point font, Courier new 14-point font, or Arial 14-point font. Posting requirements will not be required if the employer attaches a copy of the preceding statement to the employee's first paycheck, and to subsequent paychecks at least every six (6) months thereafter_ General Contractors shall forward a ` copy of the requirements of this ordinance to any person or business submitting a bid for a subcontract. 13.6 Every six (6) months the General Contractor shall certify and file with the Water Utilities Department, certification that all employees who worked on each construction contract during the preceding six(6) month period were paid the living wage in compliance with the ordinance. The Water Utilities Department has the right to request records of living wage pay. Contractors shall maintain i records for 3 years. 14.0 Criminal History Records Check Ordinance 14.1 The CONTRACTOR, CONTRACTOR'S employees, or subcontractors of CONTRACTOR and employees of subcontractors shall comply with Palm Beach County Code, Section 2-371 - 2-377, the Palm Beach County Criminal History Records Check Ordinance ("Ordinance"), for unescorted access to Critical facilities ("Critical Facilities") or criminal justice information facilities ("CJI Facilities") are required under this contract to enter a "critical facility," as identified in Resolution R-2003-1274, as amended. The CONTRACTOR shall comply with the provisions of Chapter 2, Article IX of the Palm Beach County Code ("Criminal History Records Check" section). The CONTRACTOR acknowledges and agrees that all employees and subcontractors who are to enter a "critical facility"will be subject to a fingerprint based criminal history records check. Although COUNTY agrees to pay for all applicable FDLE/FBI fees required for criminal history record checks,the CONTRACTOR is solely responsible for the financial, schedule, and/or staffing implications associated in complying with this section of the Palm Beach County Code of this Ordinance. Further, the CONTRACTOR acknowledges that its Contract price includes any and all direct or indirect costs associated with compliance with this Ordinance: except for the applicable FDLE/FBI fees that shall be paid by the COUNTY. 14.2 This Contract may include sites and/or buildings which have been designated as either"critical facilities" or "criminal justice information facilities" pursuant to the Ordinance and Resolution 82003- 1274, as amended. COUNTY staff representing the COUNTY department will contact the CONTRACTOR(S) and provide specific instructions for meeting the requirements of this Ordinance. Individuals passing the background check will be issued a badge.The CONTRACTOR shall make every effort to collect the badges of its employees and its subcontractors' employees upon conclusion of the contract and return them to the COUNTY. If the CONTRACTOR or its subcontractor(s) terminates an employee who has been issued a badge, the CONTRACTOR must notify the COUNTY within two (2) hours. At the time of termination, the CONTRACTOR shall retrieve the badge and shall return it to the COUNTY in a timely manner. 14.3 The COUNTY reserves the right to suspend the CONTRACTOR if the CONTRACTOR 1) does not comply with the requirements of County Code Section 2-371 - 2-377, as amended; 2) does not PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-22 Rev 4-18-19 contact the COUNTY regarding a terminated CONTRACTOR employee or subcontractor employee within the stated time; or 3) fails to make a good faith effort in attempting to comply with the badge retrieval policy. 15.0 Department Specific Instructions 15.1 During the course of the Project, Contractor can expect to receive and agrees to execute, when required, certain project related documents in a form substantially similar to those attached as Appendix A to the General Conditions. 15.2 The Department may require the submission of the Post-Bid Information pursuant to section 6.3.1 of these Instructions to Bidders to be submitted in substantially the form attached as Appendix B to the General Conditions. The Department may, in its sole discretion, require more or less information than the information required by Appendix B and Contractor agrees to provide such information as Department may require. 15.3 Bidder acknowledges that Palm Beach County reserves the right to institute, by Work Supplement, a program to take advantage of the sales and use tax exemption for county furnished materials in accordance with the term and conditions of the Special Conditions to the Contract between the parties and agrees to participate in the tax savings program, at no cost to the County, if utilized by the County. 16.0 Palm Beach County Office of the Inspector General Palm Beach County has established the Office of the Inspector General, Palm Beach County Code, Section 2-421 — 2-440, as may be amended. The Inspector General's authority includes but is not limited to the power to review past, present and proposed County contracts, transactions, accounts and records, to require the production of records, and audit, investigate, monitor, and inspect the activities of the contractor, its officers, agents, employees, and lobbyists in order to ensure compliance with contract specifications and detect corruption and fraud. All contractors and parties doing business with the County and receiving County funds shall fully cooperate with the Inspector General including receiving access to records relating to Bid or any resulting contract. 17.0 Notifications All bidders are requested to submit a valid email address and fax number for the purposes of receiving notification of bid pasting and other pertinent information. The email address and fax number shall be included in the bid form. END OF SECTION PROJECT NO:WUD 19-040 INSTRUCTIONS TO BiDDERS-23 Rev 418-19 i i i l i t This page intentionally left blank i s PROJECT NO:WUD 19-040 INSTRUCTIONS TO BIDDERS-24 Rev 4-18-19 i PALM BEACH COUNTY BID FORM AND ATTACHMENTS Project No.: WUD 19-040 Project Name: 2019 Pipeline Continuing Construction Contract SECTION DESCRIPTION 1.0 BID FORM 2.0 BID BOND- Attachment No. 1 3.0 OFFICE OF EQUAL BUSINESS OPPORTUNITY- SCHEDULE 1 and SCHEDULE 2- Attachment No. 2 4.0 CERTIFICATION OF BUSINESS LOCATION —Attachment No. 3 CERTIFICATION OF BUSINESS LOCATION—Glades Subcontractor—Attachment No. 3a 5.0 LIST OF MAJOR SUBCONTRACTORS-Attachment No. 4 6.0 TRENCH SAFETY-Attachment No. 5 PROJECT NO.:WUD 19-040 BID FORM-1 Rev 4-16-19 '1 tWN Lip. Lantarts, FL 33462 BiD FORM PALM BEACH COUNTY PROJECT NO.:WUD 19-040 i DATE: a3 aQ�q To: Palm Beach County Board of County Commissioners bVeler utilities Department 8100 Forest Hill Boulevard � West Palm Beach,Florida 33413 I From(Name of Biddi FinntM Address M41 1.1 Hing carefully examined the Bid Documents and Drawings for the Project entii W 2019 PipeliaeConthtuing ConstrucSon Contract , PROJIECT NO.:WUD 19-040 as welt as the 1 Premises and conditions affecting the work,and c onfinTdng that the site was visited,asreg ubeld �r ACI►�i�y inG hQS hote>( t'he fton r eti feyl�Fv�r•-� nQ(,v th�S Jnx1 on GVC SCI rrti dal•' j (Printed Name) (Date) Cd sAcs cki CtrKffc rd �f[f d �Gepe the undersigned hereby declares that no person persons, firth or Corporation, other than the undersigned, are interested in the proposal as principals, and that this proposal is made without j collusion with any person, firm, or corporation, and we have Carefully and to our fug satisfaction examined the Bit Documents, and that we have made a full examination of the location of the proposed work and the Source of supply of materials,and we hereby agnea to furnish and pay for all materials, labor, supervision. equipment, supplies, fees, expertise, and services necessary to fully complete all work in accordance with all requirements of the Bid Documents and in accordance with all applicable codes and governing regulations within the time Amit specified in this proposal for the ) Wowing Base Bid. Prier i r N it4+ �. ,,atA&bAl t(WTMM out) t (� 1 -71:2 . i 3L. 1 which sum Is hereinafter referred to as the (n n�ert) "Base Skr. i 1 1.2 The undersigned acknowledges that it has included with its Did the required Bid Security for not less than be percent(5%)of the total amount of Its Base Bid. 1.3 The Bidder shall be bound by the terms of its Bid Proposal for a period of one hundred fifty (150)Calendar days from the date of the bid opening and may not withdraw its Bid within that time period. if the County issues a Notification from County within the above 150-day peAod, 1 then the Bidder will be bound by the Bid Proposal as submitted. if the County fails to issue a Not on from County to the successful Bidder within the above identified 150-day period, the successful bidder will not be required to honor its Bid Proposal unless otherwise agreed to by both parties.County anticipates,but does not guarantee the award of bid and written notice W proceed within ninety(90)calendar days of Notification from County,absent the filing of a f timely bid protest. 1 PROJECT NO.:WUD"440 BID FORM-2 Rev 4-19-18 t . 1 - �t��N�i�ri-I� F.vi�3, ►r��. a0�1 i'illbrath Drive Lantana, FL3Q462 i r hcne (561' 588-1 i 70 1.4 Bidder has committed to an SBE goal of 20%participation as set forth ons fj�5252 and Schedule 2 forms completed and submitted by the Bidder. Bidder shall comply with said goal, if awarded the Contract. i 9.4.1 Thts eontrad will be awarded to the lowest responsive, responsible bidder unless a ceiffied SSE's bid is within 10%of the lowest non-small business bid,in which case tete award shall be made to the certNed small business bidder submitting the lowest responsive,responsible bid at the price that it bid. 1.5 it is agreed that the undersigned has received all addenda complete as Issued by the County and that related costs are included.in the bid submitted. The undersigned acknowledges receipt of said addenda as follows: Addendum _datedd�, Addendum# dated Addendum# dated Addendum# dated 1.6 Time is of the essence. The undersigned Bidder agrees that, If awarded the Contract hereunder, it shall commence the work to be performed wider each Work Authorization on the date set by the County in its written notice to proceed, continuing the work with diligence and shall Substantially Complete all work within the time set forth in the Work Authorisation in not more than 335 calendar days. Final completion shall be within 30 days of Substantial Completion. The undersigned agrees that,if awarded the Contract, it wilt complete said separable portions of work in accordance with such data. Substantial Completion is defined in the General Conditions. 1.6.1 Should the Contractor(or in the event of a default,its Surety)fail to achieve Substantial Completion by the contractually established date for each Work Authorization,the County will suffer damages,the amount of which is difficutt if not impossible to ascertain,and the County shall be entitled to Liquidated Damages as specified for each calendar day beyond the Contractual end date, until certification of Substantial Completion and acceptance has been given by the County.The Liquidated Damages rate is$600.00 per calendar day,through the date of certification of Substantial Completion. Should the Contractor(or in the event of a default,his Surety)fall to ache Final Completion within thirty days from the date of Substantial Completion,the County will suffer damages,the amount of which is difficult if not impossible to ascertain, and the County shall be entitled to Liquidated Damages as specified for each calendar day greater than thirty beyond the date certified for Substantial Completion.The Liquidated Dammages rate is$250.00 per calendar day. Liquidated Damages die the County may be deducted from payments due the Contractor,or may be collected directly from the Contractor or his surety or sureties.The liability of the Contractor and its Surety or Sureties for delay damages shall be joint and several. These provisions for liquidated damages shall not prevent the County, in case of the Contractor's default, from terminating the right of the Contractor to proceed as provided in General Conditions. 1.7 The Costs Savings Incentive provisions of the General Conditions are not in effect for this Contract. 1.8 if the undersigned is notified of the acceptance of this bid, the Bidder agrees to execute within fourteen (14) calendar days, a Contract for the above work, complete with all required Insurance certificates and bond forms, and any resolutions or other documentation the department may reasonably require. The undersigned further agrees to furnish a sufficient and satisfactory bond on the farm herein provided, in the seam of not less than 100% of the contract price of the work as indicated by the contract prices shown herein. PROJECT No.:wUD 19-M BID FORM-3 Rev 4.113-19 i 604 Hilbath Di;v=r ? Lantana, ri. '33462 Phrne 4561' qhs ►!-!� ADDENDUM NO.1 Fax (561; 5b5--•2':_ PALM BEACH COUNTY WATER UTILITIES DEPARTMENT 2019 Pipeline Continuing Construction Contract 1 PROJECT No.WUD 19.)40 1 TO ALL BIDDERS AND OTHERS CONCERNED: 1 Contractors submitting proposals for the above referenced project shall take note of the ! clarification to the Contract and Specifications that shall become a part of the contract documents. t BID DOCUMENTS(Due May 23,2019) by 2:00 pm j Note: Bidder must acknowledge Receipt of Addendum on Bid Form - Page 3 of the Contract Documents. i Dated this 16th day of May 2019 Palm Beach County Water Utilities Department ► Henry Melendez, P.E. I t PLEASr ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 (PAGE I. PAGE 3) BY t SiGMNQ BEL9Nt--Ellaa.tarcont MWEDIATELY. - Signature ► VCO Pre5f drat - Ro uri A. ICC er Title Company Bid Documents will be received by the Board of County Commissioners, Palm Beach County, Florida until 2:00 P.M. on Thursday, May 23, 2019 at 8100 Forest i Hill Blvd,West Palm Beach, FL 33413 Administration Building. j Bidders are reminded to acknowledge Addendum No. 1 on Bid Form-3 ► 1 � i ant.� FL-K-' I_-K L ' F1�t+no {56 1' s�� 'i t i 1.9 The undersigned does_hereby declare that the Bid covers all expenses of Irtfral` to the completion of said Work and the Contract therefore, including all claims that may arise through damages or other causes whatsoever. The undersigned does hereby declare that it shall make no claim on account of any variation from any estimate in the quantities of Work to be done,nor on account of any misunderstanding or misconception of the nature of the Work to be done or the grounds,subsurface conditions,or place where the Work is to be done. 1.10 ENCLOSURES: ATTACHMENT NO. 1 BID BONES ATTACHMENT NO.2 OFFICE OF EQUAL BUSINESS OPPORTUNITY SCHEDULE 1 and SCHEDULE 2 ATTACHMENT NO.3 CERTIFICATION OF BUSINESS LOCATION ATTACHMENT NO. 3a CERTIFiCATION OF BUSINESS LOCATION GLADES SUBCONTRACTOR ATTACHMENT NO.4 LIST OF MAJOR SUBCONTRACTORS ATTACHMENT NO.5 TRENCH SAFETY 1 A 1. Commercial Non-Discrimination Certiitcation.The undersigned Bidder hereby certifies and agrees that the following information is correct: in preparing its response on this Solicitation,the Bidder has conskiered. all proposals submitted from qualified, potential Subcontractors and suppliers, and has not engaged in 'discrimination" as defined in the County's Commercial Nondiscrintftination Policy as set forth in Resolution 2017-1770 as amended,to wit discrimination in the solicitation, selection or commercial treatment of any Subcontractor, vendor, supplier or commercial customer on the basis of race, color, national origin, religion, ancestry, sex, age, marital status,. familial status, sexual orientation, gender Identity or expression, disability, or genetic information,or on the basis of any otherwise unlawful use of characteristics regards the vendor's,supplier's or commercial customer's employees or owners,provided that rxrthing in this policy shall be construed to prohibit or limit otherwise lawful efforts to remedy the effects of discrimination that have occurred or are occurring in the County's relevant marketplace of Palm Beach County.Without limiting the foregoing,"discrimination'also includes retaliating against any person or other entitle for reporting any incident of 'discrimination." Without limiting any other provision of the solicitation,it is understood and agreed that,if this certification is false,such false certification will constitute grounds for the County to reject the bid submitted by the Bidder for this Solicitation,and to terminate any contract awarded based on the response. As part of its bid,the Bidder shall provide to the County a list of all instances within the Immediate past four(4)years where tare has been a final adjudicated determination in a legal or administrative proceeding in the State of Florida that the Bidder discriminated against its Subcontractors, vendors, suppliers or commercial customers,and a description of the status or resolution of that complaint, including any remedial action taken. As a condition of submitting a bid to the County,the Bidder agrees to comply with the County's Commercial Nondiscrimination Policy as described in Resolution 2017- 1774 as amended. (The remainder of thi9 page left blank Intentionally) PROJECT NO.:WUD 19-040 StO FORM-4 Rev 4-18-19 i t arta^a, FL 32462 i Flirn�' 7^0 RespectfullySUbmifted, 8 5J JG.1` J 1 -'LhB;Dnn- Dtyis (Name of Bidding Frim) - 1 k (�1)5 - I170 (Address) (Pho e) s SY,•. � (�� Pre��CtPnT i jam . -Signa (Title) (F Wnt Name) i State of Oyirt d(A - 1 Countyof T)"Im ftad, 1 SWUM to_ or affirmed) and subscribed before me an rnQ 3 01 q (date) by j ScoN S�htt ban (name). HeIShe'wqj to me or has presented (type of Mentf�Cation) as Ident+'f'ication. o /+�, Q� „ t1lUNttY.C8.41Pu� NoTary F'ubllc Signature and Seal E*U 119 1 %2KI � Print Notary Name and Commission Number eeea�n.n�rrar�rr.�.o.awwct+� 1 Above Bidder is, ( ✓ }Corporation ( )Partnership/Joint Venture( )Sola Proprietorship ( )Other(Lease Specify j CONTRACTOR DATA: j Bidder's License or Certificate i Number(as applicable):-(jCQ-L� ' j Contractor's Federal Tax No: _ 559- 1 53 QH 1 1 . j i t 1 PROJECT NO.:WUD i9-W BID FORA-5 Rw41>l-19 Form W-9 Request for Taxpayer Give Form to the (Rev.November 2017) Identification Number and Certification requester.Do not Department of Ih Treastsy send to the IRS. Intemal Revanua Service ►Go to www.Irs.gov1FormW9 for instructions and the latest information. 1 Name(as shown on your Income tax return).Name Is required on this Ilne;do not leave this One blank. Johnson-Davis Incorporated 2 Business name/disregarded entity name,if different from above M 3 Check appropriate box for federal tax classification of the person whose name Is entered on One 1.Check only one of the 4 Exemptions(codes apply only to following seven boxes. certain entitles,not individuals;see Q. instructions on page 3): c ElIndividualisole proprietor or R1 C Corporation ElS Corporation ❑ Partnership ElTrustlestate C single-member LLC Exempt payee code(if any) ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=Partnership)10- 0 p Note:Check the appropriate box in the line above for the tax classification of the single-member owner. Do not check Exemption from FATCA reporting ILLC if the LLC Is classified as a single-member LLC that is disregarded from the owner unless the owner of the LLC is code(If any) .0— another LLC that is not disregarded from the owner for U.S,federal tax purposes.Otherwise,a single-member LLC that IL Is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other(see instructions)► capons nr eccaex,mN leprod mrta w me us) N5 Address(number,street,and apt,or suite no.)See instructions. Requester's name and address(optional) 604 Hllbrath Drive 6 City,state,and ZIP code Lantana, FL 33462 7 List account number(s)here(optional) Taxpayer ldentificaUon Number N Fater your TIN In the appropriate box.The TIN provided must match the name given on line i to avoid I Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a FM _M _FFM resident alien,sole proprietor,or disregarded entity,see the instructions for Part 1,later.For other entities,It is your employer identification number(EiN).If you do not have a number,see How to get a TIN,later. or Note:If the account is in more than one name,see tate instructions for line 1.Also see What Name and I Employer idarttffloatfon number Number To Give the Requester for guidelines on whose number to enter. M59 - 1 1 7 1 5 1 3 1 8 8 8 Certification Under penalties of perjury,I certify that: 1.The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2.1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service QRS)that I am subject to backup withholding as a result of a failure to report all Interest or dividends,or(c)the iRS has notified me that I am no longer subject to backup withholding;and 3.1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification Instructions.You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid, acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement ORA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions for Part 11,later. Sign signaa,re of Here U.S.person► Date► General Instructions •Form 1099-DIV(dividends,including those from stocks or mutual funds) Section references are to the Internal Revenue Code unless otherwise a Form 1099-MISC(various types of income,prizes,awards,or gross noted. proceeds) Future developments.For the latest Information about developments a Form 1099-B(stock or mutual fund sales and certain other related to Form W-9 and its instructions,such as legislation enacted transactions by brokers) after they were published,go to www.irs.gov1FormW9. a Form 1099-8(proceeds from real estate transactions) Purpose of Form a Form 1099-K(merchant card and third party network transactions) An individual or entity(Form W-9 requester)who is required to file an •Form 1098(home mortgage interest),1096-E(student loan interest), Information return with the IRS must obtain your correct taxpayer 1098-T Qultion) Identification number(TIN)which may be your social security number •Form 1099-C(canceled debt) (SSN),individual taxpayer identification number(ITIN),adoption •Form 1099-A(acquisition or abandonment of secured property) taxpayer identification number(ATIN),or employer identification number Use Form W-9 only if you are a U.S.person(including a resident (EIN),to report on an information return the amount paid to you,or other alien),to provide your correct TIN. amount reportable on an information return.Examples of information returns include,but are not limited to,the following. If you do not return Form W-9 to the requester with a TiN,you might •Form 1099-INT(interest earned or paid) be subject to backup withholding.See What is backup withholding, later. Cat.No.10231X Form W-9(Rev.11-2017) e CERTIFICATE l The undersigned herby certified that the following are true and correct statements: f 1. That he is the Secretary of Johnson-Davis, Inc.,a corporation organized and existing in + good standing under the laws of the State of Florida hereinafter referred to as the "Corporation",and that the following resolutions are true and correct resolutions adopted by the Board of Directors as of the 1 day of April P 1992 in accordance with the laws of the State of Florida,the Articles of Incorporation and the By- Laws of the Corporation. i RESOLVED,that Scott J.Johnson,the President of the Corporation,is hereby authorized and instructed to execute such Proposal,Agreurnt and ocher such instruments as may be necessary and appropriate for the Corporation to fulfill its i obligations under the Proposal or Agreern-znt. 1 2. That the Corniration is in good standing under the laws of the State of Florida,and has qua::ued,if legally required,to do business in the State of Florida and has the full power ► and authority to enter into such Agreement. , IN WITNESS WHEREOF,the undersigned has set his hand and affixed the Corporate Seal of the Corporation the 2:3 day of 2019. � CORPORATE SEAL CHRISTOPHE OHNSON,SECRETARY/TREASURER ► STATE OF FLORIDA f COUNTY OF PALM BEACH I The foregoing instrument was acknowledged before me this a?j day of MQe_t 2019,by Christopher Johnson who i rsonall o me and who did take an oath. NOTARY PUBLIC STATE OF FLORIDA My Commission Expires: ��tr'" ;`}.aU�� =Cammfaroe#Wi%W 1 Commission Number: GG 1559 d U eo�wnoaorF.ror .m:as ov�4i . 1 . 1 JOHNINC-02 PANDREE ACORN DATE(MMIDDIYYYYI CERTIFICATE OF LIABILITY INSURANCE 02127/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER cT Sharon Majeski,ARM Johnson Insurance Racine p!�N, :(820)433-7107 FAX c Nor{877)254-8586 1103 Hunter Dr Ste 100 Mount Pleasant,WI 63406 E .smajeski(@johnsonfinancialgroup.com INSURERIS)AFFORDING COVERAGE NAIC R INSURER A•Zurich North America 16535 INSURED INSURER 13:American Guarantee&Liability Insurance Co26247 Johnson-Davis,Inc. INSURERS: 804 Hilibrath Drive INSURER D: Lantana,FL 33462 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADD SUER POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERALUABKJTY EACH OCCURRENCE 1'000'0()0 CLAIMS-MADE O OCCUR GLO 9813382-00 07/0112018 07/01/2019 DAMAG TO RENTED s 300,000 MED EXP one parwn10,000 PERSONA L&ADV INJURY. $ 1'000,000 'L AGGRE'TE LIMIT APP S PER: GENERAL AGGREGATE $ 2'000,000 POLICY X j LOC PRODUCTS-COMP/OPAGG S 2'000'000 OTHER: A AUTOMOBILE LIABILITY CO(EsMBINacckED SINGLE LIMIT E 1,000,000 IxANY AUTO BAP 981338000 07/01/2018 07/0112019 e L IN URY Pere an 3 OWNED SCHEDULEDAUTOS ONLY A�UUTNO.pSWNBODILY INJURY er ent S AUTOS ONLY X AUTOS ONLY eraER enl AMAOE B X UMBRELLA LIARX OCCUR EACH OCCURRENCE 5,000,D0() EXCESS LIAB CLAIMS-MADE UC$676415-00 07/0112018 07/0112019 AGGREGATE E 5'000'000 DED X RETENTIONS 0 1 r E B WORKERS COMPENSATION X I?EROTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y!N C3066378-00 03101/2018 0710112019 E.L.EACH ACCIDENT $ W-15.55 TA UTE I I 1'000,000 M,EXCLUDED? N NIA A (Me E.L.DISEASE-EA EMP OYE 1'0001000 UDEse descdbs under 1,000,000 S RIPTIO OF OPERATIONSbelow E.L. I EASE-POLICY IMIT A Equipment Floater CPP 4289118-00 07/01120118107f0`1120119 Leased Rented 300,000 DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached H mora spew is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Johnson-Davis,Inc. THE EXPIRATION DATE THEREOF, N0710E WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 604 Hillbrath Dr. Lantana,FL 33462 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 5115/2019 DOW by FrtMy Nuns i S r�ry�artraent at c +a ! �iyis��of Cctoaratw,rs 1 Seardr t2ecads / petail 8y f7eccmen[N�_.?+s / J Detail by Entity Name Florida Profit Corporation I JOHNSON-DAVIS INCORPORATED X39 Infarmatton Document Number 538772 l FEUM Number 59-1753888 Daae Flied 07/06/1977 state FL Status ACTrvE Princhw Address 604 HILLBRATH nrdVE LANTANA.r`33482 Changed_04/01/1986 ' MaLbgAddmu 604 HiLLBRATH DRIVE j LANTANA,FL 33452 i Changed:04101M 986 j ftalsWed Name&Address JOHNSON,SCOTT J 1 604 HILLBR/4TH DRIVE J LANTANA,FL 33462 i Name Changed:03120/1996 Address Changed,12/18/2009 i Otiiaer/Director Data" Name&Address 1 We P JOHNSON,SCOTT J. 18843 SE JUPITER RIVER DR J JUPITER, FL 33458 Title TS i JOHNSON.CHRISTOPHER search.,RWZ.orgllnquiry/CorporationSeNchiSearchResuitDekatlTitqulrytype=EntityName&dhectiorvType=Initial&searchNameOrder=JOHNSONDAVI... 1/3 t 5115/2019 Detail by Entity Name 7541 BRIAR CLIFF CIR LAKE WORTH,FL 33467 Title VP HOPLER, ROBERT A 11370 TWELVE OAKS WAY NORTH PALM BEACH,FL 33408 Annual Repmk Report Year Filed Date 2017 01/0612017 2018 01105/2018 2019 01/02/2019 Document Imaaes 002,2019-•ANNUAL REPORT View image in PDF Winwl Ui/06r2018••ANNUAL REPORT View iinage in PDF formal 9l!Q6 Q l I••ANNUAL REPOR'1 View image in PDF formal 01!14!2016-ANNUAL REPORT View image in PDF format 01/07/2015-ANNUAL REPORT view image in PDF format 01103/2014-ANNUAL RgPORT View image in PDF formal 011021201:3-ANtJUAL.REPORT View image in PDF formal 0 1 I04t'2012-ANNUAL REPUR I View image in PDF formal 0]10]/201=6NN11ALJKFTD T View image in POF fomrat 01/0412011--ANNUAL REPORT Vier,image in PDF format IUl/U5i2U1U--ANNUAL REPORT Vrew image in PDF formal U 1:0812009-AN� View image in PDF fui neat 01/07/2008--ANNUAL REN) View image in PDF formal U 1110/2007•-ANNUAL REPORT View image to PDF formal 01/1112006-ANNUAL REPORT V9w image in PDF format 02112/2005•-ANNUAL REPORT View im tge in PDF formal 0210412004-•ANNUAL REPORT View image in PDF format W101 Oa-ANNUAL REPORT View image in PDF format 03/1512002-ANNUAL REPORT View Image 1n PDF formal 01/25/2001--ANNUAL REPORT View image in PDF format 04/032000•-ANNUAL RL PORT View image in FDF formal 03124!1999-ANNUAL REPORT View image in PDF formal 0129/1998-ANNA REPORT View image in PDF format U U2511997--ANNUAL REPORT View image in PDF format U' •Ur19y.§-6jtNIT View image in PDF furmat 03/2011996--R UAganLaluingg View image in PDF formai SLXZ41]M .ANNUAL REPORT Viow image in PDF formal search.sunbiz.org/Inquiry/CorporationSearch/5earchResultOetail?inquirytype=EntityName&directionType=lnitial&searchNameOrder=JOHNSONDAV I... 2/3 SCHEDULE OF BID PRICES Project No.: WUD 19-040 .10H�NSON-DAVIS, INC. Project Name: 2019 P1 � �� ;;"stlh�ath DrivePro j Pipeline Continuing Construction Cdnht , FL 3:3462 Phcrie{561' 5-85-1170 BID ITEM ED ITEM(Furnish and Install with NO. (f Appurtenances) UNIT QUANTITY UNIT PRICE TOTAL 1 4"PVC Push-On Joint Wastewater Fate Main LF 3,000 $ 15.00 $ 45,000.00 2 4"DIP Push-On Join Water Main/Reclaimed Water Main LF 11000 $ 36.00 $ 36,000.00' 1 3 4"DIP Push-On Joint Wastewater Forge Main LF 75 $ TS-- $ 5,625.00 4 6"PVC Push-On Joint Water MakdReciakned Water LF 8,000 $ 20.00 $ 160,000.00 MalrblWastewater Force Main 5 6"DIP Push-On Joint Water Main/Reelaimsd Water Main LF 5,000 $ 38.00 $ I KOW00.00 6 6"DIP Push-On Joint Wastewater Force Main LF 5,000 $ 43.00 $ 215.000.00 1 7 8"PVC Push-On Joint Water MahRecla mW Water LF 15,000 $ 30.00 $ 450,000.00 MaIrMastewater Force Main 8 8"DIP Push-On Joint Water Main/Reciaaned Water Main LF 2,000 $ 40.00 $ 80,000.00 9 8"DIP Push-On Joint Wastewater Force Main LF 1,500 $ 50.00 $ 75.000.00 10 10"PVC Push-On Joan Water Maud/Reclaimad Water LF 500 $ 35:00 $ 17,500,00 Main/Wastewater Force Main 11 10"DIP Push-On Joint Water Maki/Reclaimed Water Main LF 500 $ 45.00 $ 22,500.00 12 10"DNP Push-On Joan Wastewater Force Main LF 100 Is 65.00 $ 6,500.00 13 12"PVC Push-On Joint Water Main/Wastewater Force LF 7,000 $ 43.00 $ 301,000.00 MakARA laimed Water Main 14 12 DIP Push-On Joint Water Main/Rectaimed Water Main LF 7,000 $ 55.00 $ 385,000.00 i 15 12"DIP Push-On Joan Wastewater Force Main LF 150 $ 80.00 $ 12,000.00 j 16 16"PVC Push-On Joint Water MainifWastewater Force LF 31000 $ 63.00 $ 189,000.00 j MaIrMedalmed Water Main 17 16"DIP Push-On Joint Water MahReclsimed Water Main LF 750 $ 85.00 $ 63,750.00 18 16"DIP Push-On Joan Wastewater Force Main LF 150 $ 120.00 .; i u,ow.00 19 24"DIP Push-On Joiird Water Main/Reclaimed Water Main LF 800 $ = 120.000.00 20 24"DIP Restrained Joint Water Main/Reclaimed Water Main LF 800 $ 200.00 $ 160,000.00 21 24Mai PVC Push-On Water Main Mahf Wastewater Force LF SOf' $ 135.00 $ 108,000.00 ' 22 24"DIP Push-On Wastewater Force blain LF I 800 $ 180.00 $ 144,000.00 1 23 Ductile iron Fitter fir Water Maln/Redaimed Water Main Tor; 30 $ 5,000.00 $ 150,000.00 24 Ductile Iran Fittings for Wastewater Force Main Tons 10 $ 91000.00 $ 90,000.00 t 25 4"HDPE Directional Dn11 Water Main/Redaaned Wata- LF 300 $ 45.00 $ 13,500.00 Main/Wastewater Force Maas 26 8"HOPE Directional Ddo Water mn;NRedaimed Water LF 150 $ 55.00 $ 8,250.00 MakwWastewater Face ividin 27 8"HDPE DkeetIonai Drill Water MaMedalmed Water LF 100 $ 80.00 $ 8,000.00 Main/Wastawater Force Main I PROJECT NO.:WUD 19-040 BID FORM-6 Rev 4-18-19 ' Addendum No. 1 . 1 BID ITEM BID ITEM(Fumish and ku tall with Appurtenances) UNIT QUANTITY UNIT PRICE TOTAL NO. 28 12"HDPE Directional Drill Water MainlReciaimed Water LF 100 $ 120.00 $ 12,000.00 Main/Wastewafer Force Main 29 30"HDPE Directional Drill Casing with 24"HDPE Carrier Pipe for LF 500 $ 400.00 $ 200;000.00 water Maim/Redeirned Water Main/Wastewater Farce Main. 30 4"DIPIPVC x HDPE Adapter Each 10 $ 250.00 S 2,500.00 31 8"DIPIPVC x HDPE Adapter Each 10 $ 400.00 $ 4,000,00 32 8"DIPIPVC x HDPE Adapter Each 10 $ 600.00 $ 6,000.00 33 12"DIPIPVC x HDPE Adapter Each 2 $ 11000.00 $ 2,000.00 34 4"Mechanical Joint Restrafntfor DIP Each 30 $ 170.00 $ 5,100.00 35 0"Madm*a l Joint Restraint for DIP Each 30 $ 21!5.00 $ 6,450.00 36 8"Mechanical Joint Restraint for DIP Each 30 $ 275.00 $ 81250,00 37 12"Mechanical Joint Restraint for DIP Each 40 $ 425.00 $ 17,000.E 38 16"Meehanic;ai Joint Restraint for DIP Each 15 $ 650.00 $ 9,750.00 39 24"M"micai Joint Restraint for DIP Each 10 $ 900.00 $ 9,000.00 40 4 Mechanical Joint RestrWnt for PVC Each 80 $ 175.00 $ 14,000.00 41 OR Mechanical Joint Restraint for PVC Each 55 $ 220.00 $ 12,100:00 42 8"MeehwW Joint Restraint for PVC Each, 55 $ 280.00 $ 15,400.00 43 10"Mechanical Joint Restraint for PVC Each 40 $ 325.00 $ 13,000.00 44 12"Mechanical Joint Restraint for PLIC Each 40 $ 450,00 $ 18,000.00 45 16"Mechanical.Joint Refit for PVC Each 30 $ 700.1 1 $ 21,000.00 46 24"Mechanical Joint Restraint for PVC Each 10 $ 11000.00 $ 10,000.00 47 4"Joint Restraint Gasket DIP(Field Lock or Fast Grip) Each 30 $ 70.00 $ 2.100.00 48 6"Joint Restraint Gasket DIP(Field Lock or Fast Grip) Each 40 $ 100,00 $ 4,000,00 49 8"Joint Restraint Gasket DIP(Field Lock or Fast Gfip) Each 40 $ 120.00 $ 4,800.00 50 12"Joint Restraint Basket DIP(Field Lock or Fast Grip) Each 40 $ 175:00 $ 7,000.00 51 24"Joint Restraint Gasket DIP(Field Lock or Fast Grip) Each 20 $ 600.00 $ 12,000.00 52 4"PVC Pmmm Pipe Restraint Hare Each 40 $ 85.00 $ 3,400.00 53 6"PVC Pressure Pipe Restraint Harness Each 45 $ 120.00 $ 5,400.00 54 W PVC Pmssuca Pipe Restraint Harness Each 45 $ 150.00 $ 6,751100 55 10"PVC Pressure Pipe Restraint Harness Each 35 $ 225.00 $ 7,8.75:00 56 16"PVC Pressure Pipe Restraint Harness Each 35 $ 400.00 $ 14,000.00 57 24"PVC Pressure Pipe Restraint Harness Each 35 $ 1,200.00 $ 42,000.00 58 Restrainexisting 4"PVC Preaw"Plpe Each 30 $ 600.00 $ 181000-00 59 Restrain existing 6"PVC Pressure Pipe Each 30 $ 800,00 $ 24,000.00 60 Restrain existing 12"PVC Pressure Pipe Each 30 $ 1.600.00 $ 48,000.00 61 Restrain existing 8"DIP Pressure Pipe Each 30 $ 800.001 $ 24,000.00 62 Restrain existing 8"DIP Pressure Pipe Each 30 $ 1,200.00 $ 36,000.00 63 Restrain existing 12"DIP Pressure Pipe Each 30 $ 11600.00 $ 48,000.00 64 4"Gate Value&Valve Box Each 25 $ 850.00 $ 21,250.00 65 6"Gate Valve&Valve Box Each 25 $ 1,1 moo $ 25,000.00 66 8"Gate Valve&Valve Box Each 15 $ 1,500.00 $ 22,500.00 67 12"Gate Value&Valve Box Each 10 $ 2.100.00 $ 21,000:00 68 16"Gate Valve&Valve Box Each 5 $ 7,200,00 $ 36,000.00 69 24"Gate Valve&Valve Box Each 1 $ 19.000.00 $ 19,000.00 JOHNSON-DAVIS, INC. PROJECTNO.:Wi]D 19-040 BID FORM-7 Rev4664%41librath Oi I'VD Addendum No.i t.ailtana, FL 3:3462 Phone (5611588-1170 f=a.x (561) 5$5-52252 1 Bio ITEM ' NO. 810 ITEM(Furnish and Install with Appurtenances) UNIT QUANTITY UNIT PRICE TOTAL 1 70 12"Butterfly Valve&Valve Box Each 10 $ 2.000.00 $ 20,000.00 71 16"Butterliy Verve&Valve Box Each 1 $ 31000.00 $ 3,000.00 72 24"Butterfly Valve&Valve Box Each 1 $ 8.000.00 $ 81000.00 1 73 6"X4"Tapping Sleeve w/Vatve&Valve Box Each 1 $ 3.504.00 $ 3,500.00 74 6"X6"Tapping Sleeve wiValve&Valve Box Each 1 $ 31900.00 $ 3,900.00 75 8704"Tapping Sleeve w/Valve&Valve Box Each 1 $ 3,600.00 $ 3,600.00 1 76 8"X6"TappkV Sleeve w/Vah e&Valve Box Each 1 $ 5,000.00 $ 51000.00 i 77 87x8"Tapping Sleeve w/Valve&Valve Box Each 1 $ 5,300.00 $ 5,300.00 78 12"X 4"TappStg Sleeve w/Valve and Valve Box Each 1 $ 4,000.00 $ 4,000.00 79 12-X 6"Tapping Sleeve w/Valve and Valve Box Each 1 $ 5,400.00 $ 5,400.00 80 12"X 8"Tapping Sleeve W Valve and Valve Box Each 1 $ 6,500.00 $ 6.500.00 1 81 12"X10"Tapping Sleeve w/Valve and Valve Box Each 1 $ 7,000.00 $ 7.000.00 t 82 12"X 12"Tapping Sleeve w/Valve and Valve Box Each 1 $ 91000:00 $ 9,000.00 � 83 16"X 4"TappbV Sleeve wl Valva and Valve Box Each 2 $ 51000:00 $ 101000.00 84 16'70 6"Tapping Sleeve w/Valve and Valve Box Each 2 $ 5,504.00 $ 11,000.00 85 16"X W Tapping Sleeve w/Valve and Valve Box Each 2 $ 10,000.00 $ 20,000.00 86 16"X 10"Tapping Sleeve w/Valve and Valve Box Each 2 $ 11,000.00 1$ 22,000.00 j 87 247X 8"Tapping Sleeve W/Vaive&Valve Box Each 1 $ 615W.00 $ 6,504`00 88 24X FTapping Sleeve w/Vaive&Valve Bax Each 1 $ 7,000.00 $ 7,000.00 1 89 24"X 12"Tapping Sleeve w/V va&Valve Box Each 1 $ t7,500.00 $ 17.500.00 1 90 Aerial Grossing Complete(4"WatedRecWmed Water Main,up to 40' LS 1 $ 38,000.00 $ 38,000.00 Lo , 91 Aedai Crossing Complete(4"Wastewater Main,up to 40'Long) LS 1 $ 39,000.00 $ 39,000.00 92 Aerial Crossing Complete(4"Water/ReclWrn0d Water Main.40'to LS 1 $ 39,000.00 $ 39,000.00 8(y Long) ' 93 Aerial Crossft Complete(4"Wastewater Force Main,4(Y to Sol LS 1 $ 40,000:00 $ 40,000.00 1 Lo 94 Aerial Crossing Complete(4"Water/Redaimed Water Main,80'to LS 1 $ 42,500.00 $ 42,500.00 120'Long) 95 Aerial Crossing Complete(4"Wastewater Force Main,80'to 120' LS 1 $ 45,000.00 $ 45,004.00 I Long) 96 Aerial Crossmg Complete(6"Water/Reciaimed Water Main,up to 40' LS 1 $ 36,00C.jo $ 36,000.00 Ln 97 Aerial Crossing Complete(6"Wastewater Main,up to 40'Long) LS 1 $ 391000.00 $ 39,000.00 98 1 Aerial Crossing Comptets(6"Water/Reclaimed Water Main,40'to LS 1 $ 32,000.00 $ 32,000.E j 80'Long) 99 Aerial Crossing Complete(6"Wastewater Force Main,40'to 80' LS 1 $ 40,000.00 $ 40,000.00 Long) 100 Aerial Crossing Complete(6"Water/Reclaimed Water Main.80'to LS 1 $ 38,000.00 $ 38,000.00 120'L 111 101 Aerial Crossing Complete(6"Wastewater Force Main,Q5' Long) to 120' L0.0 S 1 $ 41,000.00 $ 41,000 - 102 Aerial Crossing Complete(8"WatedRe"rrad Water Mahn,up to 40' LS 1 $ 38,000.44 $ 38,000.00 Long) 103 Aeliai Crossing Complete(8"Wastewater Force Main,up to 40' LS 1 $ 42,000.00 $ 42,000.00 Lo . I PROJF JOHNSON-DAVIS, INC. CT vvtTn 19- BID FORM-8 Rev4-i8-&04 HR!brath Dr:ve Addentimn No.i Lantana, FL 33-162 1 phofle Fax {561) 58R-...� -5 252 � .1 BID ITEM BID ITEM(Fumish and Install with Appurtenances) UNIT QUANTITY UNIT PRICE TOTAL NO. 104 Aerial Crossing Complete(8"Water/Reciaimed Water LS 1 $ 40,000.00 $ 40,000.00 Main/Wastewater Force Main,40'to 80'Long) 105 Aerial Crossing Complete(8"Wastewater Force Main,40'to 80' LS 1 $ 43,000.00 $ 43,000.00 Long) 106 Aerial Crossing Complete(8"WatedReciaimed Water Main,80'to LS 1 $ 42,000.00 $ 42,000.00 120'Long) 107 Aerial Crossing Complete(8"Wastewater Force Main,80'to 12(Y LS 1 $ 46,000.00 $ 46,000.00 Long) 108 Aerial Crossing Complete(12"Water/Reciaimed Water Main,up to LS 1 $ 42,000.00 $ 42,000.00 40'Long) 109 Aerial Crossing Complete(12"Wastewater Force Main,up to 40' LS 1 $ 43,500.00 $ 43.500.00 Lo 110 Aerial Crossing Complete(12"Water/Reclaimed Water Main,40'to LS 1 $ 43,000.00 $ 43,000.00 80'Long) 111 Aerial Crossing Complete(12"Wastewater Force Main,49 to 80' LS 1 $ 45,00000 $ 45,000.00 Long) 112 Aerial Crossing Complete(12"Water/Reclaimed Water Main,80'to LS 1 $ 47,000-00 $ 47,000.00 120'Long) 113 Aerial Crossing Complete(12"Wastewater Force Main,80'to 120' LS 1 $ 49,000.00 $ 49,000.00 Long) 114 Aerial Crossing Complete(16'Water/Reclaimed Water Main,up to LS 1 $ 45,000.00 $ 45,000.00 40'Long) 115 Aerial Crossing Complete(16"Wastewater Force Main,up to 40' LS 1 $ 53,000.00 $ 53,000.00 Long) 116 Aerial Crossing Complete(16"Water/Reclaimed Water Main,40'to LS 1 $ 48,000.00 $ 48,000.00 80'Lang 117 Aerial Crossing Complete(16"Wastewater Force Main,40'to 80' LS 1 $ 57,000.00 $ 57,000.00 Long) 118 Aerial Crossing Complete(16"Water/Rechimed Water Main,80'to LS 1 $ 52,000.00 $ 52,000.00 120'Lo 119 Aerial Crossing Complete(16"Wastewater Force Main,80'to 120' LS 1 $ 62,000.00 $ 62,000.00 Long) 120 Aerial Crossing Complete(24"Water/Reclaimed Water Main,up to LS 1 $ 65,000.00 $ 65,000,00 40'Long) 121 Aerial Crossing Complete(24"Wastewater Force Main,up to 40' LS 1 $ 72,000.00 $ 72,000.00 Lo 122 Aerial Crossing Complete(24"WatedReclaimed Water Main,40'to LS 1 $ 68,000.00 $ 68,000.00 80'Lang) 123 Aerial Crossing Complete(24"Wastewater Force Main,40'to 80' LS 1 $ 76,000.00 $ 76,000.00 Long) 124 Aerial Crossing Complete(24"Water/Reclaimed Water Main,80'to LS 1 $ 73,000.00 $ 73,000.00 120'Long) 125 Aerial Crossing Complete(24"Wastewater Force Main,80'to 120' LS 1 $ 83,000.00 $ 83,000.00 Lo 126 Fire Hydrant Assembly with Captivator Caps,6"Gate Valent&Anchor Each 25 $ 6,000.00 $ 150,000.00 Tee Assembly&10-ft of 6'R.J.DIP 127 Relocation of Existhg Fire Hydrant Each 20 $ 800.00 $ 16,000,00 128 Bollards for Fire Hydrant(1 Post) Each 20 $ 200.00 $ 4.000.00 129 Sample Points W/Double Strap Saddle&Corp.Stop Each 15 $ 500.00 $ 7,500.00 130 Sample Points on Fire Hydrants Each 15 $ 900.00 $ 13,500.00 131 1 Sample Points on 2'Blow offs Each 10 $ 600.00 $ 6,000.00 JOHNSDN-DAVi``, ING. PROJECT NO.:WUD 19-040 BID FORM-9 Rev 4-1-99 ' Addendum No.I 3rdana, FL 3.2462 Phone (561) Fax (561; S 8 3 ' 2 . 1 BID REM BID ITEM(Furnish and Install with Appurtanancesj UNIT QUANTITY UNIT PRICE TQTAL NO. 132 2"Blow off Piping Assembly with Box Each 10 $ 1,000.00 $ 10,000.00 133 1"Air Release Vane W/Manhole for W ater/Reclaimed Main Each 5 $ 6,500.00 $ 32,500.00 134 1"Offset Air Release Valve W/Manhole for Water/Recialmed Water Each 2 $7 61800.00 $ 13,600.00 I Maur 135 "Air Release Valve W/Manhole for Water/Reciaimed Main Each 20 $ 6.600.00 $ 132,000.00 438 TAIr Release Valve W/Manhole for Wastewater Main Each 20 $ 7,100.00 '—$ 142,000.00 137 2"Offset Air Release Valve W/Manhole for Wastewater/Reclaimed Each 2 $ 81000.00 $ 16,000.00 Water Main , 138 2"Above Ground Offset Air Release Valve for Wastewater Force Each 20 $ 2,250.00 $ 45,000.00 j Malt 139 Air Release Valve Rehab Each 20 $ 11500.00 $ 30,000.00 140 Short Single 5B"Meter Service(1-1/2"PVC)(up to 10`long) Each 125 $ 1,060.00 $ 125,000.00 � I 141 Short Single 5/8"Meter Service(1-1/2"Polyethylene)(up to 10'long) Each 25 $ 1,200.00 $ 30,000.00 142 Short Double:5/8"Meter Service(1-1/2"PVC)(up to 10'long:) Each 125 $ 1,200.00 $ 150,000.00 143 Short Doable 5/8"Metier Service(i-1/2'-P0k*lhykm)(up to 10'long) Each 25 $ 1,400.00 $ 35,000.00 144 Long Single 5/8"Meter Service(1-1/2"PVC with 3"Casing up to 40' Each 75 $ 1,600.00 $ 120,000.00 j long) 145 Long Single 5/8"Meter Service(1-1)2"Polyethylene with 3"Casing Each 25 $ 11800.00 $ 45,000:00 up to 401 long) 146 Long Double 5/8"Meter Service(1-1f2"PVC with 3-Casing up to 40` Each 75 $ 1.800.00 $ 135,000.00 147 LongDoubk&8"Meter Service(1-1/2"Polyethyterre wfth 3"Casing Each 25 $ 2,000.00 $ 50,000.00 up Io 40'Iona) 148 Extra Long S/8'Meter Service Line(1=1/2"PVC w/3"Casing)(up to LF 31000 $ t5.00 $ 45,000.00 l 149 Short 1"Meter Service(2"PVC)(up to 10'long) Each 10 $ 1,200.00 $ 12,000.00 1 150 Short 1"Meter Service(2"Polyethylene)(up to 10'lor1g) Each t0 $ 1,300.00 $ 13,000.00 I 151 Shot 8-6/8"Meter Service(2"PVC)(up to 10'long) Each 2 $ 3,000.00 $ 6,000.00- 152 6"DIP X AC Pipe Adapter Each 2 $ 3,000.00 $ 6,000.00 1 153 On DIP X AC Poe Adapter Each 10 $ 3,500.00 $ 35,00000 I 154 12"DIP X AC Pipe Adapter Each 5 $ 4,500.00 $ 22,500:00 155 4"Asbestos Pipe Removal/Abatement LF 500 $ 13.00 $ 6,500.00 156 6"Asbestos Pipe RernovaVAbatemeint LF 500 $ 14.00 $ 7100000 157 On Asbestos Pipe Rmwel(Abatement LF 500 $ 1500 $ 71500.00 158 12"Asbestos Pipe RemovallAbatemerlt LF Soo $ 20.00 $ 10,000.00 159 4"to 1Y Diameter Connection to Existing Water Main/Reclaimed Each 40 $ 9,000.00 $ 120,000.00 I Water Main or Force Main(Joint Restraint for existing pipe to be included 160 16"to 24"Diameter Connection to Existing Water Main/Reclaimed Each 40 $ 5,500.00 $ 220,000.00 1 Water Main or Force Main(Joint Restraint for exists pipe to be J included) 161 Grouting/Deactivation of Existing 4"Pipe LF 6,000 $ 7.00 42,000.00 1 162 lGroutirgDeactivation of Existing 6"PIPs LF 6,000 $ 8.00 $ 48,000.00 JOHNSON-13A IS, IND. PROJECT NO.:WXJD 19-040 BID FORM-10 Rev4-1j$j4i Hillbrath Df've ) Addendum Na 1 Lantana, FI.3:'hoc Phone (_561!_588.i 1 /73 , r - i F a X761 11 BID ITEM BID ITEM(Fumish and Install with Appurtenances) UNIT QUANTITY UNIT PRICE TOTAL NO. 163 Grouting/Deactivation of Existing r Pipe LF 6,000 $ 10.00 $ 601000.00 164 Grouting/Deactivation of Existing 12 Pipe LF 51000 $ 13,00 $ 65;000.00 165 GroutinglDeactivation of Existing 18-Pipe LF 100 $ 25.00 $ 2,500,00 168 Mildry of Ault SY 10,000 $ 15.00 $ 1501000 167 Asphalt Overlay Tons 11500 $ 200.00 $ 3030,000.00 168 Asphalt Roadway Removal and Restoration(2.5*thick) SY 101000 $ 50.00 $ 5001000.00 169 Asphalt Roadway Restoration-Additional Thickness of 1"per SY SY 10,000 $ 5.00 $ 50,000.00 170 Asphalt Driveway Removat and Restoration(1.5"thick) SY 1,000 $ 60.00 ,$ 60,0.00.00 171 Concrete Driveway Removal and Restoration SY 500 $ 85.00 $ 42,500A0 172 Stamped Concrete Driveway Removed and Restoration SY 200 $ 72.00 $ 14,400.00 173 Concrete Pavel Brick Driveway Removal and Restoration SY 200 $ 100.00 $ 20,000.00 174 Pai ded Concrete Driveway Removal and Restoration SY 200 $ 71.00 $ 14,200.00 175 Limeroold-Shell Driveway or Roadway Removal and Restoration Tons 500 $ 30.00 $ 15,000.00 176 Asphalt Sidewalk Removal&Restoration SY 11000 $ 38.00 $ 38,000,00 177 Concreb Sidewalk Removal&Restoration SY 4,000 $ 65.00 $ 260,000.00 178 Concrete Curb&Gutter Removal&Restoration LF 1,500 $ 45.00 $ 67,500.00 179 Crete Flush Header Curb Removal&Restoration LF 800 $ 40.00 $ 32,000.00 180 Fkoratarn Sod SY 1500 $ 6.00 $ 90.000.00 181 Bahia Sod SY 15,000 $ 5.00 $ 75,000.00 182 Root Barrier LF 500 $ 8:0D $ 4,000.00 183 Remove Trees up to 12"diameter Each 50 $ 175.00 $ 8;750.00 184 Record DrewbV LF 50,000 $ 2.50 $ 125;040.00 185 Construction�Survey LF 50,000 $ 2.50 $ 126,000.00 186 Precongtruction Video Taping LF 50,000 $ 1.00 $ 5(?4>wbo 187 Mail Brno Removal and Reinstallation Each 125 $ 100.00 $ 12,500.00 188 AAa rbnanre of Tiafflc Residential Street LF 40,000 $ 2.00 $ 80,000.00 189 Maintenance of Traft Arterial Roadway LF 10,000 $ 3.00 $ 30,000.00 190 Mance of FDOT Roadway LF 10,000 $ 4.00 $ 40,000.00 191 Density Tests Each 600 $ 40.00 $ 24,000.00 192 :Proctor Tests Each 1 100 $ 100.00 $ 10,000.00 193 Concrete 12-W Cylinder Tests Each 100 $ 100.00 $ 10,000.00 1-94 4-ft to 5-ft High Fence Removal and Reinstallation LF 100 $ 25.40 $ 2,500.00 195 Demuaking with Imported Clean Fill CY 5, $ 16>00 $ 80,000.00 196 kwvable Fid CY 15 $ 200.00 $ 3,000.00 197 Compacted Cleary Fall CY 6,000 $ 12,00 $ 72,000.00 198 Protect and Support and Witty Poles Each 5 $ 2,000.00 $ 10,000.00 199 Rock Removal CY 15 $ 100.00 $ 1,500.00 200 Remove&Replace Signs Each 20 $ 150.00 $ 3,000.00 201 Guardrail Removal and Restoration LF 200 $ 15.00 $ 3,000.00 202 ADA Concrete Ramps per FDOT Index 304(Include Ramp,Curb and Each 4 $ 2,500.00 $ 10,000.00 Detectable Warning) PRO.Wr NO.:WUD 19-040 BID FORM-1 I Rev 4-18-19 Addendum No.l JOHNSON-DAVIS, INC. 604 i-tiilbralh Drve i_antwa, FL 3:3162 Phone (561; 588-1,170 Fax (551) 585-5252 i B ITEN BID ITEM(Furnish and Install with Appurtenances) UNIT QUANTITY UNIT PRICE TOTAL 1 203 Up to 1 112"PVC Water Service installation within private property Each 150 $ 2,000-00 $ 300,000.00 from meter box to the bldg up to 200-ft(Plumbing Penna included) 204 Aerial Crossing DIP piping(8"Water/Reclaimed Water Main,up to LS 1 $ 24,000.00 $ 24,000.0-0 1 40'Long) i 200 Aerial Crossing DIP piping(8"Wastewater Force Main,up to 40' LS 1 $ 26,000.00 $ 26,000.00 Lolewi 206 Aerial Crossing DIP piping(8"WatedRedaimed Water Main,40'to LS 1 $ 25,000.00 $ 25,000.00 80'Long) i 207' Aerial Crossing DIP piping(8"Wastewater Force Main,40'to 80' LS i $ 27,000.00 $ 27,000.00 Long) 7 208 Aer(al Crossing DIP piping(8"Water/Redaimed Water Main,80'to LS 1 $ 26,000.00 $ Z61000.00 i 120' 209 Aerial Crossing DIP piping(8"Wastewater Force Main,80'to 120' LS i $ 31,000.00 $ 31,000.00 Long) 210 Aerial Crossing Steel piping(8"WaterlReclalmed Water Main,up to LS 1 $ 28,000.00 $ 28,000.00 i MY Long) 211 Aerial Crossing Steel piping(8"Wastewater Force Main,up to 40' LS 1 $ 32,000.00 $ 32,000.00 Lon 212 Aerial Crossing Sted piping(8"Water/Reeiaimed Water Main,40'to LS 1 $ 31,000.00 $ 31,000.00 i a0'Lang) 213 Aerial Crossing Steel piping(8"Wastewater Force Main,40'to 80' LS 1 $ 32,000.00 $ 32,000.00 Long) 214 Aerial Crossing Steel piping(8"WatedReciahned Water Main,8Q'to LS 1 $ 34,000.00 $ 34,000.00 / 120' 215 Aerial Crossing Steel piping(8"Wastewater Face Main,80'to 12V LS 1 $ 37,000.00 $ 37,000.00 i Long) / 216 Aerial Crossing Steel piping(10"WaW/Reclairned Water Main,8t)'to LS 1 $ 35,000.00 $ 35,000.00 12'Long) 217 Aerial Crossing Steel piping(1.0"Wastewater Force Main,80'to 120' LS 1 $ 39,000.00 $ 39,000.00 218 Aerial Crossing DIP piping(12"Water/Reciaimed Water Main,up to LS 1 $ 28,000.x^_ $ _ 2b,00u..02 4(Y Long) ' 219 Aerial Crossing DIP piping(12"Wastewater Force Main,up to 40' LS i Is 30,000.00 $ 30,000.00 j Lore 220 A Crossing DIP piping(12"Water/Reclaimed Water Main,MY to LS $ 29,600.00 $ 28,500.00 W Long) 221 jAeM Grossing DIP piping(12"Wastewater Force Main,41Y to 80' LP 1 $ 32,000.00 $ 32,000.00 i L 222 Aerial Crossing DIP piping(12"Water/Reclaimed Water Main,80'f:, LS 1 $ 33,000.00 $ 33,000.00 120'Lang) 223 Aerial Crossing DIP piping(12"Wastewater Force Mair,ao'to 120' LS 1 $ 36,000.00 $ 36,000.00 i Long) 224 Aerial Crossing Steel piping(12"Water/Ro�dainned Water Main,up to LS 1 $ 32,000,00 $ 32,000.00 40' 1 225 Aerial Crossing Steel piping F12"Wastewater Face Main,up to 40' LS 1 $ 36,000.00 $ 36,000.00 Long) 226 Aerial Crossing Steel piping(12"Water/Reclaimed Water Main,40'to LS 1 $ 33,000.00 $ 33,000.00 80'Long] j 227 Aerial Crossing Steel piping(12"Wastewater Force Main,40'to 80' LS 1 $ 36,000.00 $ 36,000.00 Lon I PROJECT NO.:WUD 19-044 BID FORM-12 Rev 4-18-19 I AddEn4hrm No. 1 JOHNSDN-DAV I'^, !NG. ) 604 Iz?lli7.ra 4 L!!;v �ilflic�•F1k3, �' 3,146-2 BID ITEM BID ITEM(Famish and Install with Appurtenances) UNIT QUANTITY UNIT PRICE TOTAL NO 228 Aerial Crossing Steel piping(12"Water/Reclaimed Water Main,80'to LS 1 $ 39;.000.00 $ 39,000.00 120'Long) 229 Aerial Crossing Steel piping(12"Wastewater Force Maid,80'to 120' LS 1 43,.000,00 $ 43,000.00 Long} 230 Aerial Crossing Pipe CoatinWPaints Each 10 $ 7,500.00 $ 75,000.00 231 Sift Fence LF 10,000 $ 1.00 $ 10.000.00 232 Canal Bank Grade and Piave Rip-Rap Revetment Each 40 $ 1,50tf.00 $ 60,000.00 233 Removal of Existing Aerial Canal Crossings(up to 40'Long) LS 2 $ 21500.00 $ 51000.00 234 Removal of Existing Aerial Canal Crossings(40'to 80'Long) LS 2 $ 4,500.00 $ 91000.00 235 Removal of Existing Aerial Canal Crossings(8(Yto12V Long} LS 1 $ 7,500.00 $ 7,500.00 236 4"Single Line Stop(for PVCADIP/CIP/AC) (Addendum Each 1 $ 5,500.0 $ 5,500.00 No.1) 237 6-SkWW Line Stop(for PVCUP/CIP/AC) (Addendum Na Each 1 $ 7,500.00 $ 71500.00 1) 238 8"Single Line Stop(for PVCIDIP/CIP/AC) Each 1 $ 815100.0 $ 8,500:00 239 10"Single Line Stop(for PVCUP/CIPfAC) Each 1 $ 8;750.00 $ 8,750.00 240 12"Single Line Stop(for PVC/DIP/ClPhk0) Each 1 $ 9,500.00 $ 900.00 (A)SUBTOTAL BASE BID(Bid ttems 1-240) $ 11,643,150.1)0 241 Additional Work not inculuded in Bid items(15%of Subtotal Bid Price LS 1 15% $ 1,746,472.50 (A)) 242 Mobilization(2.5%of Subtotal Bid Price(A)) LS 1 2,5% $ 281,078.75 243 DemobiNzation(1%of subtotal Bid Price(A)) LS 1 1% $ 116,431.50 (B)SUBTOTAL ADDITIONAL WORK BID PRICE(Bid items 244-243) $ 2,163,982.75 TOTAL BID PRICE(A+13)1$ 13,797,132.75 (T(tal Bld in words)Thirteen Million,Seven Hundre( Nlntey�Seven Thousand,One Hundred ThirtytTiluo Dollars and 70 00 The total Bees Bid Price is to be written In numerical Mures above.In case vtdiscrepancles or errors,11m unit price shown above for each bid Near shah govern and the corrected Tom Bid Price shall be calculated as such.Total Bid Pries Is to be shown in both words and tigores.In case or discmixancles,the amount sham In words will govern. JOHN'SCAN-D VIF,, 6011 Kiibrath LI{.ve Lantana, FL&'4462 Phnne (5611? 5f -117 6 Fay, (561 PROJECT NO.:WUD 19-040 BID FORM-13 Rev 4-18-19 Addendum No. 1 ATTACHMENT NO. 1 TO 610 FORM 1 PROJECT NO.: WUD 19-040 PROJECT NAME: 2019 Pipeline Continuing Construction Contract t DATE: May 15,2019 , BID BOND STATE OF FLORIDA COUNTY OF PALM BEACH KNOW ALL MEN THESE PRESENT. That we, Jour= owls,Inc. (hereinafter called"Principal"),and ub"Mrd imumnee Company (hereinafter called t "Surety")are held and firmly bound unto Palm Beach County a PgqlitiCa( ubdivision in the State of Florida, (hereinafter called"County")in the sum h�drr! ' �wrr+�b liars,(�C89.A5L.64 ), lawful money of the United States of America, for th payment of whi sum will and tru�iy to to made, we t bind ourselves, our heirs, executors, administrators and successors ntly and severalty firmly be these w presents; 4.l ml -SIA. 10bliarS iWl. r► WHEREAS, the.."Principal"contemplates submitting or has submitted a bid to the Board of County I Commissioners, Palm Beach County, Florida, for furnishing and paying for all necessary labor materials, I equipment, machinery, tools, apparatus, services, all state workmen's compensation and unemployment compensation taxes incurred in the performance of the Contract means of transportation for and complete Construction of: 2019 PipelrneContinuing Construction Contract (Project Number: WUD 19-040) in the County of Palm Beach,State of Florida;and i s WHEREAS,it was a condition precedent to the submission of said bid that a certified check cashier's check, money order or bid bond in the amount of five percent(5%)of the base bid be submitted with said J bid as a guarantee that the bidder would, If given a Notification from County, enter into a written contract with the County, and furnish a public construction bond in an amount equal to one hundred(100%)of the r total Contract,within fourteen(14)consecutive calendar days after the County issues the Notification from Cbunp 1 NOW THEREFORE,THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, If the bid of the 1 "Principal"berern is accepted and said "Principal", within fourteen (14) consecutive calendar days after written notice being-given of such acceptance, (1) enter into a written contract with the County and (u) furnishes a public coroftuction contract bond in the amount equal to one hundred percent(100%)of the total contract amount and in a form satisfactory to the County, then this obligation shall be void. If the Principal fails to complete 0)and(l#,above,the sum herein stated shall be due and payable to the"County",and the "Surety"herein agrees to pay said sum immediately upon demand of the"County",in good and lawful money of the United States of America,as liquidated damages for failure of said"Principal'. IN WITNESS WHEREOF,the said Jolson-Daft,Inc. as"Principal° I herein,has caused these presents to be signed in its name,by its and } attested by its _Gt1,j'nWunder the corporate seal,and the said LftrV M irmurwm as"Surety"herein, has caused time presents to be signed in its name,by its Aftwwr4rtfad and attested by its corporate Seal,this 15th day of May 2019 . i (All bid bonds shall use this form except for certified cashier's check) f 1 PROJECT NO.:MND 19.040 BID FORM-14 Rev 4-18-49 / ATTEST: (SEAL) Janson-Davis,Inc. (S' (Contractor N ) ,cc... S (Printed Nam.01, By: (Printed Name) t (- Title: RP1,31A iT Address W4 Hi Rn%Drin,Lantana,FL 33462 ATTE (SEAL) Uxdy Insurance cwPwY (Signature) (Sure ane) Aaron vwtness (Printed Name) By: SwWm M.VMnsted (Printed Name) Title: -In-Fa t Address 175 Berkeley sheet,Boston,Mfi 42116 (Bidder to attach valid Bonding Company Power of Attorney) PROJECT NO.:WUD 19.040 BID FORK-15 Rev 4-18-19 1 This Posrerof Attema9r 16nds Rile acts uddwes craned heram,and they trove no authority to bind,the Company except In the manner and to the ede nt Mrsin shriet 1 771�11)CI Liberty Mutual Insurance}Company tYlut . The Uhio Casualty Insurance Company Cerdficale No:8196117 285097 SURETY West American Insurance Company POWER OF ATTORNEY + KNOWN ALL PERSONS BY THESE PRESENTS:That The OW esshally Insurance Company is acorpongon duly oganeed ceder the We 01 the State of New ,Yat Lbudy Rbdral Insurance Company is a caporabon duly oWked under the tears of to Stele of Massadn"Its,and West American k=2r=Compay is a corporation duh'organized under pro taws of the SUM of In Blew(herein cog*i*c&ed t*Tar aedss"I,pursuant m and by adfwiity hwft set taxa,does hereby nese,eorabb and appoK Jessica B. Uem�ey.Debra J.Doyle;Jennifer L.Jakaik J"th A Lucky-Etthaor James B.McTMW4 Sandra M.Now*Diene M.02�Christina L Sandoval;Sheaa A � Wekft Sautra M W-wsled d of the CRY of Cbicaao 31310 Of IL each ImVidwtpr if there be mom thanone named,Its true and bwkd aYaaay-btdect to make, f exeade,seK sclmowledge and diver,for ancon ft beltaff as surely and as 08 actand any aml al underly fts,bowls,reco0zances and dwr surely obtthous.In pursuance of these presents and slut be as WWN upon Ow Compaades as If I*bare been duly signed by the presided and alshed by the secretary of the Companies In trek onm proper 1 pace• IN WITNESS WHEREOF,tris Pow of Attorney has been sndsrbed by at altortzed dker or official of On Companies and tae color le seak of the Companies have bean affixed 1 Marvin olds 6th day of December , 2018 . Lburty khdrel ksnaahce�Paly j AOR The Otto Camay insurance cmww VR � � �a WaatAmecirarhkusuranceCurrpany q�tr t �OR1992 c 1919 ;` � 1991 r * P * } Yobps By.D3Nd k4 ..m State of PENNSYLVANIA Carey,Assent 5unaeYcy o 3 GG coui y of MMTGM&W R p 3 On Yds 6th dyd December 2018 before me perm*appeared David M.Cavy,who aclumledgad Mosel to be the Assistaat Secretary of i iy Mukw kwranea � p m Carrapatg+ ie—tido t;asuely ry,and Amedcan Ina nkI100 CWWN,aid that the as arca,being autoiwd so m do,execub the foregoing isbnsnant br Me purposes f- > Maar cmbkwd by sigulmp oo betol d titre cmVmdons by ldmwff n a duly aMmized clt w tri 1 J et IN WIMESS WHEREOF,I have heretmM Subscribed my now and affkted my nomrialsal at King of Prussia,Pennsywanm,an the day and year first above wrlow E 0l0b— --'P COMMON reEALTH OF PEIWSTLUU Mlar PM Nls.NowyPaae¢ O CUPwWmalwµ, a>tv By:� E t0cawdn cionEgMinsMach2lp2021" a, y PuWc Wmow.PmpyyAr�psAeo�on:aFpoYd�s. Ow 0 This Power of Aft"is made and paID and by a"*d Me Umk g By-mus and Aataatzatats of The OW Casually hwance Company,Liberty MW �� � O'9 kers s=Compaq.and WestAmedcan Insurance Cmrpay n+idn wolullons are norr in fat force and elfed reading as kilowL O c err ARMZ fV-OFRCEM Sed m l2.PomofAamW. Any offer or direr d W of the Capaaton anthaftad W Mat purpose in wrdrng by Me Chairman or to PMWBK.and subject m such hVeMnn as Ills Chairman or tae t Preaident.map Prescribe.shag appoW such as mer be maassery bs act in behalf of On Ccxpaa6on b make,awcade,sal,admowladge and debrer as stay any andell wdatelklis,bonds.mcogetcw s and ober s my d4plions.Such attmney M4kc,sdjec m"fimtallans eel IoM In th&rewe dive posers of a",shay bane All power to bind Rite CerporaHen by Yet sipnulaan d oda ke and execdo any sownetrm and m OW Meru Yen saul of Me Cmpmftt When so maw,suds instruments SIM be as bk ft an if slgned by Me Presidentand anted to by Me Secretary.Any pow or aMaty granted Ie any repraw0fts or atorruey brfact ceder Yen proulMonsof tm algae may be revolted at my am by Yee Board,the Chalrave.to Presided or by ria ofYcer or offers gmft soda power or aMody. ARTICLE M-6wgdin of Cw&aft Sadmn 5.Surely Boa&and Undertakings. $.- Any ofty of ft Campary a dwdzed fordist purpose In nwit by Me dm man or the presided,REM adjed'to such tkablons as to cbeir n arts prudent may prey rb9, p 4 shall q*M such aAameM►fa4 as may be necessary to act in WO Of Ma Compeer to make,exearfe,seal,ad mWedge and d*w as Thr any and all urMarfags, baste,recolinlEnces and cher sreg W#%90ns.Such atmmeys4fl4 c sdjed 10 to wrdtetans set"In ter msp ective powers of attorney,shat thaw;kd power to bind the Company by Iter$Wmkre and eaxamdon of airy such Inskmwnis and m attach teem Me sad of the Compsn y.Mien 30 executed arch Instruments shelf be as bin ft as t Slppwdby ate president and aitestea by the secretary. i Certificak of Dedllination-Th;Pmeident of the C mpaay.adIng pffmmt to the Bylaws of the Company,autwdzes Ovid M.Carey,Assisiat secretary m appoint such.allovirpria- fact as may be necessary to ad on behall of to Comp"to make,execute,red.admowledge amt ddiver as anti any and all undermldngs,bonft recogdzaaces and dtwr surety t AndMdz*m—by u ammos=Lwd rite Canpaaa S Board of 1311901m,the Comp my rxmsrts td fasimisa mwlww*read sigralre of any assistatsecrehuy ofthe Compaq,wherever appes"span a cmtified copy of any power Of athmnspt Issued by the Company In conneclion ww1 h surely bands,strel be valid and bill i upon The Company with tae same faresand effect as though niae>*dibrat I,haws C.Llewellyn,to undersigned,Assktartt Secrecy,The ONa Casuedy Insurance Company,Lbery Mutual Insurance Company,and West American kneuaaee Corpary rte 1 hereby natty thud Yn;original power of dfaney of wft the bmgoing is a 14 tore aid correct copy of to Passer orAftney executed by said Canpenim is In mY fees and allect and has rmtbaen narked. INTESTWONY WHEREOF,I have hereunto and my brant and affixed lire seals of said Companies ids day of ,-za9 = 1912 a 1919 `� a � 1991 c _ r By Ranee .Llewellyn, ssiant eaetay , ,t P UG-1M3LMC0CMC WAIC MAK co 082018 a INC. ATTACHMENT NO. 2 TO BID FORM 614 13111hra€h L�ruP t aritaiia, FL 3;3.1(:;2 R inne {561?5ba ,1.7 PROJECT NO.: WUD 19-040 X561; 5-u6,2 PROJECT NAME: 2019 Pipeline Continuing Construction.Contract DATE• � y OFFICE OF EQUAL BUSINESS OPPORTUNITY SCHEDULES THESE SCHEDULES MUST BE COMPLETED AS APPLICABLE AND DEFINED IN INSTRUCTIONS TO BIDDERS SECTION 5.3 AND MUST BE SUBMITTED IN ACCORDANCE WITH PARAGRAPH 5.4.2 OF THE INSTRUCTIONS TO BIDDERS Schedule 1 - LIST OF PROPOSED CONTRACTOR/CONSULTANT AND SUBCONTRACTOR/SUBCONSULTANT PARTICIPATION Schedule 2 - LETTER OF INTENT PROJECT NO.:WUD 19.040 BID FORM-16 Rev 419.19 OESO SCHEDULE 1 JOHNSON-DAV(;; 11<)L UST OF PROPOSED CONTRACTOR/CONSULTANT AND SUBCONTRACTOR/SUBCONSULTANTPARTICIPATION 604 1101bratt? C)rivf3 Lant2-1;3. PL 3 iac.` 1" Phone (561' SOLICITATION/PROJECT/BID NAME: Cr SOUCtTAT1ON/PROJECT/BID No.: Wan iQ-04r) pax (561 NAME OF PRIME RESPONDENT/BIDDER: ADDRESS: 6Q4 ii I I brrnlb n, La n-InkaQ R�S34b Z 4 CONTACT PERSON: � U �. Cr, _ PHONE NO.: I _E-MAIL:, nA r�,r)5ry�rl,IS,cprr/ SOLICITATION OPENING/SUBMITTAL DA'Z'E: DEPARTMENT: 'C�" PLEASE LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME C NTRA ORJQQPJSULTANT ON THIS PROJECr. PLEASE ALSO LIST THE DOLLAR AMOUNT OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SUBCONTR 4CT RS SUBCONSULTANTS ON THE PROJECT. (Cheek all Applicable Categories) Non-.SBE M W SBE OOIJAR AMOUNT OR PERCENTAGE OF WORK Minority/Women Small Name,Address and Phone Number Business Business Black Hispanic Women Caucasian Other (y (Pi""Swim t A c�� 7>,c� 4 oo r6m m Cr cC, d ni aon -1,h OL El 10 ( a fl 2 Ra +q u00 E><eru�iRD w "e Cerlttr D1,`Su'ItaL210wPj ►I_j ff 1, 500.00 a.Rangy 1.710L fie,+ta�tu+gSenlrl•0 TnC. ( fUe4 fbrt place, le,P�i' :i6 & ;LIVE] — E3y(261, 00 1.310 NP 4.1�11,t &7 Ire,5 ��Of IdA 1nG, PSInG 17c'r n&AL 334Z4 I . 00 St.1 zo( 0m Olt- Rdad (orim MCI Z(eia •,f Foim 13,Qch K 3344[] [� f 5'61) F3a2 -6305- (Please ule additional sheets if necessary) Total 110 971(0 Total Bid Price$J. t__�9Z t2sB BEP ipation � Or Z( D 3 I hereby certify that the above information la accurate to the best of my koosrkdge: — VI C r. Pi'1"x'91 Gl a rI+- Signaltu Title Note: 1. The amount listed on this form for a Subcontactor/subconsukant must be supported'by,pr w or parasntoge listed on the properly executed Schedule 2 or attached signed proposal. 2. Firms maybe certified by palm Such County as an SBE and/or an WWYify.Rfirma are certiflei(-as both an SBE and/or M/WBE,please indicate the dollar amount under the appropriate category. 3. Modification of this form Is not Permitted and will be rejected upon submittal. REVISED 02/28/2019 OESO LETTER OF INTENT—SCHEDULE 2 A c malfted Sdtedide 2 is a bbKNm doatmerit between the Prime contractor/aoenuftwit and a 54 uscow/subconsidtM Nor any tiled and should be treated as sudb The Sdiedule 2 shall contain boiled Vrituasiee WAkaflm that by dz*a dw SchedWe L both oardn nmxwo ze this Sdu dole as a bbi lkw dmmwnt. All Subcontractors/subconsultants, including any tiered Subcantractors/subconsultants,must properly execute this document. Each properly executed Schedule 2 must.bQ ed with thebid/proposal. 5-04 t-fillbrath Dfiv�3 50UCITATION/PRQlECT NUMBER: antana, PL 33452 a (551! 58Fi t 7Q souaTA m/PROJECTNAME: 20I '.4p 51585-5252 CJ Name of Prime: `-fY1c bolds)that Book) $ �d J?JSBE E3 WBE ❑MBE ❑M/WBE [3Non-S/M/WBE Date of Palm Beach County Certificatmn(if applicable): The undersigned affirms they are the following(select one from each column{: column 1 mn 2 0 ale❑Female ❑African-American/Black❑Astan American 0&-*C,'3s Ian American ❑Hispanic American ONative American s/WywBE PAxTKWJ*MM—S/M/1MBE Primes must docur wnt all work to be performed by their awn work force on this form. Failure to submit a Property executed Schedule 2 for any SIMMU U participation may result in that participation not being counted. specify in detail,the scope of work to be performed or items supplied with the dollar amount and/or percentage for each work Item. S/M/WBE credit will only be given for the areas in which the S/M/W BE is certified. A detailed proposal may be attached to a properly executed Schedule 2 one IEern tJ ps Unit Price QwwiJJW Cwt/ Total Price/Percentage Ban Units Allowances 1 The undersigned submtractw'/subcons+lwnt is prepared to self-perform the above-described work;n coor*mctlon with the.aforementionnerd project at the following total price or perc�entap 3 -of-�64, =I I,sy roi ITO r low Value,) If the undersignad intends to akwavect my portion of"iwork to mother SubcoftftW orfN*consult0nt-Pin"list the huskiess nmw wd Me am ant bek w acoompaMed by a separate pmperitr executed schedule 2. VI R Price or Perms VIA MOM of 20d/3d tier Sub --trackw/mAxonsultwit &XIM(ty ,Q,�oiy �ssoc,As T� of By: Prime Print Name of Subcontractor ultMant W:5� By Authorise mtunk Authorized Sigggure mart GJ•!��!a( Print Name rr ' Print Name Title n - Title Date l faj Date: X//7 ,R V Revised 02/28/2019 i 1 �l SCHEDULE OF BID MATERIAL PRICES-UTILITY SUPPLY ASSOCIATES � Project Na:WUD 19.040 Project Name:2018 PipogneCoatinWng Construction Contract SBE SUPPLIER20" m�BID ITEM(Funfth and Install with Appurtenances) UNIT INKY UNIT TOTAL AMOUNT TOTAL SBE PRICE VALUE a 68'6 � 1 4'PVC PLL4h On,(oint WastewaterForce Wain LF 3,000 S 2.10 S 6.300.00 S 3,780.00 4 2 "DIP Push-On Joint Warr►�Redaimed Water Mein LF 1,000 i 15.50 S 15,500.00 S 9,30000 i 3 4'DIP Pash-On JoW Wastewater Force Mane LF 75 S 24.70 $ 1,85250 S 1,111.50 4 6'PVC Push-On Joint Water 14 uVReclaimed Water Mah Wastowater Face Main LF 8,00[1 S 4.00 5 32.000.00 ; 19,200.00 1 5 r DIP Push-on JOW Water wed Water Main LF 5.000 S 11.10 S 551500.00 ; 33,300.110 6 Ir DIP Pudt-On Jou*Wasteiager Fame[main LF 5.000 S 20.20 S 101,000.00 S 60.600.00 7 8'PVC Ptah-On JoWIt Water MefrkRec lakned Wafer Main Washmater Furse Wain LF 15,000 $ 6.70 $ 100,500.0 S 60,300.00 6 8'DIP Push-On JON Water Mein/iscfaknsd Water Main LF 2,000 13 14.50 S 29,000.00 ; 17,400,E 9 8"DIP Push Ort Johst Wastewater Fovea Maas LF im $ 25.90 $ 38;850:00 $ 23,310.00 10 10°PVC PMWh -Joint Water Mah9ftclaimed Water Maim Washmater Fame Malt LF 500 S 11.15 $ 5,675.00 $ 3,345.110 11 10'DIP Push-On Jon*Water M8ktRocbkftd Water Maus LF 500 $ 18.90 S 9,450.00 $ 5.67000 12 10`DIP Push On Jotnt W erFaes Mein LF 100 $ 32.70 $ 3,270.00 S 1,962.00 13 127 PVC Ptr,No- ,bit[Wafer M*Mastewater Forme MakbVAc =d Water Main LF 7.000 $ 14.25 $ 99,750.00 $ 59,M 0 0 14 12'DIP Push-On JohK Wer Mak heed Water Main LF 7,000 S 23.90 $ 167.3D0.00 $ lo(O 0.00 ' 15 12"DIP Push-On Joint Wastearater Forme Main LF 150 IS 39:40 $ 5.910.151 $ 3 546.00 16 16'PVC Pnah-0n Jura Wafer klsWWasu water Force MainfRodabned Water Main LF 3,000 IS 25.60 $ 77.400.00 S 46.440.00 17 16"DIP Ptrsh.On John Wafer Awned Water Main LF 750 $ 39.10 $ 29,325.00 S 17.M10 18 16"DIP Pustt-0n Jofc*Wastewater Fars Mahn LF 150 $ 58.00 $ 8;79400 $ 5.274 00 19 24"DIP Punk-On Joktr WaW Awned Wafer Main LF 800 S 63.40 S 50.72000 S 34432.00 j 20 24'DIP Reshained Joktt Water Magid Water Main LF 800 S-I to-80 $ 88,640:00 S 53,184.00 21 24"PVC Push-On Joint Water Matrdl &swA®ier Fame A4w,"cisffned WaNr Main LF 800 S 5&W $ 46,400.00 $ 27.840.0 ' 22 24"DIP Push-On Wastexater•Forms Main LF 800 $ 93-00 $ 74.400:00 $ 4d,64Q(IO 23 DucMe hart Fittings for Water M*gRe Wnud Water Man Tons 30 $ 3;540.00 S 106,200.00 S 63,720.00 24 Duc ft iWFMngs for W"WAMW Foroe Main Tons t0 $ 8.840.00 $ 88,400-00 S 53.040.00 25 _ r HDPE Dhecbon&J Drill Water AkwWRochined Water MahnlWastexw6er Fame Maar LF 300 S 3.60 $ 1.080.00 $ 648.00 26 6"HOPE Daedlortal Ddo Watw F mod Wafer MainW809water Force Main LF 150 S 7.40 $ 1.110.00 S 666.00 1 27 W HDPE E)aec0 "of DrAI Water Aimed Water Maetf Wastewater Forme Min LF 100 $ 1280 $ 1.280.00 S 76&00 ' 28 12"HDPE Daso8ar1a1 DrNI Wafer MauVildecisined Water MainlWastmovater Farms Main LF 100 $ 28.90 $ 2,690.00 S 1.614.00 29 30"HDPE LNne fimai OrNI Cashg with 24 HDPE Carrier pips for Water LF 500 $ 244.20 $ 122.1OO.oa $ 73,260.00 30. 4'DIFIPVC x HDPE Adapter Each 10 $ 23&W $ 2.330.o0 S 1.398.00 1 31 ir DIP/PVC x HDPE AdapterEach 10 $ 30M, $ 3;080.00 S 1.848.60 32 8.OIPR'VCx HDPE Adapter Each 10 -f--361.00 $ 3:Fu,00 S e,*56 00 0 33 Ir DFZP%C x HOPE Adapter Each 2 $ 530.00 $ 1,060.00 S 636.00 34 4'Medmr&W Joint Restraint for DIP Each 30 S 2700 $ 810.00 $ 4W.0k1 35 8"AAsxtartieet Joh*Reshi tf for DIP Each 30 $ 35.00 $ 1,050.0o $ 630.00 36 a'&tschankof Joh*Restraint for DIP Each 30 $ 4P,,1p 5 1,380.110 S 828.00 J 37 12"AriatNWrdcai Joint Restraint for DIP Each 40 ; 89-001 S 3.560.00 $ 2,136.00 38 16"AAecherdrs{Joint Ren3frak*for DIP Each 15 $ 160.00 $ 2.400.00 $ 1.440.00 39 2 Memllanicet Joint Restrain for Each 10 367.001 S 3.570.00 $ 2.14200 1 40 4'11Aedeanfcat Jain Restraatt 1st PVC Each 80 E 32.001 S 2,560.00 S 1,530.00 J 41 6"Mschanical Joint Rte#for PVC Each F, $ AIMW S 2,200.00 S 1,320.00 42 14r Madsrnfcal Joir*Rest**for PVC Each 55 S 54.00 $ 2,970.00 S 1,782.o0 43 110'NM Jok'*Restrak*fa PVC Each 40 $ 94.00 $ 317640Gi $ 2,256,00 44 1 1r k6whanical Jot*Pdsbakt for PVC E-* 40 S 98.00 $ 3,92400 S 2,WZ00 45 11T Mecharucel Joint Restraht fru PVC Each 30 $ 20P2.00 $ 6.060.00 $ 3.636.00 46 24'Mechanical Jos*Reeksintfar PVC Each 10 $ 348.1)6 $ 3.460.00 $ 2.088.00 47 4"John Redraw*Ga"DIP(Fold Lock or Fast Each 30 IS 41.00 S 1.230.00 $ 739.00 48 6"Jok*Restrai*Gasket DIP(Reif Lock or Fast Each 40 IS 57.00S 2,2121.00 $ 1.368.00 49 8'Joint Re* Gasket DIP Heid Loci or Fast Grip Each 40 $ 78.00 $ 3,120.«1 $ 1.872.00 50 12'Joint Rssk*t basket DIP Lode or Fast Grip' Each 40 $ 114.00 $ 4.560:[10 $ 2.738.00 51 24'Job[Restrain*Gasket DIPField Lock or Faso Trip Each 20 $ 50&00 $ 10,160.00. 3 6.0186.00 52 4"PVC Preen na ReskoW Harness Each 40 $ 57.00 $ 2.MOO S 1.36&00 1 53 6'PVC Pressure Poe Rrotrai#Harness Each 45 $ 72.00 $ 3.24400 S 1.944.00 54 8'PVC Prnsssus Poe Restraint Harness Each 1 45 $ 91.00 S 4.095.1101 S 2.457.00 55 10"PVC Presstae Pips RedraW Hantess Each 35 $ 190.00 S 6,65400 $ 3.99400 56 16'PVC Presses Pie Resaakt Hames Each 35 $ 40400 S 14,0[x.00 S 8,40400 57 24"PVC Presse Pipe Resuaktt Harness Each 36 $ 1.020.00 S 35,700.00 $ 21,420.00 58 Restrain 4 PVC Pressoe Pips Each 30 $ t55.0o $ 4.650-00 $ Z79D.00 59 Restrab mdstkm 6'PVC Penessae Pfpe Each 30 S 210.00 S 6.30400 S 3,78400 60 Rwbain sxfs W 1r PVC Presaoe Pipe Each 30 $ 490.00 S 14.700.00 S 8,820.00 61 Plasbain wftnq 6'DP Presse Pips tact' 30 S 210.001 $ 6.300.00 $ 3,780.00 1 62 Reshain odsft 8'DIP Presse Pie Each 1 30 $ 245.00 $ 7,3M0o $ 4,410.00 ) 63 Restrah wdstkm 1r DIP Ross,"Pipe Each 30 00 5 480. S 14.40.00 $ 8.640.00 Ag �r•�;�y sc,�V/Y7f& ,ir:�•7 �� 64 4"Gate Valve&Valve Box Each 25 $ 460.00 $ 11,250.00 6,750.00 65 6"Gate Valve&Valve Box Each 25 $ 550.00 $ 13,750.00 $ 8,260.00 66 8"Gale Valve&Valve Box Each 15 $ 932.00 $ 13,980.00 $ 8,388.00 67 12'Gate Valve&Valve Box Each 10 $ 1,425.00 $ 14,250.00 $ 8.550.00 68 16"Gate Valve&Valve Box Each 6 $ 6,930.00 $ 34.650.00 $ 20,790.00 69 24"Gate Valle&VMve Box Each 1 $ 18,810.00 $ 18,810.00 $ 11,286.00 70 12"Butledly Valve&Valve Box Each 1 10 $ 1,490.00 $ 14,900.00 $ 8,940.00 71 18"Bunwly Valve&Valve Box Each 1 $ 2,830.00 $ 2,830.00 $ 1.698.00 72 2,C Valve&Valve Box Each 1 $ 5,660.00 $ 5,660.00 $ 3,396.00 73 6'704-T Sleeve w/Valve&Valve Box Each 1 $ 2,190.00 $ 2,190.00 $ 1.314.00 74 6W Tapping Sleeve wNalve&Valve Box Each 1 $ 2,220.00 $ 2,220.00 $ 1,332.00 75 Mg'Tapping Sleeve WValve&Valve Box Each 1 $ 2.070.00 $ 2,070.00 $ 1,242.00 76 8"X6"Tappmg Sl m vdValve&Valve Bax Each 1 $ 2,420.00 $ 2,420.00 $ 1,452.00 77 8'x8"Tappng Sleeve wNatva&Valve Box Each 1 $ 3.070.00 $ 3.070.00 $ 1,842.00 78 12"X 4TVft Steava wl Valve and Valva Bax Each 1 $ 3,190,00 $ 3,190.00 $ 1,914.00 79 12"X 6"Tapping Sleeve w/Valve and Valve Box Each 1 $ 3,540.00 $ 3,540.00 $ 2,124.00 80 12-X 8"Tapping Sleeve w/Valve and Valve Box Each 1 $ 4,240.00 $ 4,240.00 $ 2,544.00 81 12'X10'Uppft Sleeve wl Valve and Valve Box Each 1 $ 5,490.00 $ 6,490.00 $ 3,294.00 82 12%12"Tappft Sleeve wl Valve and Valve Box Each 1 $ 6,800.00 $ 6,800.00 $ 4,080.00 83 16'X 4!TappkV Sleeve wl Valls and Valve Box Each 2 $ 4,570.00 $ 9,140.00 $ 5,464.00 84 16"X 6"Tapping Sleeve wl Valve and Vahre Box Each 1 2 $ 4,580.00 $ 9,160.00 $ 5.496.00 85 16,C 8"upft Sleeve w/Valve and Valve®ox Each 2 $ 7.970.00 $ 15,940.00 $ 9,564.00 86 16"X 1D"Tapphg Sleeve w/Valle and Vahre Box Each 2 $ 8,840.00 $ 17,680.00 $ 10,608.00 87 24'X B"Tapping Shave w/VWve&Valve Box Each 1 $ 5,690. 80. 00 $ 5,600 $ 3,414.00 88 24"X 8"T Steeve WNW"&Valve Box Each 1 $ 5,690.00 $ 5,690.00 $ 3,414.OD 89 24'X 12'TappkV Sleeve wNalve&Vahre Box Each 1 $ 13,500.00 $ 13.500.00 $ 8,100.00 126 FIM Hydrant Ammbly w#h Cap#vaW Caps,6"Gale Valve&Anchor Tee Assembty& Each 25 S 3.000.00 $ 75,000.00 $ 46,000.00 128 Bo0ards for File Post Each 20 $ 186.00 $ 3,700.00 $ 2,220.00 129 S Ponta W/Double SnP Saddle&corP.StOP Each 15 $ 220.00 $ 3,300.00 $ 1,980.06 131 Poke on 2'Blow offs Each 10 $ MOO $ 3.800.00 $ 2,280.00 132 2'Blow off PWq Assenft with Box Each 10 $ 456.00 $ 4,560.00 $ 2,736.00 133 f"Air Release Valve W/Menhole far Wa*dPAcleimed Main Each 5 $ 1,518.00 $ 7,580.00 $ 4,548.00 134 1"Offset Air Release Valve WAftnhole for WaterlRaciahMd Water Main Each 2 $ 2,500.00 $ 51000.00 $ 3,000.00 135 Y Air Release Valve W/Menhole for Water/RecWmed NO Each 20 $ 2,191.00 $ 43,820.00 $ 26.292.00 136 2"Air Raba=Valve W/Mwftle for Wasewater Main Each 20 $ 1,379.00 $ 27,680.00 $ 16,648.00 138 2"Above Ground Offset Air Release Vetve for Wastavatar Force Main Each 20 $ 2,891.00 $ 57,820.00 $ 34,692.00 140 Short 5/8"Mmw Service 1-112"PVC)(up to 10'long) Each 125 $ 700.00 $ 87,500.00 $ 52,500.00 141 Shorl S ngle 618"Meter Service 1-112"Poto 10'long Each 26 $ 735.00 $ 18,375.00 $ 11,025.00 142 Start Double 6/8'Meter Service 1-1&"PVC) Up to 10' Each 125 $ 796.00 $ 99.500.00 $ 59,700.00 143 Short Double 518"l4eler Service 1-117 rteto 19 ) Each 1 25 $ 815.001 $ 20.375.00 $ 12,225.00 144 Long Skoe 518"Meter Service(1-112"PVC wfth 3"Casing up to 40'long) Each 75 $ 745.00 $ 55.875.00 $ 33,525.00 145 Long Shgjq 6/8 Meter Service 1-112" ne with 3'Casing up to 40 long Each 25 $ 780.00 $ 19,500.00 $ 11,700.00 146 LongDouble 518'Meter Service(1-112"PVC with 3"Casing up to 40' Each 76 $ 820.00 $ 61,500.00 $ 36,900.0D 147 Long Double 5B"Mater Service 1-1/2" ne with 3"Caft up to 40'long) Each 25 $ 855.00 $ 21,375.00 $ 12.825.OD 149 Short 1"Meter Servfee 2"PVC)(up to 10"Ion Each 10 $ 745..00 $ 7,450.00 $ 4,470.00 150 Short 1"Meta Service 2'P ne to IO'long) Each 10 $ 765.00 $ 7,650.00 $ 4,590.00 151 Short 8-SW Meta Smite PVC up to 10! Each 2 $ 1.240.00 $ 2,480.00 $ 1,488.00 152 6-OF X AC PlPs Adapisr Each 2 $ 308.00 $ 516.00 $ 369.60 163 8"DIP X AC Poe Adapter Each 10 $ 351.00 $ 3,510.00 $ 2.100.00 164 12"DIP X AC Pipe Adapter Each 5 $ 530.00 $ 2.650.00 $ 1,590.00 203 1 Up to 1 1/2"PVC Water Service i oWlaffon wINn private pmpady from mater box to Each 150 $ 910.00 $ 136.500.00 $ 81,900.00 TOTAL OF MATERIAL VALUE$AMT AND SBE VALUE$AMT 2,678,133.So $ 1 a60.10 AS 1of2 Palm Beach County Office of Small Business Assistance Certifies That Utility Supply Associates, Inc. VENDOR* VC0000125844 is a Small Business Enterprise as prescribed by Section 2-80.21-2-80.33 of the Palm Beach County Code for a three year period from August 22, 20J 6 to August 21, 2019. The following Services and/or Products are covered under this certification: Bends, Ductile Iron, Mechanical Joint; Bolts,T Head; Bolts, Water Pipe,Mechanical Joint Acessories w/nut; Boxes, Ground,Reinforced Polymer Concrete; Boxes, Valve, Cast Iron & Parts; Caps DI, MJ End; Cement, PVC; Clamps, Pipe Repair, Full Circle, Stainless Steel for Asbestos Cement Pipe; Clamps, Pipe Repair, Full Circle, Stainless steel for Cast Iron/C900PVC Pipe; Cleaners for PVC Pipe& Conduit, Clear, In Screw on Cans,Brush Top; Corporation Stops; Couplings, Brass Meter; Couplings,Brass Straight; Curb Stops, Including Parts& Accessories; Fittings, Pipe, DI Gaskets; Frames& Cover Sets, Manhole; Gaskets, Meter, Paper Fiber; Gaskets, Meter, Rubber Composition; Glands Follower, DI MJ; Glands, Retainer, DI, MJ; Pipe, Ductile Iron; Pipe(PVC) Polyvinyl Chloride; Saddles, Service, I.P.S., F.I.P.; Sleeves, Ductile or Gray Iron, MJ; Tees, DI, MJ; Tubing Fittings, (Brass, Bronze& Copper); Tubing Fittings, (Plastic, PVC) Certificate 2 of 2 Palm Beach County Office of Small Business Assistance Certifies That Utility Supply Associates, Inc. VENDOR#VC0000125844 is a Small Business Enterprise as prescribed by Section 2-80.21--2-80.35 of the Palm Beach County Code for a three year period,from August 22, 2016 to August 21,2019 The following Services and/or Products are covered under this certification: Valves, Bronze:Angle, Ball, Check Gate,Globe, Etc.; Valves,Air Release; Valves, Brass and Copper; Valves, Iron Body:Angle, Check, Gate, Globe, Etc,; Valves, Plastic, Ball, Check, Diaphram, Globe, Etc. Palm Beach County Board of County Commissioners Mary Lou Berger, Mayor lial R Valechc,Vice Mayor Paulem Burdick Shelley Vana Steven L.Abrams Melissa Me Kinlay Priscilla A Taylor Allen Gray, Manage County Administrator August 22, 2016 Vcrdenis C.Baker 1 j i � 1 August 22. 2016 1 �Coalrvt' Utility Supply Associates. Inc. 140 Commerce Rd t Boynton Beach, I'L 33426 Ocoee of j Small Business Assistance Dear Mr. Marino. -,o Squfh Military Frail Suite tn_ ' V%rst R,im Beach.Ft.33.11 The Palm Beach County 01'fice of Small Business Assistance has 'a"i)c1°n6-1O completed its' review of the documents you submitted for recertification Fax (1k;IIof6 nNSU and is pleased to announce that your firm has been recertified for(659-17- wwwphcgow-ondosha 65)Bends. Ductile Iron, Mech.Joint,(320-20-94) Botts,T-Head,(670-52- 10) Bolts, Water Pipe, Mechanical Joint Access W/Nut, (210-45-14) iBoxes. Ground Reinforced Polymer Concrete, (890-40-32) Boxes, Valve, I use�stbtnrcouttrr Cast Iron.& Parts,(659-2747)Caps. Ductile from Mech. Joint End. (670- j OSBA 05-11) Cement, FVC. (670-52-16) Clamps, Pile Repair Full Circle, Stainless Steen, for Asbestos Cement Pipe, (670-52-17) Clamps, Pipe Repair, Full Circle, Stainless Steel for Cast Iron/C900 PVC Pipe,(670-05- 16) Cleaners, for PVC Pipe & Conduit, Clear, In Screw on Cans. Brush Top, (670-64-32) Corporation Stops, (659-33-13) Couplings. Brass, taim Beach County Meter. (659-33-09) Couplings, Brass, Straight, (670-64-34) Curb Stops. Board orrcoumy Including Parts & Aceessories,(659-97-29) Fittings. Pipe, Dur;=ie ifu.:. commissioners Gaskets. (890-30-38) Frames & Cover Sets, Manhole, (285-35-14) Mary l,)r)Berger.Mayr Gaskets. Meter, Paper Fiber, (285-35-65) Gasket,, Meter. Rubber Composition, (659-44-89) Glands Follower. D1,„tile Iron, Mechanical 1+ai 1t valecna vile Stavor Joint, (65944-90) Glands. Retainer, Ductii•- Iron, Mechanical Joint, Nutene Burdick (65846-34) Pipe, Ductile Iron,(65860) Pn,yvinyl Chloride Pipe,(659-73- shettcyk)na 37) Saddles. Service, I.P.S.,F.I.P. (650-13-66) Sleeves. Ductile or Gray ) Iron, Mechanical Joint, (659-85-511 i ees, Ductile Iron, Mechanical Joint, Stcnen k. .lhraius (65978) Tubing Fittings (Brasil, Bronze and Copper). (65979) Tubing MehssaMclimlay Fittings(Plastic PVC). (6707,1) Valves Bronze: Angle. Ball, Check. Gate, Globe, Etc.. (815-62-6;) Valves, Air Release. (67069) Valves. Brass and Prianla 1 raylor Copper. (67075) Vdlves. Iron Body: Angle, Check, Gate, Globe, Etc., and (67077) Vak cs. Plastic, Ball, Check, Diaphram. Globe. Etc. as a Small Busine:s Enterprise (SBE) for three (3) years, expiring on August 21, 2619. You will not receive SBE consideration if you bid in another area. ) County Adnan lstrator I t if Enclosed is your certificate. Verdema t Baker Your firm shall be subject to the provisions of the Palm Beach County ) Purchasing Code, SBE Code and all State and Federal laws relating to the transaction of business. '.4n Equa/ri)ghnxnit� Vfirmurirr irriun Ent}h�irr' ) a � �OHI1�' Page 2. Office of Small Business Assistance 5o Smith Mititary Ttail.Suitt-202 This certification entitles you to participate in contracting opportunities west Palm Beath F( ISa15 when the products and services offered by your firm are being considered t5otioliafS840 for bid. As an additional service to your firm. you will be included in the Fax 45ah"l"-i3B5o Palm Beach County Directory of certified SBE firms. If you wish to have wwtvpbcgovcattrtosw your firm's services changed, please contact our office at (561) 616-6840 for an application to amend your certification. PMA.tfwntcour,. Your company's certification is subject to periodic review to verify your OSBAcontinued eligibility. Any changes you report to any County Department/Division must also be reported to OSBA. Your company name and vendor code must be the same in both Purchasing and OSBA. Failure to maintain your firm in accordance with SBE requirements contained in the Palm Beach County Code or failure to report changes in Paht mac,County, the status of your firm may result in your firm being decertified. Board or County commissioners Remember, whenever you respond to a County bid you must do so under Mary Lou Berger.Mayor the name of Utility Supply Associates. Inc. with vendor code VC0000123844. Hal R Valeche.Vice Mayer Paulette Burdick Sincei�ly, 1 Slieiley Vana StrvenL Abrams Mebssa Mcttintay Patricia M. Wilhelm. Small Business Development Specialist 11 Priscilla A lavior Courtly Administrator Verdenta[ Baker Art Equal Oppurrunto AJjirmarisa dcfft,"brVdaw" OESO LETTER OF INTENT—SCHEDULE 2 A conwleted Srdmdule 2 is a bindin[doammt between the Prime ContractWconadtant and a Sulmmitim"1subconadtant(for j ww tlerl and should be treated as such, The Sduedule 2 shag contain bolded bumum indlnt(ne that by shmha the Sdwakde 2 both u>ertfw recowui>:e this Schedule as a bindfna document. All Subcontractors/subconsultants, indudling any tiered 1 Subcontractors/subconsukants,must properly execute this document. Each properly executed Schedule 2 must be submitted with the bid/proposal. SOIICRAi10hl/PROJECrNUMBER: WUD 19-040 i.v, 1 SOUCRATION/PROJECT NAME: 2019 Pipeline Continuing Construction Contract Name of Prime. Johnson-Davis, Inc. (Check boxfsi Ow aooly) i QSBE O WBE OMBE MM/WBE [3Non-S/M/WBE Date of Palm Beach County Certification(if applicable):Ap' The undersigned affirms they are the following(select one from each column): 1 Column 1 Coliumn 2 OMale MFemale C)African-Amerlcan/BlackOAslan American QCaucaslan American Olf(spanicAmerican ONativeAmerican i SMAMBIEPAMMMION—VM/WBE Primes must document all work to be Deformed by their own work force on this form. Fai lure t a submit a r properiy enecuted Schedule 2 for any SWANK participation may result in that participation not being counted Specify in detail,the scope of work to be performed or items supplied with the dollar amount and/or percentage for each work item. S/M/WBE credit will only be given for the areas in which the S/M/WBE is certified. A detailed proposal may be attached to a properly executed Schedule 2. t Line Rem Description Unit Price Quarft/ Condngimcies/ Total Price/Percentage Rem Units Allowances 502 li 1 Q I 2 " 5.w 0 0 we,06 q era rl � pip ove- � / (cant is prepared to self-perforl t�abk in co n with �Z • project at the following total price or percentage: `sat 4br ooirC�Or $r 0 x S(j 0lr SOO I/o�t t 1 [amount tyle unde�ed(moods t o subcontract any portion of this work to another Sa actor/suboonwitan4 please(lot t#ue business name and the below accompanied by a separate properly executed Schedule 2. t Ce til i P,40 Price or Percentage: , �500.QQ Name 2'�/3i°der Subcafbfactcr/subc�onsu(tmrt Johnson-Davis, Inc. R&D Paving, LLC Prkut Pru me of Subcantracto nt t By: ' _. Robert Nancy G. Rosso t k ' Print lame - Print Name j Vitt « ,� = Managing Member Title1 Title �i G 1 Date:.Hod 21 aGQ�q_ Date:_1 e Revised 02/28/2019 il,r' ti4 r - ... _. ..,.. ars ,...r. ..., ...w.r:..iv u,.ro. ::'.-'iu.,✓••wi.«,r ...+ ,a..a:..,, .r.. .....,w, ...a.,M r ca. , w'wr...>,..,r .h ..a .. e a Pe% Beech county La ce of Equal A911 7OSS rtun ty 4j Certifies That R & D Paving, LLC Vendor *VC0000142762 is a Small/Women Business Exterprise as prescribed by section 2-80.20—2-80.40 of the Palin Beach Coanty Code for a three year period frons April 10,- 2019 to April 9, 2022 The following Services and/or Products are covered under this certification: L. r Clearing and Grubbing Services Construction,General;Backfill Services,Digging,Ditching,Road Grading,Rock Stabilization Excavation Services; Striping Streets;Parking Facilities,Lane Divisions,etc. Maintenance.andRepair,Parking Lot and Alley Maintenance and Repair, Sidewalk and Driveway Paving/Resurfacing,Alley and Parking Lot Palm Beach County Board or County Commissioners Made Bernard,Mayor Dave Korner,We Mayor Wl Valecde Allen F. Grey, Mana : 1ZoWrt annrro* Mary Lou Berner l imb L%no Melina Mcmalay County Administrator Vwdenia G Beka 1 s OEBO LETTER OF INTENT—SCHEDULE 2 A confab d Sdredule 2 is a bbWN[doommit between the Prime Caatracb wim"Sume acid a Subcontractor/strtioo Etor 1 anv tial and should be ftwud as web, The Sdtadde 2 sial contak bolded iaawuaee b that by stemma the Scum"2. both aarties rscanhe this Sdwdute as a bbdirat doewwetn. All Subcontractors/subconsultants, including any tiered Subcontractors/subconsultants, must properly execute this document. Each properly executed Schedule 2 must be submitted with the bid/Proposal. i SOLICITATION/PROIECTNUMBER: WUD 19-040 JC.aN J0,4-CJAV!F, IP."O 1 SOUCITATION/PROJECT NAME: 2019 Pipeline Continuing Construction Project 601 l+ lihl:�th l ;;ve to tom, ri 3346;' Johnson-Davis, Inc. Name of Prime boxtsl that aoulvl j SBE ❑WBE ❑MBE ❑M/WBE mon-S/M/WBE Date of Palm Beach County Certification(if applicable): 1 The undersigned affirms they are the following(select one from each column): Column Column 2 Male❑Female ❑African-American/Black❑Asian American (jucasian American t ❑Hispanic American [Native American I S/M/NiK PARTICIPATION—S/M/W8E Primes must document all work to be performed by their own workforce on this form. Failure to submit a properly executed Schedule 2 for any S BE participation may result in that participation not being counted. Specify in detail,the scope of work to be performed or items supplied with the dollar amount and/or percentage for each work item. SJM/WBE credit will only be given for the areas in j which the SIM/W13€is certified. A detailed proposal may be attached to a properly executed Schedule 2. 1 Line item Description Unit Price Quantity/ Contingencies/ Total Price/Percentage 1 Item units Allowances gfi I'l god CQ i it00 No Ir 1 �3 (w j N i EL 1 The undersigned Subcontractor/subconsultant is prepared to self perforin the above described work in conjunction with the aforementioned project j at the folbwing total price or percentage: 3tT6�.j'� 1 if the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsukaru,please list the business name and the 1 amount below accompanied by a separate properly executed Schedule 2. IY a� Price or Percentage: AA /� j Plaine of /3�tier Submntractor/snbconsuhaM i f AArk,,0Ud',6 IA MA, 6&'e-&:5 lAfe- Print&A of Prime Print Plaine or/subconsuitant 1 By By: Authorized ature ized Signature 16o�r CA i�oerti I PrintName � Print Name '- V.cr t�rc rnfi V 1 GE- A 51 Dor 1 Title -_ Title Date: `Z�� d' Date: 1,40o101 Revised 02/28/2019 SCHEDULE OF BID PRICES Project No.:WUD 19-040 Project Name:2019 PipeNneContinuing Construction Contract 2019 eur rrEm BID ITEM(Fumish and Install with UNIT QTITY UNIT TOTAL No. Appurtenances) PRICE 73 6"X4"Tapping Sleeve wNalve&Valve Box Each 1 $ 375.00 $ 375.00 74 6"X6"Tapping Sleeve wNalve&Valve Box Each 1 $ 400.00 $ 400.00 75 8"X4"Tapping Sleeve wNalve&Valve Box Each 1 $ 375.00 $ 375.00 76 8"X6"Tapping Sleeve w/Valve&Valve Box Each 1 $ 400.00 $ 400.00 77 8"x8"Tapping Sleeve wNalve&Valve Box Each 1 $ 450.00 $ 450.00 78 12"X 4"Tappin Sleeve w/Valve and Valve Box Each 1 $ 375.00 $ 375.0 79 12"X 6"Tapping Sleeve w/Valve and Valve Box Each 1 $ 400.00 $ 400.00 80 12"X 8"Tapping Sleeve w/Valve and Valve Box Each 1 $ 450.00 $ 450.00 81 12"X10"Tapping Sleeve w/Valve and Valve Box Each 1 $ 500.00 $ 500.00 82 12"X 12"Tapping Sleeve w/Valve and Valve Box Each 1 1 $ 550.00 $ 550.00 83 1M 4"Tapping Sleeve W Valve and Valve Box Each 2 $ 375.00 $ 750.00 84 IM 6"Tapping Sleeve W Valve and Valve Box Each 2 $ 400.00 $ 800.00 85 16"X 8"Tapping Sleeve w/Valve and Valve Box Each 2 $ 450.00 $ 900.00 86 16"X 10"Tapping Sleeve w/Valve and Valve Box Each 2 $ 500.00 $ 1,000.00 87 24"X 6"Tapping Sleeve wNalve&Valve Box Each 1 $ 400.00 $ 400.00 88 24"X 8"Tapping Sleeve wNalve&Valve Box Each 1 $ 450.001 $ 450.00 89 24"X 12"Tapping Sleeve wNalve&Valve Box Each 1 $ 550.00 $ 550.00 236 4"Single Line Stop for PVC/DIP/CIP/AC) Each 1 $ 3,480.00 $ 3,480.00 237 6"Single Line Stop for PVC/DIP/CIPIAC Each 1 $ 3,732,00 $ 3,732.00 238 W Single Line Stop for PVC/DIP/CIPIAC) Each 1 $ 3,996.00 $ 3,996.00 239 10"Sin le Line Stop for PVC/DIP/CIPIAC Each 1 $ 5,532.00 $ 5,532.00 240 12"Sin le Line Stop(for PVC/DIP/CIP/AC) Each 1 $ 5,802.00 $ 6,802.00 A SUBTOTAL BASE BID Bid items 1-240 is 31,667.00 Pa/.m Beach C01117ty Office OfSma//BUSh70ssAss*taMf Certifies That Rangeline Tappin Services, Inc. VENDOR# UG0006 is a Small Bw*wss Enterprise(SBE) as prescribed by section 2-8&21—2-84.35 of the Palm Beach Comity Code for a three year period from February 20, 2018 to February 19, 2021 The following Services and/or Products are covered under this recertification: Excavation Services Maintenance and Repair, Utility and Underground Projects Maintenance and Repair, Water System, Main and Service Line Construction, Utility and Underground Projects Palm Beach County Board of County Commissioners 01( Melissa McKinlay,Mayor Mack Bernard,Vice Mayor Hw valache ftWaftan Allen Gray, ager '�. "'" DavisKam Stem L.Abram Mary Lou Berger 02t"1: 4 County Administrator ►;: Verd®nia Baker a F _ —�:..«..•wra SFU 3.���,• v� 4:Yr'� M ` " 3,'"�'A� *�-f�o ti i�IL�+i .G� +1ti=��S►���'�,�«r�°��i �!�f� .��-M"!:IF .�. , OEBO LETTER OF INTENT—SCHEDULE 2 am fieri and AmM be Weabed as suds. The Sdtdue 2 dwB aat Wn-hoMed llnenraree iadkWu that by sianks the Sclsedu e L both owdu reeomtit a this Sch d-uk as a ltindbta All Subcontractors/subconsuttants, including any tiered Subcontractors/subconsuttants,must property execute this document. Each property executed Schedule 2 must be submitted with the bid/proposal. SOLICITATION/PROJECTNUMBER: 19-040i;WUD ` jD SOLICiTATiON/PROJECTNAME: 2019 Pipeline Continuing Construction Contract I s�t�,1 , �S. ,j•-'`�-' Name of Prime: Johnson Davis [Check box(s)that apply) 2s,2020 l]5BE ❑WEE i�MBE ONI/1NBE melon-5/M/V�ItiE Date of Palm BeachCountyGertif[cafion(if appllcabtej: The undersigned affirms they are the following(select one from each column): Column 1 Column 2 MMale OFemale OAfrican-American/BlackOAsian American MCaucasian American 0Hlspanic American [Native American S/M/WBE PARTHWATION—S/M/VJBE Primes must document all work to be performed by their own workforce on this form. Failure to submit a properly executed Schedule 2 for any SfMMW participation may result in that participation not being counted. Spec€fy in detail,the scope of work to be performed or items supplied with the dollar amount andf or percentage for each work item. Sf M/WBE credit will only be given for the areas in which the S/M/WBE R certified. A detailed proposal may be attached to a properly executed Schedule 2. Line Rem DescrhWon Unit Price Quantity/ Contingencies/ Total Price/Percentage Item Units Allowances 181 Density testing $20lteet 600 $12,000 192 Proctor testing $751test 100 $7,5W 183 Concrete sets $751aet 1 100 $7 WO The undersigned Subcontractor/subconsultant is prepared to self1mrform the above-described work in conjunction with the aforementioned project at thefollowing total prke or percentage: 100% Z77 0004 N the undersigned intends to subcontract any portion of this work to another Subcontractor/subconsukant,PkaSe list the business nameJthe amount below accompanied by a separate properly executed.Schedule 2. N/A Price or Percentage: N/A Name of 2nd/30 tier Subcontractor/subconsukant _ jyiS TSL Nutting Engineers of Florida, Inc. Print "P Print Name of Subcontractor/subconsultant By: BY AuthQri;ed mature Authorized Signature R � tames Lendi Print Name ;s�: Print Name UKG� [ ' V i Operatimis Manager Title =- Title Date* _ ,.�'°1f !rateMa d 21, 2019 Revised 02/28/2019 1 i .� 114 CR o �> is h 1 Q 0 O en .b'm a 3� qw 1 w fS at i �1 September 28,2017 Richard Iossi hutting Engineers of Florida,Inc. 1310 Neptune Drive Boynton Beach,FL 33426 Office of s ttlabunca DearMr.Iossi: - so coach MMUy Yra&sdte ZI2 Wear Palm Beach.tae SRI s The Palm Beach County Office of Small Business Assistance has completed (56 1)61644 its review of the:documents you submitted for recertification and is pleased Fax:c$e4616-6854) to announce that your firm has been certified for: 92346 Geotechnical www.pbCgW.W= ft ung; 92342 Foundation Zu&eering; 91843 Environmental Coaantting semen; 92336 Inspecting, StructuraVEoglneering; and 91273 Quality Control Testing Services as a Small Business Enterprise ft"No"COIRM (SBE) for three(3) years, wgMng September 29,2020. You will not O BA receive SBE consideration if you bid in another area. Enclosed is your *1certificate. Your firm shall be subject to the provisions of the Palm Beach County Purchasing Ordinance and all State aid Federal laws relating to the transaction of business. fths no" l Bond of cmay cow This certification entitles you to participate in contracting opportunities when the products and services offered by your firm are being considered p"' `'1° &tr bid. As an additional service to your first,you will be included in the ntethea McKh1ky,vice burr Palm Beach County Dhectory of certified SBE firms. If you wish to have Fiat FL vahche your firm's listing changed,please contact our office at(561)616-6840 for an application to nuend your certification. Daws tcemer Sbeven L nhrarall Your company's certification is subject to periodic review to verify your continued eligibility. Any changes you report to any County Mary LOU DepartmentlDivision must also be reported to OSSA. Your company Maar Bernard name and vendor code must be the same in both Purchasing and OSBA. Failure to report changes in the status of your firm may result in your firm being decertified. Remember,whenever you respond to a County bid you must do so under the name of: Nutting Engineers of Florida,Inc.with meq,Adminisbater vendor code:YC0000131219. verdeNa c rawer Sincerely, C—D-9— Angela D Smith, Small Business Development Specialist 11 An EVdGppwtmWy Office of Small Business Assistance erm Aeft ff"6.�W pkadan t ) OEBO LETTER OF INTENT—SCHEDULE 2 " A completed Schedule 2 is a binding document between the Prime Contractor/consultant and a Subcontractor/subconsultant Ifor any tler►and should be treated as such The Schedule 2 shall contain bolded language indicating that by signing the Schedule 2 "1 both oarttes recoamize this Schedule as a binding document. All Subcontractors/subconsultants, including any tiered Subcontractors/subconsuitants,must properly execute this document. Each properly executed Schedule 2 must be submitted with the bid/proposal. SOLICITATION/PROJECTNUMBER: MD 19-040 �C1i iii �:�V i i/:`•' �. i?i': SOLICIT.ATION/PROJECTNAME: 2019 Pipeline Gonfinuing Construction Contract Fi 3?"16"7 Name of Prime (Check box(s)that aRRIO MSBE O WRE ❑MBE OM/WBE Mon-S/M/WBE Date of Palm Beach County Certification(if applicable): 1 The undersigned affirms they are tate following(select one from each column): i Cohuno 1 Column 2 Morale OFemale [3Wcan-American/Black[3kian American QCaucasian American OHlspank American ONative American SJM/WBE PARTICIPATION—WMA USE Primes must document all work to be performed by their own work force on this form. Failure to submit a 1 properly executed Schedule 2 for any S/M/WBE.participation may result in that participation not being counted. Specify in detail,the scope of work j to be performed or Items supplied with the dollar amount and/or percentage for each work item. S/M/WBE credit will only be given for the areas in which the SJM/WK Is certified. A detailed proposal may be attached to a property executed Schedule 2. une Item Description Quantity/ Contingencies/ Total Prke/Percentage Rem Units Allowances } 41"A 94-661radfh � 5 O 4W,a zoo s�- rC b i1cWtIJ6. 20.00 ISM si eoncnfio sob rC.trb ,nova 420.00 100 LF � 4 lb 00 X0.0 ! Tie undersigned Subcontractor/subconsultant is prepared to self-perfonli!ie above 4 work in con)un with the aforeinnentrar►ed project t at the following toast price or percentage: 4f�� If the undersined Wends to subcontract any portion of this work to another Subcontractor/subconsultant,please list the business name and the amount below accompanied by a separate properly executed Schedule 2. ly /A- Price or Percentage: ' Name of 2°d/3,d tier subcontractor/subconsuttant A- V i .In[. WM. D.AQEIMY JR, Print Prkne --r Print Name of Subcontractor I By: By I Authorized _ re Authorized Signature 14 _ j`f a,• n r"_ William D.Adeimy Jr. PrirrtName• =r Print Name l Vitt_ Prrrirdt President Title �, ( Title / {� Date -ft 7 tate: / V Revised 02/29/2019 s .l Palm Beach County Office of Small Business Assistance Certifies That WM. D. ADEIMY, JR., INC. Vendor * VC0000114246 is a Small Business Enterprise as prescribed by section 2-80.21—2-80.35 of the Palet Beach County Code for a three year period from March 22,2017 to March 21, 2020 The following Services and/or Products are covered under this certification: CONSTRUCTION,CURB & GUTTER(INCLUDES MAINTENANCE, REPAIR& REMOVAL); CONSTRUCTION SIDEWALK AND DRIVEWAY(INCLUDES PEDESTRIAN AND HANDICAP RAMPS). Palm Beach County Board of County Commissioners Paulette Burdick, Mayor Melissa McKinlay Vice Mayor Hal R Valeche Dave Kemer Steven L.Abrams Mary Lou Berger z3L J44�x_ •' Mack Bernard Allen F. Gray, Ma -gerCounty Administrator VerdeniaC.Balser 31=017 RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY bmr a STATE OF FLORIDA DEPARTMENT OF BUSINESSyA;N_W-1 -ROFESSIONAL REGULATION CONSTRUCTMI !I;-Iii11 JJ y .NG BOARD THE GENERAL C ITRAE I, 1I6W UNDER THE PROVI5,11445�OF HA 489, FL STATUTES ` n. K A . I ;J°R 4 s� ..,, VY14 D:-AVE1MY-JR. t)d!*1 �wii � C 1201° r ,- WE$T PALM*BCFI. a-1046 LICENSE NUIVISER CGGA07225 —71 DWIRATION DATE.-' AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Ell a Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. i ATTACHMENT NO. 3 TO BID FORM � 4 1 iitib+2`h r'(;v9 I..ar,ta..Ia, FL 3:11,4Q Certification of Business Location -ra (5E ? SEs ; 170 FCX .� 1 j �.,.r 1.O� 5.. -�,c.ac n PROJECT NUMBER:INUD 19-040 PROJECT NAME 2019 Pipeline Continuing Construction Contract In accordance with the Palm Beach County Local Preference Ordinance,as amended,a preference will be given to: (1) those bidders having a permanent place of business in Palm Beach County('County"'); and, (2)those bidders having a permanent place of business in the Glades providing goods or services to be utilized in the Glades.To receive a local preference,bidders must have a permanent place of business in the County or in the Glades, as applicable,prior to the County's issuance of any solicitation.A Business Tax Receipt issued by the Palm Beach County Tax Collector is required,unless specifically exempted by law,and will be used to verify the bidders permanent place of business. The bidder must submit this Certification of Business Location CCertifl:ation")along with the required Business Tax Receipt at the time of bid submission. This Certification is the sole determinant of local preference eligibility. Errors in the completion of this Certification or failure to submit this completed Certification will cause the bidder to not receive a local preference. 1. Bidder is a: — Local Business: A local business has a permanent place of business in Palm Beach County. (Please indicate): — Headquarters located in Palm Beach County Permanent office or other site located in Palm Beach County from which a vendor will produce a substantial portion of the goods or services. Glades Business A Glades business has a permanent place of business in the Glades. (Please indicate): Headquarters located in the Glades Permanent office or other site located in the Glades from which a vendor wiff produce a substantial portion of the goods or services. Non-local Business The Bidder does not have a permanent place of business in Palm Beach County. ll. The attached copy of the bidder's Palm Beach County Business Tax Receipt verifies the bidder's permanent place of business. TMS CERTIFICATION is submitted by SCOt Z. ZAt1`..t2n as (Flame of Individual) �c-P,�rdPrl ,of 5phn ton- &-hiAS .Tq L (Title/Position) (Firm Name of Bidder) who hereby certifies that the information stated true and correct and that the Palm Beach County Business Tax Receipt is a true and correct copy gin . Further,it is hereby acknowledged that any misrepresentation by the bidder on this Ce ed an unethical business practices and-be grounds for sanctions against future County bu ss. (Signatureu5 WV ( a ` PROJECT NO.:VWUD t94)40 BID FORM-19 Rev 4-18-19 RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY ' Florida ,1 A W1.0 verb WS STATE OF FLORIDA DEPARTMENT OF BUSINESS-ANO PROFESSIONAL REGULATION CONSTRUCTI"ON4INL�(7 -RY.0 I.-ENSiNG BOARD THE UNDERGROUND UTI IT'Y X 1 SgT SJ1J C0 Hip R IBJ AS CERTIFIED UNDER THE PROVISI{�i�IS�OF'ItgP� �E'�t489, FLORIDA STATUTES . ,o, ,Nj - coT A M, Es 1�0'4k. ; ' ►A IS�7I.NCOR ,ORATEDe +; p .1�11xLBf3A 'HI�%E LQ1r�1 V{H„ isc „fL '"N�2 t L /M '4 ( . yw a1±, z LICENSE,Nl3NIBER`C�7:C4308'7 EXPIRATIN,-.DATE`:AliGUST'31,2020 Always verify licenses online at MyFloridaLicense.com Mg . Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. ANNE. NJ. �'s A N N O N P.O.Box 3353.West Palm Beach,FL 33402-3353 -LOCATED AT" CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel:(561)355-2264 604 HILLBRATH DRIVE tiriz•irrg P�rtur Urerh County LANTANA, FL 33462-1656 Serving you. TYPE OF BUSINESS OWNER I CERTIFICATION IF I RECEIPT WDATE PAID AMT PAID I SILL It 23-0137 CW UNDERGROUND UTILITY 8 JOHNSON SCOTT J I CUC043087 I 1118-594851 OW10118 $185.85 1 840139445 This document is valid only when receipled by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2018/2019 LOCAL BUSINESS TAX RECEIPT B2-3246 JOHNSON DAVIS INC LBTR Number: 199306318 JOHNSON DAVIS INC EXPIRES: SEPTEMBER 30, 2019 . 604 HILLBRATH DR LANTANA,FL 33462-1656 This receipt grants the privilege of engaging in or managing any business profession or occupation Within its jurisdiction and MUST be conspicuously displayed at the place of business and In such a manner as to be open to the view of the public. ANNE M. G A N N O N P.O.Box 3353,West Palm Beach,FL 33402-3353 "LOCATED AT" CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel:(561)355-2264 Seri-ing Palm Beach Comity 604 HILLBRATH DRIVE Serving you, LANTANA, FL 33462-1656 7YPE OF BUSINESS OWNER I CERTIFICATION A I RECEIPT BIDATE PAID AMT PAID I BILL a 23.0097 UNDERGROUND UTILITY It EXCAVATION JOHNSON SCOTT J I CUC043087 I U1a.594651-07!18!18 S99.00 I 1340130-144 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY B3-3246 2018/2019 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 199306319 JOHNSON DAVIS INC EXPIRES: SEPTEMBER 30, 2019 604 HILLBRATH DR LANTANA,FL 33462-1656 This rants receipt the privilege of en p 9 9 gaging In or managing any business profession or occupation within Its jurisdiction and MUST be conspicuously displayed at the place of business and In such a manner as to be open to the view of the public. r .j Attachment 3a to Bid Form Cerfification of Business Location—Glades Subcontractor ; In accordance with the Palm Beach County Local Preference Ordinance,as amended,a pref wiU be given to non-Glades business utiUzing Glades subcontractors providing services to be utilized in located in the Glades. To receive a local preference, Glades subcontractors must have a permanent of business in the i Glades prior to the County's issuance of any solicitation. A Business Tax Receipt ' by the Palm Beach County Tax Collector is required,unless specifically exempted bylaw,and will be a to verify the subcontractors permanent place of business.The bidder must submit this Certification of Business n('Certification's along with the required Business Tax Receipt at the tine of bid submission. This Cert' 'on is the sole determinant of local preference eligibility. Errors in the completion of this Certification or Kure to submit this completed Certification will cause the bidder to not receive a Glades local preference. t L Subcontractor is a: Glades Business A Glades business has anent place of business in i the Glades. (Please indicate). ► Headquarters located in lades Permanent office or o site located in the Glades from which a vendor will produce ubstandal portion of the goods or services. j It. Subcontractor's Scope of Work and Bid Price: t Scope of Work: 1 1 Bid Price: Business Ad j y r I E H. The attached copy a subcontractor's Palm Beach County Business Tax Receipt verifies the j subcontractors nent place of business. THIS CERTIFI TION is submitted by ,as (Name of Individual) 1 of t (TitletP on) (Firm Name of Subcontractor) who hereby es that the information stated above is true and correct and that the Palm Beach County Business T Receipt Is a true and correct copy of the original. Further, it is hereby acknowledged that any mWep tion by the subcontractor on title Certification will be considered an unethical business practice and be grou for sanctions against future County business. (Si tune) (Date) . 1 //PROJECT NO.MW 19-044 BID FORM-20 Rev 4-18-19 , ATTACHMENT NO.4 TO BID FORM l=�• (�S1 585-��:•;�, I LIST OF MAJOR SUBCONTRACTORS PROJECT NUMBER:WUD 19-040 PROJECT NAME:2019 PIDeiine Continuina Construction Contract DATE: MnJ 93, q A list of major subcontractors to be utirmad on the project small be provided herein. Refer to Instrtictions to Bidders, Paragraph 5.1.6. The Contractor shall complete all information (Trade, Subcontractor, Llcense/Certificate Number)in all categories that apply. Suppliers or off-site fabricators are not to be listed. The purpose of this list is to discourage `sub-shopping" in general, to verify appropriate licenses and to provide a basis for 1he implementation of the substitution provisions of this Contract(Instructions to Bidder 2.3). The receipt of this Attachment in no way Constitutes approval or disapproval by the County of any subcontractor listed. Failure to furnish all information may result in rejection of bid. The Bidder has estimated the following are the major subcontractors to be used if the undersigned is awarded the contract. TRADE SUBCONTRACTOR UCENSE/CERTIFICATE NO. P��not 6nnAW R �D $wino (1214% A—re-o O+�,9rK C&CA fro t / 1 e i aQ Nr 4 no- I, Gt,�,t l fiJef 134 Sy' rdres Tac Cf It 05409 V Is Bidding Contractor. N1 _D001:5 ,, PROJECT NO.:WUD 19.040 BID FORM-21 Rev 4-1$-19 1 t t ATTACHMENT NO. 5 TO BID FORM ofita. ra.ti1�A t% TRENCH SAFETY AFFIDAVIT PROJECT NO.:WUD 19-040 i� PROJECT NAME:2019 Picieiine Continuina Construction Contract 1� DATE: OI FAILURE TO COMPLETE THIS FORM SHALL RESULT 'IN THE BID BEING DECLARED NONRESPONSIVE. L-%&tf'Sor1- 1�5 a0c. (NAME OF CONTRACTOR)hereby provides written assurance i that the Trench Safety Standards identified in the Occupational Safety&Health Administration's Excavation Safety Standards, (OSHA)29 C.F.R. 1926.650 Subpart P will be adhered to during trench excavation In t accordance with Florida Statute 553.60 through 553.64 inclusive(1990),"Trench Safety Act". The undersigned acknowledges that included in the various Items of the proposal and in the Total Bid Price are casts for complying with the Florida "Trench Safety Act" as summarized below: (Attached additional sheets as necessary) Schedule Item Trench Safety Cost (Per Linear ft. of trench, or Measure (Slope, Trench Shield, per sq.ft of sharing) etc.) i 001tE a I TOTAL o o� dau -,r-k0VMWW_ - (Daft) (Printed Name) (Tide) j Siats ofl0nd(, County oVal a,6a,t i . f Sworn to(or affirmed)and subscribed before me on the2. day of 20Iq by T T*rvfian who' ly to me or has Presented (type of identification)as Identification. L j .���o�Icaowt Rotary Signature and Seal '"` Print Notary Name and Commission Num °r END OF SECTION ; _ i PROJECT NO:WUD 19-040 BID FORM-22 Rev 418-49 i jCHt� C)U D/�+ s, INN 604 �itkibrath Der ve 1_antana, FL 1:34620 ph(,ne (56�", 5g6.. 17 f=� (56�, ..- PALM BEACH COUNTY BID FORM AND ATTACHMENTS ' Project No.:WUD 19-040 Project Name: 2019 Pipeline Continuing Construction Contract SECTION DESCRIPTION 1.0 BID FORM 2.0 BID BOND- Attachment No. 1 3.0 OFFICE OF EQUAL BUSINESS OPPORTUNITY-SCHEDULE 1 and SCHEDULE 2- Attachment No.2 4.0 CERTIFICATION OF BUSINESS LOCATION—Attachment No. 3 CERTIFICATION OF BUSINESS LOCATION—Glades Subcontractor—Attachment No. 3a 5.0 LIST OF MAJOR SUBCONTRACTORS-Attachment No.4 6.0 TRENCH SAFETY-Attachment No. 5 PROJECT NO.:INUD 19-048 BID FORM-1 Rev 4-18.19 Addendum Na 1 j0HN 0N-DP,v,s, INC 604 'a4flibrath1 Larita�a, FL 13462 Phone(5E 1`%8-1170 A. BIDDERS QUESTIONS AND ANSWERS. Fax(661) 585-5252 Q1 — Please clarify the following bid items and quantities on the above Instructions to Bidders(ITB 232 Canal Bank Grade and Place Rip-Rap Revetment—EA 40; Al — This bid item will be based on the actual quantity furnished and installed. See Section 01 29 00 — Measurement and Payment, Item 66; Canal Bank Grade and Place Rip-Rap Revetment(Bid Item 232). 1 i 02—237-240(Similar Items with different Units) EA and LS. This is not consistent. A2—Line items 236 and 237 will be revised from"LS"to"Each". 1 Q3—The county set a minimum 20 % certified County S/MMBE and we must submit a waiver 7 days before bid opening. Most prices arrives the day or the bid and/or a couple of days that they are due. Can we just document a good faith effort and submit with the bid. A3—A wavier must be submitted and approved by Office of Equal Business Opportunity i (OEBO) in accordance with the OEBO ounce and County PPM CW-0-043. ) Contractors with specific questions regarding the minimum 20% certified County S/M/WBE requirement for this contract should contact OEBO at 561-616-6840 for additional information. t Q4 — This is an annual contract without a set contract amount, do you still need a bid 1 bond? Most annual contract ford not required bid bond but a payment/performance (p/p) bond for each work order above 250,000. t A4 — A Bid Bond will be required. Please refer to Instruction to Bidders Section 5.0 (Bidding Procedures)for additional information. 1 Q6 — 3 The bid documents specified a public construction bond of 100 % 14 days after t notification from the county. Does that mean that you will need one for the full contract or ) only for work orders above 100k/250K? A5— No, the contractor, at time of execution of the contract, shall provide a copy of the t Surety Company bonding capacity equal or greater to the Contract price. A Public Construction Bond shall be provided for each individual Work Authorization f issued. . i 2 1 04 14iilbrath D FL ti3 C)` 5�g_, 1-7G FOX t5611 5b;)--,.-.�� Q6 —4 You don't have a tine item for above mentioned performance/payment bond, is the intent of the county that we add the p/p bond cost to each line Item? A6 — See Section 01 29 00 — Measurement and Payment item 70.a; Mobilization /Demobilization (Item 242 and 243)regarding performance bonds. Q7 — 5 In documents provided during the pre-bid meeting. It says A Bid Bond, in the form of Money Order or Certified Cashier's Check in the amount of 5 % of the base bid must be submitted with the bids. The bidder must utilize the Bid Bond form". Does that mean that the county only is accepting Money Order or Cashier's Check. A7 — The County accepts Money Order, Certified Cheek or Cashier Checks. Refer to Instruction.to Bidders Section 5.2 for additional information. Q8 — On Bid Form 2, 1.2. it says that a bid security for not less than 5% must be included but does not specify a bid bond.Bid form 14 and 15 is just a form but the rest of the document only Indicate Money Order and/or Cashier's Check. The documents are not deur on what do you need in the form of a bid bond. A8—Section 1.2 of the Bid Form is in reference to the Bid Bond. Refer to Section 5.2 of Instruction to Bidders for additional information regarding Bid Bond. A. CONTRACT DOCUMENTS: 1. Table of Contents: Add Supplemental General Conditions Section to Table of Contents Front End Documents: 2. Bid Form; Page 13; Bid Item No.236 and 237: Revised text of"LS"to"Each"on Bid Form. 3. Supplemental General Conditions Insert Supplemental General Conditions pages 1 and 2 following General Conditions Section. Technical Specifications: 3. Section 0157 00—Temporary Controls Add "J" Subsection text "TEMPORARY WATER" under 1.2 PERFORMANCE REQUIREMENT Section of Temporary Controls. 3 laC)NI 1jAViF% VP4;J 6pq ;iiltY�+ath �l�i�lF. SUPPLEMENTAL GENERAL CONDITIONS Lantana, PitGi1e ;561 �:f+•s � ! Fax (561', 1. GENERAL 1 These Supplemental General Conditions make additions, deletions, or revisions to the General Conditions as indicated herein. All provisions which are not so added, deleted, or revised remain in full force and effect. Terms used In these Supplemental General Conditions which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Similar terms , described in the General Conditions and Instruction to Bidders shall supersede these requirements if they are more restrictive. i Z. MULTIPLE AWARD OF CONTRACT 1 Palrn Beach County reserves the right to award this contract to more than one responsive bidder. In f the ovent that this right is exercised, up to two lowest responsive and responsible bidders shall be awardedi ,he contract. The County reserves the right to issue Vvc;'Authorizations to either awardee 1 as per the Cod,;hv's discretion.Work Authorizations will be!s.3ued on an as-needed basis.The County i has no obkp&n to itGuc work under this contract G any awardee. The awardee(s)may be found in defaulf of this contract if it dechnes i nuta w2^ 1n% of the offered work, or if it establishes a pattern of accepting only the more desirable work and declining the less desirable work. ! 3. RENEWAL OPTION 1MTH NO ESCALATOR The low responsive bidder(s)shall be awarded a contract for thirty-six (36) months with no option to renew. Prices shall remain firm for the thirty-six(36) month period. All terms and conditions shall be adhered to with no deviations and shall remain in full force and effect. i 4.QUALIFICATION OF BIDDERS i 1 This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the goods andf©r service specified. The bidder shall after bid opening. upon the Countys request, promptly furnish sufficient evidence in order to cordon a satisfactory performance record. Such information i may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics,the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award under application laws and regulations. j The bidder should submit the following information with their bid response; however, if not included, it 1 shall be the responsibility of the bidder to submit all evidence, as solicited, within a time frame specified by the County (normally within five working days of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause for rejection of their bid. Information submitted with a previous bid shall not satisfy this provision. List a minimum of five(5) references in which similar goods and/or services described in this contract i have been provided within the State of Florida. include scope of work, contact names, addresses, telephone numbers and dates of service. A contact person shalt be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must have been informed that they are being used as a reference and that the County may be calling them. 1 PROJECT NO.:wUD 19-040 SUPPLEMENTAL GENERAL CONDmONS-1 Addendum No.4 1 i ;{fi ,islibsat Dt"V : i.cI.ntzna, 1 L 3 � 1 Fax t5e11Fax DO NOT list persons who are unable to answer specific questions regarding the requirement: The Company shall have as a prerequisite a minimum of five (5)years experience in the State of Florida, demonstrating the ability to provide similar goods and/or services stated herein. &WORK SITE SAFETY/SECURF7Y The awarded bidder shall at all times guard against damage or loss to the property of Balm Beach County, the bidder's own property, andfor that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. When applicable, the awarded bidder small provide fences, signs, barricades, flashing lights, etc. necessary to protect and secure the work site(s) and Insure that all County, State of Florida, OSHA, and other applicable safety regulations are met. Additionally, awarded bidder shall provide for the prompt removal of all debris from Palm Beach County property as necessary. Palm Beach County may withhold payment or make such deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property through negligence of the awarded bidder or its agents. END OF SECTION PROJECT NO.:WUD 19840 SUPPLEMENTAL GENERAL CONDITIONS-2 Addendum No.1 1 .i0Hj%iS0N-DtAViS), IN(; "1 Bon 4jlbrath Drive Lantana, 33452_ SECTION 0157 00—TEMPORARY CONTROLS FFix 146i 58.5- %i`t "1 Fix(x,51} 53 2-525? � PART 1 —GENERAL ' 1 1.1 THE SUMMARY A. Furnish,install and maintain all methods,equipment and temporary utirities as required to t Provide controls over environmental conditions at the construction site and related areas 1 under the CONTRACTOR's influence. Remove physical evidence of temporary facilities upon completion of the WORK. � B. Providing of adequate facilities at every stage of performing the WORK is the i CONTRACTOR's sole responsibility, and is not limited by the requirements hereof. 1 C. Except as otherwise indicated,the costs of providing and using temporary utility services j Is to be included in the Contract Sum. D. The CONTRACTOR may,at its option,provide stand-alone utility plants to provide needed services, in lieu of connected services from available public utilities, provided such stand- alone plant facilities comply with all federal, state and local regulations and are permitted as required by all regulatory agencies. E. Enforce strict discipline in the use of utility services. Limit availability to essential uses so as to minimize waste. Do not allow the installations to be abused or endangered. F. Maintain distinct markers for underground lines and protect from damage during I excavation operations. G. Related sections: j 1. Section 01 14 13—Access to Site 2. Section 0157 13—Temporary Erosion and Sediment Control 1 1.2 PERFORMANCE REQUIREMENTS A. Noise Controls: 1. Between the hours of 6:00 P.M.And 8:00 A.M, Monday through Friday, noise levels shall not exceed ten (10)dbA above the ambient noise level,when measured within I 50 feet of the noise source,without written permission of the OWNER. 1 2. Between the hours of 6:00 P.M. Friday and 8:00 A.M. Monday, noise levels shall not I exp ten(10)dbA above the ambient noise level,when measured within 50 feet of the noise source,without written permission of the OWNER. i 3. Between the hours of 6:00 P.M. on the day prior to a recognized County Holiday to 8.00 A.M. on the day after such Holidays, noise levels shall not exceed ten (10)dbA above the ambient noise levels, when measured within 50 feet of the noise source, i without written permission of the OWNER. County Holidays for the typical calendar year are herein defined as follows: PBCWUD TEMPORARY CONTROLS REVISION DATE—03/31/2017 PAGE 01 57 00- 1 Addendum No.1 .1 -i�' IIy CJI-``lI` Ii �• Flop, 0 U•- ;-l.. ? �6 � antar=� A F 17 a. New Year Day. b. Martin Luther K'ing's Birthday. c. George Washington's Birthday. d. Memorial Day. e. Independence Day. f. Labor Day. g. Columbus Day. h. Veterans Day. I. Thanksgiving Day. j. The day after Thanksgiving Day. k. Christmas Eve 1. Christmas Day. B. Dust Abatement 1. The CONTRACTOR shall prevent its operation 'from producing dust in amounts damaging to property, cultivated vegetation, or domestic animals, or causing a nuisance to persons living in or occupying buildings in the vicinity of the Site. The CONTRACTOR shall be responsible for any damage resulting from dust originating from its operations. Dust abatement measures shall be continued unfit the CONTRACTOR is relieved of further responsibility by the ENGINEER. 2. Storage Plies: Enclose, cover, water (as needed), or apply non-toxic soil binders according to manufacturer's specifications on material plies (i.e. gravel, sand, dirt) with a silt content of 5 percent or greater. 3. Active Areas of Site:(Nater active construction areas and unpaved roads as needed and as requested by ENGINEER. 4. Inactive Areas of Site: Apply non-toxic soil stabilizers according to manufacturer's specifications to Inactive construction areas,or water as needed to maintain adequate dust control. 5. Vehicle Loads: Cover or maintain at least 24eet of freeboard vertical distance between the top of the load and the top of the trailer sides on trucks hauling dirt,sand, soil, or other loose materials off of the Site. 6. Roads:When there is visible track-out onto a paved public road,install wheel washers where the vehicles exit and enter onto the paved roads and wash the undercarriage of trucks and any equipment leaving the Site on each trip. Sweep the paved street at PBCWUD TEMPORARY CONTROLS REVISION DATE—03/31/2017 PAGE 01 57 00-2 Addendum No.t i jt'a i1`�SUN is l�V' : ING 604 1,4111 uAVI 0f;ve -1 _ _ me (56+. the end of each shift with a Mobil Athey or similar water spray pick-up broom-type j street sweeper as necessary or as directed. 7. Vehicle Speeds: if watering of unpaved roads is not sufficient to control dust,reduce vehicle speeds to 15 mph or less on such roads. i C. Storinwater Pollution Prevention 1. CONTRACTOR shall minimize stormwater pollution from the Site in accordance with i Section 0157 13—Temporary Erosion and Sediment Control bound with the Bidding t Documents and applicable Codes, Laws and Regulations, and permits. D. Rubbish Control 1 1. During the progress of the WORK,the CONTRACTOR shall keep the Site and other areas for which it is responsible in a neat and clean condition and free frorn any accumulation of rubbish. The CONTRACTOR shall dispose of rubbish and waste materials of any nature and shall establish regular Intervals of collection and disposal of such materials and waste. The CONTRACTOR shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations. Disposal of rubbish and surplus materials shall be off the Site in accordance with local i codes and ordinances governing locations and methods of disposal and in j conformance with applicable safety lavers and the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. E. Sanitation 1 Toffet FacHitles: Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets shall conform to the requirements of Part 1926 of j the OSHA Standards for Construction. 2. Sanitary and Other Organic Wastes: The CONTRACTOR shall establish a regular daily collection of sanitary and organic wastes. Wastes and refuse from sanitary 1 facilities provided by the CONTRACTOR or organic material wastes from any other source related to the CONTRACTOR's operations shall be disposed of away from the Site in a manner satisfactory to the ENGINEER and in accordance with Laws and j Regulations pertaining thereto. F. Chemicals 1. Chemicals used on the WORK or furnished for facility operation, whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant, or of other classification,shall show approval of either the U.S.Environmental Protection Agency J or the. U.S. Department of Agriculture. Use of such chemicals and disposal of residues shall be in strict accordance with the printed instructions of the manufacturer. I In addition,see the requirements set forth in the General Conditions. G. Water Control: I 1. Provide methods to control surface water to prevent damage to the project,the site, or to adjoining properties: I PBCWUD TEMPORARY CONTROLS REVISION DATE—03/3112017 PAGE 01 57 00-3 Addendum No.1 .1 -04 70 a. Control fill, grading and ditching to direct surface drainage away from excavations,trenches, pits and other construction areas,and to direct drainage to proper runoff. 2. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface water. 3. Dispose of drainage water in a manner to prevent flooding,erosion,or ether damage to any portion of the site or to adjoining areas. H. Rodent Control: 1. Provide rodent control as necessary to prevent infestation of construction and storage areas. a. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. b. If the use of rodent control chemicals is considerer) necessary, submit an Informational copy of the proposed program to the ENGINEERIOWNER.Clearly indicate. 1) The area or areas to be treated. 2) The rodent-control chemicals to be used,with a copy of the manufacturer's printed instructions. 3) The pollution preventative measures to be employed. 2. The use of any rodent control chemicals shall be in full accordance with the manufacturer's printed instructions and recommendations. I. Pollution Control: 1. Provide methods,means and facilities required to prevent contamination of soil,water or air by the discharge of noxious substances from construction operations. 2. Provide equipment and personnel,perform emergency measures required to contain any spills,and to remove contaminated soils or liquids. a. Excavate and suitably dispose of any contaminated earth off-site, and replace with suitable compacted till and topsoil. 3. Take special measures to prevent harmful substances from entering public waters. a. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams,or In sanitary or storm sewers. 4. Provide systems for control of atmospheric pollutants. a. Prevent toxic concentrations of chemicals. PgCUD TEMPORARY CONTROLS REVISION DATE—03/31/2017 PAGE 0157 00-4 Addendum No.1 1 1 _ 1 b. Prevent harmful dispersal of pollutants into the atmosphere. J. Temporary Water: ' a. If available, the Owner will provide all water for potable purposes for use by the Contractor at no cost for water usage.However,the contractor is responsible for obtaining a hydrant meter(s) from the Palm Beach County Water Utilities (PBCWUD) Contract Management section. A deposit a meter activation and service fee will be required and returned to the contractor upon return of the hydrant meter in good condition. It is the contactor's responsibility to make ) arrangements with the PBCWUD meter shop to return the meter when the project is complete. I b. Make conservative use of water.Any negligence or wastefulness will be reason for waiving the provisions for free water. c. All connections to hydrants shall be made by the Owner's personnel and removed by the Owner's personnel when no longer required by the Contractor. d. Water utilization for concrete plaster and mortar shall meet the respective requirements and standards set forth for water utilized in these construction I materials. 1.3 CULTURAL RESOURCES A. The CONTRACTOR's attention is directed to the National Historic Preservation Act of 1966 (16 U.S.C. 470) and 36 CFR 800 which provides for the preservation of potential historical architectural, archaeological, or cultural resources (hereinafter called "cultural resources"). B. In the event potential cultural resources are discovered during subsurface excavations at the Site,the following procedures shall be instituted: ' C. The OWNER will issue a temporary Notice to Suspend Work directing the CONTRACTOR to cease construction operations at the location of such potential cultural resources find. ' D. The suspension Notice will contain the following: 1. A clear description of the WORK to be suspended 2. Instructions regarding issuance of further orders by the CONTRACTOR for material services I 3. Guidance as to the action to be taken on subcontracts 4. Suggestions to the CONTRACTOR to minimize incurred costs 5. Estimated duration of the temporary suspension. E. Such suspension shall be effective until such time as a qualified archeologist can assess I the value of the potential cultural resources and make recommendations to the State Historic Preservation Office. i PBCWUD TEMPORARY CONTROLS REVISION DATE—03/31/2017 PAGE 0157 00-5 Addendum No.1 F. The OWNER will implement appropriate actions as directed by the State Cultural Resources Officer or Project Manager.The CONTRACTOR shall cease WORK in the area of a discovery until appropriate actions have been determined in accordance with this paragraph. G. If human remains are discovered, WORK in the immediate vicinity of the find shall stop. The County Coroner shall be notified. H. If the archeologist determines that the potential find is a bonafide cultural resource,at the direction of the State Cultural Resources Officer, the OWNER will extend the duration of the suspension. 1. Changes to the Contract Price and Contract Times for suspension due to discovery of a potential cultural resource will be made in the following manner: 1. Contract Times a. If the WORK temporarily suspended is on the "critical path',the total number of Days for which the suspension is in effect will be added to the Contract Times. b. If a portion of WORK at the time of such suspension is not on the"critical path', but subsequently becomes WORK on the critical path, the Contract Times will be computed from the date such WORK is classified as on the critical path. 2. Contract Price a. If, as a result of a cultural resources suspension,the CONTRACTOR sustains a loss that could not have been avoided by judicious handling of forces and equipment or redirection of forces or equipment to perform other WORK on the contract, there will be paid an amount based on time and materials for the loss in accordance with the following: 1) Idle Time of Equipment: Compensation for equipment idle time will be determined in accordance with the General Conditions for equipment time and equipment rental time. 2) Idle Time of Labor: Compensation for idle time of workers will be determined in accordance with the General Conditions for labor. b. Costs of tabor will be compensated only to the extent such cost was in fact caused by the suspension. c. Compensation for loss due to idle time of either equipment or labor will not include markup for profit. d. The hours for which compensation will be paid will be the actual normal working time during which such suspension lasts, but will in no case exceed eight hours in any single Day. e. The days for which compensation will be paid exclude Saturdays,Sundays, and legal holidays during the suspension. PBCWUD TEMPORARY CONTROLS REVISION DATE—03/31/2017 PAGE 01 57 00-6 Addendum No.1 " 1 i "1 PART 2--PRODUCTS (NOT USED) j PART 3--EXECUTION (NOT USED) ' 1 END OF SECTION j I J i I i s i 1 i 1 1 f t l r . l PBCWUD TEMPORARY CONTROLS . 1 REVISION DATE—03/31/2017 PAGE 01 57 00-7 Addendum No.1 1 SECTION 0157 13—TEMPORARY EROSION AND SEDIMENT CONTROL PART1 --GENERAL 1.1 THE SUMMARY A. Section Includes: 1. Develop, implement, and maintain a Storm Water Pollution Prevention Plan (SWP3) in compliance with local, state, and federal requirements. a. Obtain the FDEP General Permit as the Primary Operator, the entity that has day to day operational control over activities at the Site that are necessary to ensure compliance with the SWP3 for the Site and other permit conditions. Complete all permit applications and pay associated permit fees. b. The OWNER will be the Secondary Operator as the entity with the ability to modify the Contract Documents, but not the responsibility for day to day on-site operational control over construction activities at the Site. Provide documentation to be signed by the OWNER as Secondary Operator as part of the permit process. 2. Fumish labor,materials,equipment,and incidentals necessary to provide storm water pollution prevention for the duration of the construction period including furnishing, installing, and maintaining erosion and sediment control structures and procedures and properly removing the features when no longer required. 3. Temporary erosion controls include, but are not limited to, grassing, mulching, watering and seeding on-site surfaces and spoil and borrow area surfaces and providing interceptor ditches at ends of berms and at those locations which will ensure that erosion during construction will be either eliminated or maintained within acceptable limits as established by the OWNER. 4. Temporary sedimentation controls include, but are not limited to, inlet protection, silt dams,barriers,hay bales and appurtenances at the foot of sloped surfaces which will ensure that sedimentation pollution will be either eliminated or maintained within acceptable limits as established by the OWNER. B. Related sections: 1. Section 01 1100—Summary of Work 2. Section 01 77 00—Closeout Procedures 1.2 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. Regulatory Requirements: 1. Florida Department of Transportation (FDOT) 2. South Florida Water Management District(SFWMD). PBCWUD TEMPORARY EROSION AND SEDIMENT CONTROL REVISION DATE—03/31/2017 PAGE 0157 13 - 1 CONTRACT P ? 020 Ot6O THIS CONTRACT, made and entered into this day of FEB 1 1 2020 20_, between PALM BEACH COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the "County" and )h vK -L hereinafter referred to as the "CONTRACTOR'/ WITNESSETH: That the said Contractor having been awarded the contract for the: 2019 Pipeline Continuing Construction Contract Project No.. WUD 19-040 in accordance with the Bid therefore and for and in consideration of the promises and of the covenants and agreements, and of the payments herein specified, to be made and performed by the Contractor and the County, the Contractor hereby covenants and agrees to and with the County to undertake and execute all of the said named work, in a good, substantial and workmanlike manner, and to furnish and pay for all materials, labor, supervision, equipment, supplies, fees, expertise, and services necessary to fully complete all work in accordance with all requirements of the Contract Documents and in accordance with all Federal, State, and local laws, rules, and regulations, within the time limit specified in the Bid Form. The Contract Documents consist of the following documents which are incorporated herein by reference. A - Invitation to Bid, Instructions to Bidders, Bid Form and Attachments 1 through 5. B - Completed Bond and Guarantees. C - General Conditions. D - Supplemental Conditions. E - Special Conditions. F - Technical Specifications dated April 21, 2019. G - Addenda. H - Drawings dated April 21, 2019. Contractor agrees to accept as full compensation for the satisfactory performance of this Contract the sum of $ ��,7y,7 ./3Z. �� The prices named in the Bid are for the completed work and all expense, direct or indirect, connected with the proper execution of the work of each Work Authorization and of maintaining the same until it is accepted by the Board of County Commissioners. It is understood that the Contractor holds and will maintain current appropriate certification and/or license for the purpose of performing the specified work pursuant to this Contract. The time limit for the Substantial Completion of all work under this contract shall be as stated in the Bid Form. The date fixing the beginning of this period upon the calendar shall be established and stated in the Notice to Proceed. The Contract is for a three year (36-month) terra (and any additional time needed to complete issued Work Authorizations). The amount shown above is the maximum amount for all Work Authorizations PROJECT NO WUD 19-040 CONTRACT-1 Rev 11-21-18 PUBLIC CONSTRUCTION BOND—WORK AUTHORIZATION NO. TO CONTINUING CONTRACT NO. BOND NUMBER: WORK AUTHORIZATION/BOND AMOUNT: CONTRACTOR'S NAME: CONTRACTOR'S ADDRESS: CONTRACTOR'S PHONE: SURETY COMPANY: SURETY'S ADDRESS: OWNER'S NAME: PALM BEACH COUNTY OWNER'S ADDRESS: 8100 Forest Hill Boulevard West Palm Beach, FL 33413 OWNER'S PHONE: (561)493-6000 DESCRIPTION OF WORK: installation of raw water mains, potable water mains, fire hydrants, water services Fines, wastewater force mains, reclaimed water mains and all associated appurtenances. COUNTY'S PROJECT NUMBER: WUD PROJECT LOCATION: System-Wide LEGAL DESCRIPTION: System-Wide PROJECT NO.WUD 19-040 BOND-1 Rev 1-31-18 PUBLIC CONSTRUCTION BOND This Bond is issued in favor of the County conditioned on the full and faithful performance of the Work Authorization No. to Continuing Contract No. dated on 120 KNOW ALL MEN BY THESE PRESENTS: that Contractor and Surety, are held and firmly bound unto Palm Beach County Board of County Commissioners 301 N. Olive Avenue West Palm Beach, Florida 33401 as Obligee, herein called County, for the use and benefit of claimant as herein below defined, in the amount Of Y Dollars and_Cents($ ) (Here insert a sum equal to the Work Authorization/Bond Amount from page 1) for the payment whereof=Principal and Surety bind themselves, their heirs, personal representatives, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. I WHEREAS, Principal has by written agreement dated , 20_, entered into Work Authorization No. to Continuing Contract No. with the County for i Work Authorization Project Name: 2019 Pipeline Continuing Construction Contract Work Authorization Project No.: WUD 19-040 Project Description: installation of raw water mains, potable water mains, fire hydrants, water services lines, wastewater force mains, reclaimed water mains and all associated appurtenances. Project Location: System-Wide in accordance with Design Criteria Drawings and Specifications prepared by Name of Design Firm: Location of Firm: Phone: Fax: which Work Authorization No._to Continuing Contract No. is by reference made a part hereof in its entirety, and is hereinafter referred to as the Work Authorization. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the Work Authorization dated 120 , between Principal and County for the design and construction of the Work Authorization being made a part of this bond by reference, at the times and in the manner prescribed in the Work Authorization; and 2. Promptly makes payments to all claimants, as defined in Section 255.05, Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the PROJECT NO.WUD 19-040 BOND-2 Rev 1-31-18 prosecution of the work provided for in the Work Authorization; and 3. Pays County all losses, damages (including liquidated damages), expenses, costs, and attorneys' fees, including appellate proceedings, that County sustains because of a default by Principal under the Work Authorization; and 4. Performs the guarantee of all work and materials furnished under the Work Authorization for the time specified in the Work Authorization, then this bond is void; otherwise it remains in full force. 5. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the Work Authorization or the changes does not affect Surety's obligation under this bond and Surety waives notice of such changes. 6. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of construction liens which may be fled of record against said improvement, whether or not claim for the amount of such lien be presented under and against the bond. 7. Principal and Surety expressly acknowledge that any and all provisions relating to consequential, delay and liquidated damages contained in the Work Authorization are expressly covered by and made a part of this Performance, Labor and Material Payment Bond. Principal and Surety acknowledge that any such provisions lie within their obligations and within the policy coverage's and limitations of this instrument. 8. Section 255.05, Florida Statutes, as amended, together with all notice and time provisions contained therein, is incorporated herein, by reference, in its entirety_ Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. This instrument regardless of its form, shall be construed and deemed a statutory bond issued in accordance with Section 255.05, Florida Statutes. 9_ Any action brought under this instrument shall be brought in the state court of competent jurisdiction in Palm Beach County, Florida and not elsewhere. Witness Principal (Seal) Print name Print name Title Witness Surety (Seal) Print name Print name Title PROJECT NO.WUD 19-040 BOND-3 Rev 1-31-18 This Page is intentionally left blank } PROJECT NO.WUD 19-040 BOND-4 Rev 1-31-18 FORM OF GUARANTEE GUARANTEE FOR(Contractor and Surety Name) We the undersigned hereby guarantee that the 2019 Pipeline Continuing Construction Contract , Project Number WUD 19-040, Work Authorization Number ,Palm Beach County, Florida, which we have constructed and bonded, has been done in accordance with the plans and specifications; that the work constructed will fulfill the requirements of the guaranties included in the Contract Documents. We agree to repair or replace any or all of our work, together with any work of others which may be damaged in so doing, that may prove to be defective in the workmanship or materials within a period of one year from the date of Final Completion of all of the above named work by the County of Palm Beach, State of Florida,without any expense whatsoever to said County of Palm Beach, ordinary wear and tear and unusual abuse or neglect excepted by the County. The date of Final Completion shall be the date set forth on the fully executed and acknowledged Contractor's Certification of Final Completion form. When correction work is started, it shall be carried through to completion. In the event of our failure to acknowledge notice, and commence corrections of defective work within five (5) calendar days after being notified in writing by the Board of County Commissioners, Palm Beach County, Florida, we, collectively or separately, do hereby authorize Palm Beach County to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefore upon demand. County and Contractor agree that the provisions of Florida Statute Chapter 558 shall not apply to this Contract/Agreement. SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY (Seal) (Contractor) By: (Signature) (Printed Name) (Seal) (Surety) By: (Signature) (Printed Name) END OF SECTION PROJECT NO.:WUD 19-040 GUARANTEE-1 Rev 11-7-18 S This page is intentionally left blank PROJECT NO..WUQ 19-440 GUARANTEE-2 Rev 11-7-18 Liberty Mutual. SURETY December 12, 2019 Palm Beach County, Florida Water Utilities Department Engineering 8100 Forest Hill Blvd. West Palm Beach, FL 33413 RE: Johnson-Davis Incorporated as Contractor Project: 2019 Pipeline Continuing Construction Contract WUD Project No. 19-040 To Whom It May Concern: It is our understanding that you are considering Johnson-Davis Incorporated as the contractor for your construction project. We are prepared to provide surety bond credit for them well in excess of your requirements as we entertain a single project bonding capacity of Thirty-Five Million Dollars ($35,000,000)and a total aggregate bonding capacity in excess of Eighty Million dollars ($80,000,000). Liberty Mutual Insuurance Company has supported Johnson-Davis since 1999,and considers Johnson-Davis to be one of our most valued clients. Liberty Mutual has never declined a bond request for this fine account. Liberty Mutual Insurance Company is an"A"(Excellent)rated carrier with a financial size category of XV ($2 billion+) by A.M. Best Company, a US Treasury limit exceeding$1.3 billion and is licensed to do business in the State of Florida. A Performance and Payment Bond equal to one hundred percent of the contract amount is subject to our review and acceptance of the contract terms and conditions,bond forms, construction financing details and a satisfactory underwriting requirement review at the time of the request. We assume no liability to third parties or to you by the issuance of this letter if for an reason we do not execute such bonds. Johnson-Davis is properly financed, well equipped and very capably managed. Their construction team consistently brings their projects in within the budget and on time. Their payment record is excellent and they enjoy an enviable reputation. We highly recommend Johnson-Davis Incorporated and should you have any questions or require additional information, please contact Wes Williams at 404-264-3221. Sincerely Yours, LIBERTY MUTUAL INSURANCE COMPANY it IL ) r §andra M. Winsted,Attorney-in-Fact This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty 7 Liberty Mutual Insurance Company Mutu1L The Ohio Casualty Insurance Company Certificate No:8202354-285057 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Judy A. Andersen,Jessica B.Dempsey,Debra J.Doyle,Jennifer L.Jakaitis,Judith A.Lucky-Eftinlov,James B.McTaggart,Sandra M.Nowak Diane M.O'LearyChristina L. Sandoval.Susan A.Welsh and Sandra M.Winsted all of the city of Chicago state of Illinois each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of October , 2019 Liberty Mutual Insurance Company P` INSU� I-IV INS& d tNSlui The Ohio Casualty Insurance Company A,J ooaPO�rF'f� yJ ooaPOaa,�y `VPGo1rP°RArF�o West American Insurance Company >. J o m v a o n z 3 o m co 1912 � 0 w 0 1919 1991 n : Wo Q o Ytt �'9 �ay� 01A � a �OIA ' By: w e David M.Carey,Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss m a) On this 15th day of October 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance co o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—N o > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. a •y 0P PASP Z5O O 2w tjOrt4YF F-< COMMONWEALTH OF PENNSYLVANIA Seal< Notarial N o OF Teresa Pastella.Notary Public p a) Upper MerionTwp.,Montgomery Co unty By: OC ca C N , SDP My Commission Expires March 29,2 027 3 I_ y rvsvaP `� eresa Pastella,Notary Public N �ARYY Member.Pernsylvenia Association or Notaries o 0 CU CU 121- CU N f� N9 a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual w o.S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o m L ai ARTICLE IV-OFFICERS:Section 12.Power of Attorney. @ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the a >1 President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o Nany and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall N 1 L have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o0 Z :3 6 � instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the E provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o 0 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0- Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitafions as the chairman or the president may prescribe,H.= shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 12th day of December , 2019 P� INSJJ �-(Y INS& \NSU/1iq tiJ c°ar°fir �Lc+ yJ 4°aa°r�r�'egy VP4°aro�TFyC 1912 0 0 =19190a 1991 0 By- cHo6¢�ya S� 1 PIArPg�ya `ro �N°IANr ya Renee C.Llewellyn,Assistant Secreta ry LMS-12873 LMIC OCIC WAIC Multi Co 062018 JOHNINC-02 SMA E KI ACRO" CERTIFICATE OF LIABILITY INSURANCE I DATE 1211212019 211 21 201 9Y) 1 1zt�2tzols THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER N2AJACT Sharon Majeski,ARM Johnson Insurance Racine PHONEX FA arc,No,Ext):(920)433-7107 ��— _ _ 1103 Hunter Dr Ste 100 i talc,Ne):(8_77)254-8586 Mount Pleasant,WI 53405 J og'Ess,smajeski@johnsonfinancialgroup.com INSURERS AFFORDING COVERAGE NAIL# INSURERA:Zurich North America ;16535 INSURED INSURERS.American Guarantee&Liability Insurance Co�26247 Johnson-Davis Incorporated INSURER c_Homeland Insurance Co of NY__ I34452 604 Hilibrath Drive INSURER D; Lantana,FL 33462 I INSURER E: _ INSURER F- COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR -rypE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000,000. CLAIMS-MADE a OCCUR �( IGLO 9813382.01 711/2019 711(2020 DAMAGE TO RENTED 3{)0,000 MED EXP(Any one mon $ 10,000 PERSONAL&ADV INJURY $ 1'000,000 GEN'L AGGREGATE LIMIT APPLIES _ PER $ 2,000+00 POLICY�J%e-T F-1.LOC PRODUCTS -COMPIOPAGG 21000,000 OTHER: A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO BAP 9813380.01 711/2019 7/1/2020 BODILY INJURY Per arson $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ F)� A�TE�S ONLY X AUTOS ONL� ReOPER ent AMAGE B 1 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE_ 3._. 5'000,000 EXCESS LIABCLAIMS-MADE X +AUC 5576415-01 1 7/1/2019 711/2020 AGGREGATE $ 5,000,000 DED X RETENTION$ o j B ;WORKERS COMPENSATIONX I STATUTE PER DTH- :AND EMPLOYERS'LIABILITY I i ANY PROPRIETORIPARTNER/EXECUTIVE YIN X 4WC3066378-01 7/1/2019 7/1/2020 1,000,000 �FFFlCERIMEMBERR EXCLUDED? a NIA E L EACH ACCIDENT $ _ Mandatoty InNi) E.L.DISEASE-EA EMPLOYEEI$ 1,000,000 If yyes,describe under DESCRIPTIONOFOPERATIONS below E.L.DISEASE-POUCYLIMIT $ 1,000,000 A Equipment Floater CPP 4289118-01 7/1/2019 7/1/2020 Leased Rented 300,000 C 'Pollution 7930030920004 7/1/2019 7/1/2020 0cc/Aggregate 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES SACORD 101.Additional Remarks Schedule,may be attached If more space Is required) Project No: WUD 19-040/2019 Pipeline Continuing Construction Contract Palm Beach County,Board of County Commissioners,a political subdivision of the State of Florida are hereby named as additional Insured under the terms of this policy.in addition,Palm Beach County Water Utilities Department,its officers,directors,agents and employees are hereby named as additional insured under the terms of this policy for the 2019 Pipeline Continuing Construction Project No.WUD 19-040, Workers Compensation includes a waiver of subrogation in favor of the additional insured. Palm Beach County,Board of County Commissioners,a political subdivision of the State of Florida are named additional insured and loss payee with respect to the inland Marineffransit. Cancellation:Thirty(30)day's notice except for Ten(10)day's notice for non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Palm Beach County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Water Utilities Department ACCORDANCE WITH THE POLICY PROVISIONS. Director Utilities Engineering 8100 Forest Hill Blvd AUTHOR17ED REPRESENTATIVE West Palm Beach,FL 33413 ,ru pr ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: GLO 9813382-01 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 Johnson-Davis, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Palm Beach County Any Location or project,other than a wrap-up or other Water Utilities Department consolidated insurance program location or project for Director Utilities Engineering which insurance is otherwise separately provided to you by a wrap-up or other consolidated insurance 8100 Forest Hill Blvd program. West Palm Beach, FL 33413 Palm Beach County Board of County Commissioners, a political subdivision of the state of Florida,it officers, employees, and agents. Palm Beach County Water Utilities Department, it officers,employees, and agents. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section It — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured with respect to liability for'bodily injury", "property will not be broader than that which you are damage" or "personal and advertising injury" required by the contract or agreement to caused, in whole or in part,by: provide for such additional insured. 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 3 Wolters Kluwer Financial Services I Uniform Forms"' B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage"occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 3 O Insurance Services Office, Inc ,2012 CG 20 10 04 13 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement;or CG 20 10 07 04 ©ISO Properties, Inc.,2004 Page 3 of 3 ❑ POLICY NUMBER GLO 9813382-01 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 Johnson-Davis, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Palm Beach County Any Location or project, other than a wrap-up or other Water Utilities Department consolidated insurance program location or project for Director Utilities Engineering which insurance is otherwise separately provided to you by a wrap-up or other consolidated insurance 8100 Forest Hill Blvd program West Palm Beach, FL 33413 Palm Beach County Board of County Commissioners, a political subdivision of the state of Florida, it officers, employees, and agents. Palm Beach County Water Utilities Department, it officers, employees, and agents. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section it — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is property damage"caused, in whale or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and Included in the "products-completed operations 1. Required by the contract or agreement;or hazard". 2, Available under the applicable Limits of However Insurance shown in the Declarations, 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 Oc Insurance Services Office, Inc., 2012 Page 1 of 1 Wolters Kluwer Financial Services I Uniform FormsT"^ Blanket Notification to Others of Cancellation or ZURICHa Nonrenewal Policy No. Eff.Date of Pal Exp.Date of Pol. Eff.Date of End. Producer Add'I Prem. Return Prem. AUC 5676415-01 07/01/2019 07/01/2020 07/01/2019 39028000 Named Insured and Mailing Address:Producer: JOHNSON—DAVIS INCORPORATED JOHNSON INS SERVICES LLC 604 HILLBRATH DR 1103 HUNTER DR LANTANA, FL 33462-1694 MOUNT PLEASANT, WI 53406-4040 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. The following is added to Paragraph A.of SECTION Vi.CONDITIONS: Blanket Notification to Others of Cancellation or Nonrenewal a. If we cancel or non-renew this policy by written notice to the first Named Insured, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: (1) Must be provided to us prior to cancellation or non-renewal; (2) Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed;and (3) Must be in an electronic format that is acceptable to us. b. Our notification as described in Paragraph a.above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: (1) Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium, or (2) At least 30 days prior to the effective date of: (a) Cancellation, if cancelled for any reason other than nonpayment of premium; or (b) Non-renewal, but not including conditional notice of renewal. c. Our mailing or delivery of notification described in Paragraphs a. and b. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: (1) Extend the policy cancellation or non-renewal date: (2) Negate the cancellation or non-renewal; or (3) Provide any additional insurance that would not have been provided in the absence of this endorsement. d. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs a.and b.above. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. U-UMB-722-A CW(01113) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 9 Blanket Notification to Others of Cancellation ZURICH' or Non-Renewal Policy No Eff Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add-.Prem Return Prem. BAP 9813380-01 07/01/2019 07/01/2020 39028000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, This endorsement modifies insurance provided under the: Commercial Automobile Coverage Part A. if we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A.of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A.and B.of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1, Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal, or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A.and B.of this endorsement. All other terms and conditions of this policy remain unchanged. U-CA-832-A CW(01/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc:,with its permission. Blanket Notification to Others of Cancellation ZURICH or Non-Renewal Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GLO 9813382-01 07/01/2019 07/01/202019 39028000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a fist provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However,such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list. 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed;and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A.of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list.- 1. ist:1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of. a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal,but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A.and B.of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A.and B.of this endorsement. All other terms and conditions of this policy remain unchanged. i U-GL-1521-A CW(10112) Page 1 of 1 lncfudes copyrighted material of Insurance Services Office,Inc.,with its permission. i i WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY UVC 00 03 13 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shalt not operate directly or indirectly to benefit anyone not named in the Schedule Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED 3Y YOU AND FOR TF-ATT PERSON AND/OR ORGANIZATION Johnson-Davis, Inc. Policy##WC3066378-01 7/1/2019 to 7/1/2020 WC 00 03 13 (Ed.4-84) 0 1883 National Council an Compensation Insurance. Loss Payable Provisions ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies the following: COMMERCIAL PROPERTY CONDITIONS If loss or damage occurs to Covered Property in which both you and a Loss Payee shown on the Declarations have an insurable interest, the applicable paragraph shown below will be added to the Loss Payment Condition. If the Loss Payee is described as a Loss Payable, paragraph 1. below applies. If the Loss Payee is described as a Lender's Loss Payable, paragraph 2. below applies. A Loss Payee is described as a Lender's Loss Payable for a creditor, including a mortgageholder or trustee,whose interest in Covered Property is established by such written instrument as warehouse receipts,a contract for deed, bills of lading,financing statements,or mortgages,deeds of trust,or security agreements. If the Loss Payee is described as a Contract of Sale, paragraph 3. below applies. Loss Payee is described as a Contract of Sale for a person or organization you have entered a contract with for the sale of Covered Property. 1. LOSS PAYABLE For Covered Property in which both you and the Loss Payee have an insurable interest,we will: a. Adjust losses with you;and b. Pay any claim for loss or damage jointly to you and the Loss Payee,as interests may appear. 2. LENDER'S LOSS PAYABLE a. For Covered Property in which both you and the Loss Payee have an insurable interest: 1) We will pay for covered loss or damage to each Loss Payee in their order of precedence,as interests may appear. 2) The Loss Payee has the right to receive loss payment even if the Loss Payee has started foreclosure or similar action on the Covered Property. 3) If we deny your claim because of your acts or because you failed to comply with the terms of this Commercial Property Coverage Part, the Loss Payee will still have the right to receive loss payment if the Loss Payee: a) Pays any premium due under this Commercial Property Coverage Part at our request if you have failed to do so; b) Submits a signed, sworn proof of loss within 60 days after receiving notice from us of your failure to do so:and c) Has notified us of any change in ownership, occupancy, or substantial change in risk known to the Loss Payee. All of the terms of this Commercial Property Coverage Part will then apply directly to the Loss Payee. Incl-ides material of ISO Commercial Risk Services,Inc.with its permission PPP-0502(06 06) Copyright,ISO Commercial Risk Services,Inc. Page 1 of 2 4) If we pay the Lass Payee for any loss or damage and deny payment to you because of your acts or because you have failed to comply with the terms of this Commercial Property Coverage Part: a) The Loss Payee's rights will be transferred to us to the extent of the amount we pay,and b) The Loss Payee's rights to recover the full amount of the Loss Payee's claim will not be impaired. At our option, we may pay to the Loss Payee the whole principal on the debt plus any accrued interest In this event,you will pay your remaining debt to us. b. If we cancel this policy, we will give written notice to the Loss Payee at least: 1) 10 days before the effective date of cancellation if we cancel for your nonpayment of premium; or 2) 30 days before the effective date of cancellation if we cancel for any other reason. c. If we elect not to renew this policy, we will give written notice to the Lass Payee at least 10 days before the expiration date of this policy. 3. CONTRACT OF SALE a. For Covered Property in which both you and the Loss Payee have an insurable interest we will: 1) Adjust losses with you;and 2) Pay any claim for loss or damage jointly to you and the Loss Payee,as interests may appear. b. The following is added to the Other Insurance Condition: For Covered Property that is the subject of a contract of sale, the word you includes the Loss Payee. Includes copyrighted material of ISO Commercial Risk Services,Inc.wish its permission PPP-0502(06 06, Copyright,ISO Commercial Risk Services,Inc Page 2 of 2 GENERAL CONDITIONS TABLE OF CONTENTS 1. Definitions.._........_..................................................................................................3 2. Preliminary Matters................................................................................................5 3. Before Starting Construction................................................................................6 4. Pre-construction Conference................................................................................6 5. Intent and Amending Contract Documents..........................................................7 6. Reuse of Documents.............................................................................................8 7. Occupying Private Land........................................................................................8 8. Work in State and County Rights-of-Way and Easements..................................8 9. Work Adjacent to Telephone, Power,Water, Sewer, Drainage Cable TV and Gas Company Structures...............................................................................8 10. Use of Public Streets.............................................................................................8 11. Subsurface Investigation ......................................................................................8 12. Obstructions ..........................................................................................................9 13. Dimensions of Existing Structures.......................................................................9 14. Elevation Datum.....................................................................................................9 15. Work to Conform....................................................................................................9 16. Location of Proposed Work................................................................................10 17. Bonds ..................................................................................................................10 18. Contractor's Insurance........................................................................................11 19. Contractor's Responsibility.................................................................................16 20. Discontinuance of Construction.........................................................................17 21. Guarantee.............................................................................................................17 22. Field Layout of Work............................................................................................18 23. Specifications ......................................................................................................18 24. Handling and Distribution .................. ...............................19 . .................................. 25. Storage of Materials..............................................................................................19 26. Salvaged Materials...............................................................................................19 27. Subcontracts........................................................................................................19 28. Permits ....................................................................................... ..20 ........................ 29. Employees................................................... ........................................................20 30. Florida Products and Labor................................................................................20 31. Equal Employment Opportunity.......................... ..20 .............................................. 32. Sanitary Regulations ...........................................................................................20 33. Taxes ....................................................................................................................21 34. Contractor's Use of Premises.............................................................................21 35. Accident Prevention......................................._..................................................._21 36. Precautions During Adverse Weather................................................................21 37. Indemnification ....................................................................................................22 38. Non-assignable....................................................................................................22 39. Venue....................................................................................................................22 40. Confidentiality......................................................................................................22 41. Work by Others....................................................................................................22 42. Engineer's Responsibility ...................................................................................23 43. Changes in the Work...........................................................................................25 44. Change of Contract Price....................................................................................26 45. Change Procedures.............................................................................................30 PROJECT NO:WUD 19-040 GENERAL CONDITIONS-1 Rev 4-18-19 1 1 46. Omitted Work.......................................................................................................30 47. Changes Not to Affect Bonds .............................................................................31 48. Continuing the Work............................................................................................31 49. Change of Contract Time.....................................................................................31 50. Extension of Time on Account of Weathedinclement Weather........................32 51. Materials,Samples and Inspections...................................................................32 52. Inspection of Work Away From the Site.............................................................33 53. One Year Correction Period...............................................................•----•----.......33 r! 54. Progress Payment Procedures...........................................................................34 55. Partial Utilization..................................................................................................36 56. Substantial Completion.......................................................................................36 57. Final Application for Payment.............................................................................36 58. Record Documents...............................................................................................37 59. Final Payment and Acceptance ..........................................................................37 60. Contractor's Continuing Obligation....................................................................38 61. Final Payment Terminates Liability of County...................................................38 62. County's Right to Terminate..................................... 63. County Remedies.................................................................................................39 64. Contractor's Right to Terminate or Stop Work..................................................39 65. Title to Materials Found on the Work.................................................................40 66. Right to Audit.......................................................................................................40 67 Asbestos...............................................................................................................40 1 68. Explosives and Hazardous Materials .................................................................45 j 69. Notice and Service....................................................................................•-.........46 70. Listing of the Duties, Responsibilities and Limitations of Authority of the Resident Project Representative........................................................................46 71. Not used...............................................................................................................49 72. Contractor Furnished Drawings, Data and Samples.........................................49 73. Contractor Work-Site Emergency Action Plan...................................................51 74. Cost Savings.......................................................... ................51 .............................. 75. Safety and Health Regulations............................................................................51 76. Best Management Practices for the Construction Industry..............................52 l 77. Performance During Emergency.........................................................................52 J 78. Incentives.............................................................................................................52 79. Budget Availability...............................................................................................54 80. Public Records.....................................................................................................54 .l .1 PROJECT NO:WUO 19-040 GENERAL CONDITIONS-2 Rev 4-18-19 J 1. Definitions Wherever the words or terms defined in this section or pronouns used in their stead occur in the Specifications or other Contract Documents, they shall have the meanings herein given. "Addendum" - A written explanation, interpretation, change, correction, addition, deletion, or modification of the Contract Documents issued in writing by the Engineer prior to opening the Bids. "Alternative Dispute Resolution" or"ADR"—A dispute resolution process to resolve issues related to the Project. Unless a specific ADR process is required herein or by Laws and Regulations,the parties may agree to the format of the ADR procedure. "Application for Payment"-The form furnished by the County which is to be used by the Contractor to request progress or final payment and which includes such supporting documentation as is required by the Contract Documents. "Bonds" - Bid, Public Construction Bond, and other instruments which protect against loss due to inability,failure or refusal of the Contractor to perform the Work specified in the Contract Documents. "Change Order'-A document recommended by the Engineer, which is signed by the Contractor and the County and authorizes an addition,deletion,or revision in the Work,or an adjustment in the Contract Price or the Contract Time, issued on or after execution of Contract. "Contractor'—As designated in Contract. "Construction Manager'-The construction manager is an employee of the Contractor who shall be in attendance at the project site during performance of the Work and shall represent the Contractor. Communications given to the construction manager or decisions made by the construction manager shall be as binding as if given to or made by the Contractor. Important communications or decisions shall be confirmed in writing. Other communications or decisions shall be similarly confirmed on written request in each case. "Contract" - The written agreement between the County and the Contractor covering the Work to be performed; when other documents are attached to the Agreement they become part of the Contract. The Contract is also referred to as the Agreement as established by properly executed Work Authorizations. "Contract Price" - The total monies payable by the County to the Contractor under the terms and conditions of the Contract Documents. "Contract Time" - The number of successive calendar days stated in the Contract Documents for the completion of the Work. "County" - Palm Beach County Board of County Commissioners, Palm Beach County, Florida. "Defective Work" - Work that is unsatisfactory, faulty, or deficient; or that does not conform to the Contract Documents; or that does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents; or Work that has been damaged prior to the Engineer's recommendation of final payment. "Drawings" - The,drawings, plans, maps, profiles, diagrams, and other graphic representations which show the character, location, nature, extent and scope of the Work to be performed, which have been prepared and approved by the Engineer, and which are considered a part of the Contract Documents. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-3 Rev 4-18-19 Effective Date of the Contract -The date indicated in the Contract on which it was executed, but if no such date is indicated it means the date on which the Contract is signed and delivered by the last of the two parties to sign and deliver. "Engineer'— PALM BEACH COUNTY WATER UTILITIES DEPARTMENT and its authorized agents, inspectors or representatives acting within the scope of duties entrusted to them by the County. I "Field Order" -An order by the Engineer that does not impact the cost or time of performance of the Work. "Final Acceptance"—The date the project is finally accepted by the Board of County Commissioners or their designee. � "General Requirements"- Division 1 of the Technical Specifications. j "Inclement Weather'—A normal work day during which the Contractor was unable to perform critical path work for a continuous period of more than four(4) hours during that day. ! "Inspector" - The inspector shall be in attendance at the project site during performance of the Work and shall report to, and be under the direct supervision of, the Resident Engineer or Resident Project Representative. The inspector shall have no authority to permit deviation from or to modify any of the provisions of the Drawings or Specifications without the written permission or instruction of the Engineer. I"Laws and Regulations; Laws or Regulations" - Laws, rules codes, regulations, ordinances and/or orders promulgated by a lawfully constituted body authorized to issue such Laws and Regulations. " I "Normal Working Hours"-Normal working hours shall consist of forty(40) hours per week with no more than eight(8) hours per day. "Notice to Proceed"-The written notice issued by the County,or its authorized agents,to the Contractor authorizing the Contractor to proceed with the Work and establishing the date of commencement of the Contract Time. "Partial Utilization"-Placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion for all the Work. "Project"- The entire construction to be performed as provided in the Contract Documents. "Resident Engineer'-(Same definition as for Resident Project Representative hereinafter). "Resident Project Representative" - The resident project representative shall be in attendance at the project site during performance of the Work and shall represent the Engineer. Communications given to the resident project representative or decisions made by the resident project representative shall be as binding as if given to or made by the Engineer. Important communications or decisions shall be confirmed in writing. Other communications or decisions shall be similarly confirmed or requested in writing in each case. "Shop Drawings"-All drawings,diagrams, illustrations, schedules,and other data which are specifically prepared by or on behalf of the Contractor to illustrate some portion of the Work, and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams and other information prepared by a supplier and submitted by the Contractor to illustrate material or equipment for some portion of the Work. I PROJECT NO:WUD 19-040 GENERAL CONDITIONS-4 Rev 4-18-19 J .1 "Specifications"-(Same definition as for Technical Specifications hereinafter). "Subcontractor"-An individual, firm, or corporation having a direct contract with the Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. "Substantial Completion" -The date as determined by the Engineer, as evidenced by the Engineer's definitive Certificate of Substantial Completion, when the construction of the entire Project (or a specified part thereof) is sufficiently completed, in accordance with the Contract Documents,so that the entire Project (or a specified part) can be utilized for the purposes for which it is intended. When the entire Project is considered to be Substantially Complete, this does not constitute Final Acceptance or Final Completion of the entire Project. "Supplier"-A manufacturer,fabricator, provider, distributor, materialman or vendor. "Technical Specifications" - Those portions of the Contract Documents consisting of the General Requirements and written technical descriptions of materials, equipment, products, supplies, manufactured articles, standards and the execution of the Work. "Unbalanced Bid Items" — Bid items in which the unit prices are not in line with industry standards or averages for the items. In order for a bid to be balanced each item must carry its proportionate share of direct cost,overhead, and profit. Unbalanced items which are installed and billed at the beginning of a project also result in"front-end loading." "Underground Utilities" -All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasement containing such facilities which have been installed underground to furnish any of the following services or materials:water, sewage and drainage removal,electricity,gases, steam, liquid petroleum products,telephone or other communications, cable television,traffic, or other control systems. "Work Authorization"-A document which,when executed by the County and Contractor, becomes a part of the Contract Documents and species the scope of work, duration,total price, liquidated damages, and schedule for a specific project to be constructed by Contractor in accordance with the terms of the contract document. "Work Directive" - A written directive to the Contractor, issued on or after the Effective Date of the Contract, signed by the County and recommended by the Engineer, ordering an addition, deletion or revision in the Work in response to an emergency or in the case of an inability to agree upon the amount of compensation of a requested change. The Contractor shall proceed upon receipt of a Work Directive to complete the work on a "cost plus" basis in accordance with Article 44, Paragraph A.&C. A Work Directive may not change the Contract Price or Contract Time, but is evidence that the parties expect that the change directed or documented by a Work Directive will be incorporated in a subsequently issued Work Supplement following negotiations by the parties as to its effect, if any, on the Contract Price and/or Contract Time. "Work Supplement" - A document recommended by the Engineer, which is signed by the Contractor and the County and authorizes an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time, issued on or after execution of Contract. "Written Amendment'-A written amendment of the Contract Documents, signed by the County and the Contractor on or after the Effective Date of the Contract and normally dealing with the non-engineering or non-technical rather than strictly work-related aspects of the Contract Documents. 2. Preliminary Matters PROJECT NO:WUD 19-040 GENERAL CONDITIONS-5 Rev 418-19 1 When the Contractor delivers the signed Contracts to the County, the Contractor shall also deliver to the County such Bonds and Insurance Policies, Certificates or other documents as the Contractor may be required to furnish in accordance with the Contract Documents. The County will furnish to the Contractor three (3) copies of the Contract Documents. Additional quantities of the Contract Documents will be furnished at reproduction cost. 1 The County and the Contractor in Section 8 of the Instructions to Bidders have the option to mutually I agree to implement a partnering cooperative approach to problem solving. 3. Before Starting Construction j The Contractor shall submit to the Engineer for review those documents identified in the General Requirements of the Technical Specifications. Before undertaking each part of the Work,the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The Contractor shall notify the Engineer, in writing, of all conflicts, errors, inconsistencies, or omissions which he may discover; and obtain specific instructions in writing from the Engineer before proceeding with any part of the Work affected thereby. The Contractor shall not take advantage of any apparent error or omission which may be found in the Contract Documents, but the Engineer shall be entitled to make such corrections therein and interpretations thereof, as he may deem necessary for the fulfillment of their intent.The Contractor shall be responsible for all errors in construction which could have been avoided by such examination and notification and shall correct at his own expense all Work improperly constructed through failure to notify j the Engineer and request specific instructions. For each project to be constructed by contractor, pursuant to Contract, County will submit to Contractor a set of plans for the project together with an unexecuted Work Authorization. Within 14 calendar days of the receipt of the plans Contractor shall perform a materials takeoff and shall fill in the Work Authorization, j using the quantities for Contractor's takeoff and the unit prices for this Contract. j i After completing the Work Authorization, Contractor shall sign the Work Authorization and return it to the County. County will review Contractor's calculation of quantities of prices. If County agrees with Contractor's quantities and calculations, County may execute the Work Authorization and return it to Contractor. If County does not agree with Contractor, County and Contractor shall negotiate to resolve their differences prior to County's execution of the Work Authorization. Upon execution by County and 1 Contractor,the Work Authorization shall be binding as to scope, price, liquidated damages and schedule. 1 Within 14 calendar days of executing each Work Authorization, County will issue a Notice to Proceed to Contractor identifying the start date for that Work Authorization, which date begins the construction time for substantial and final completion. 4. Pre-construction Conference j Following the execution of the Contract and prior to start of construction, a pre-construction conference will be scheduled by the Engineer, which must be attended by the Contractor. This conference will be I held to review the above schedules, to establish procedures for handling shop drawings and other submissions, and to establish a working understanding between the Parties as to the Project. This conference may include representatives of the Engineer, County, local utilities, regulatory agencies, other contractors performing work in the area for the County, and any other party that may be deemed as necessary for the orderly performance of the Contract. However,this does not relieve the Contractor of the responsibility of contacting local utilities and any other necessary agencies or contractors. l PROJECT NO:WUO 19-040 GENERAL CONDITIONS-6 Rev 418-19 5, Intent and Amending Contract Documents A. Intent The Contract Documents comprise the entire Contract between the County and Contractor concerning the Work. The Contract Documents are complementary, so that any Work exhibited in the one shall be executed just as if it has been set forth in all, in order that the Work shall be completed in every respect according to the complete design or designs as decided and determined by the Engineer. It is the intent of the Contract Documents to describe the Work,functionally complete,to be constructed in accordance with the Contract Documents. Any work, materials, or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. In the event of a conflict, omission, error or discrepancy in the Contract Documents the Contractor shall promptly notify the Engineer.. in resolving conflicts resulting from errors or discrepancies in any of the Contract Documents, the order of precedence shall be as set forth in Section 4.2.4 of the Instructions to Bidders. The captions or subtitles of the several Articles and Divisions of these Contract Documents constitute no part of the context hereof, but are only labels to assist in locating and reading the provisions hereof. From time to time during the progress of the Work, the Engineer may furnish supplementary drawings attached to a Work Supplement, a Field Order, a work Directive, or as a response to the Contractor's request for additional information, as he determines necessary to show changes or define the Work in more detail, and these also shall be considered as part of the Contract Documents. B. Amending and Supplementing the Contract Documents 1. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: a. A formal Written Amendment b. A Work Supplement C. A Field Order d. A work Directive As indicated in Articles 44 and 49, Contract Price and Contract Time may only be changed by a Work Supplement. 2. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: a. A Field Order b. The Engineer's approval of a Shop Drawing or Sample, provided that Contractor has called such variation or deviation from the contract requirements to the attention of Engineer in a writing in accordance with GC 72, which specifically identifies the change. C. The Engineer's written interpretation or clarification of the Intent of the Contract Documents. PROJECT NO:WUD 18-040 GENERAL CONDITIONS-7 Rev 4-18-19 1 6. Reuse of Documents l Neither the Contractor, nor any Subcontractor or Supplier, nor any other person or organization performing or furnishing any of the Work under a Contract with the County shall have or acquire any title to or ownership rights in any of the Drawings, Technical Specifications, or other documents(or copies of any thereof) prepared by the Engineer for use on the Work, and they shall not reuse any of them on extensions of the project or any other project without prior written consent of the County and the Engineer. I 7. Occupying Private Land The County shall furnish, as indicated in the Contract Documents, the Lands upon which the work is to be performed, Rights-of-way and easements for access thereto, and such other lands which are designated for the use of the Contractor. These Lands are shown on the Contract Drawings and it is 1 the Contractor's Responsibility to perform the work within the legally described Limits of the Lands.The Contractor shall provide for all additional Lands and access thereto required for temporary Construction facilities or storage of equipment and materials. The Contractor shall not (except after written consent from the proper parties) enter or occupy with personnel, tools, equipment or materials, any land outside the rights-of-way or property of the County. Upon request of the County, the Contractor shall give a copy of the written consent to the Engineer. 8. Work in State and County Rights-of-Way and Easements When the Work involves the installation of sanitary sewers, storm sewers, drains, water mains, 1 manholes, underground structures, or other disturbances of existing features in or across streets, rights-of-way, easements, or other property, the Contractor shall (as the Work progresses) promptly back-fill, compact, grade and otherwise restore the disturbed area to a basic condition which will permit resumption of pedestrian or vehicular traffic and any other critical activity or function consistent with the original use of the land. Unsightly mounds of earth, large stones, boulders,and debris shall be removed 1 so that the site presents a neat appearance. 9. Work Adjacent to Telephone, Power,Water, Sewer, Drainage Cable TV and Gas Company Structures In all cases where Work is to be performed near utilities including telephone, power, water, sewer, drainage, cable TV, or gas company facilities, the Contractor shall provide written notification to the respective companies of the areas in which Work is to be performed, prior to the actual performance of any Work in these areas, and shall take all actions necessary to protect such facilities from damage. 10. Use of Public Streets l The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the i public and to other vehicular and non-vehicular traffic. Any earth or excavated material spilled from j trucks shall be removed by the Contractor and the streets cleaned to the satisfaction of the Engineer and the County Engineering Department, the Florida Department of Transportation, or other local agency having jurisdiction, as applicable. 11. Subsurface Investigation In the preparation of the Contract Documents, the Engineer has relied on the reports and tests of 1 subsurface conditions taken at the job site. Such reports are not guaranteed as to their accuracy or completeness and are not part of the Contract Documents. PROJECT NO.WUD 19-040 GENERAL CONDITIONS-8 Rev 4-18-19 . 1 The County and the Engineer do not warrant or guarantee the accuracy or correctness of this material with respect to actual subsurface conditions. The Contractor shall be responsible for having determined to his satisfaction, prior to the submission of his Proposal, the nature and location of the Work, the conformation of the ground, the character and quality of the substrata,the types and quantity of materials to be encountered, the nature of the ground water conditions, the character of equipment and facilities needed preliminary to and during the execution of the Work, the general and local conditions and all other matters which can in any way affect the Work under this Contract. The prises established for the Work to be done will reflect all costs pertaining to the Work. 12. Obstructions The information and data shown or indicated in the Contract Documents with respect to existing underground utilities at or contiguous to the site and reports of prior property ownership of the site are based on information and data furnished to the County or the Engineer by the owners of such Underground Utilities or others. The County and the Engineer are not responsible for the accuracy or completeness of any such information or data, and the Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Utilities shown or indicated in the Contract Documents,for coordination of the Work with the owners of such Underground Utilities during construction, for the safety and protection thereof and repairing any damage thereto resulting from the Work, the cost of which will be considered as having been included in the Contract Price. All water pipes, sanitary sewers, storm drains, force mains, gas mains, or other pipe, telephone or power cables or conduits, pipe or conduit casings, curbs, sidewalks, service lines and all other obstructions, whether or not shown, shall be temporarily removed from or supported across all excavations. Where it is necessary to temporarily interrupt services, the Contractor shall notify the Owner or occupant of such facilities, both before the interruption and again immediately before service is resumed. Before disconnecting any pipes or cables,the Contractor shall obtain permission from their owner, or shall make suitable arrangements for their disconnection by their owner.The Contractor shall be responsible for any damage to any such pipes, conduits or cables, and shall restore them to service promptly as soon as the Work has progressed past the point involved. Approximate locations of known water, sanitary, drainage, natural gas, power, telephone and cable N installations along the route of new pipelines or in the vicinity of new work are shown, but are to be verged in the field by the Contractor prior to performing the Work. The Contractor shall uncover these pipes, ducts, cables, etc., carefully, by hand, prior to installing his Work. Any discrepancies or differences found shall be immediately brought to the attention of the Engineer in order that necessary changes may be made to permit installation of the Work. 13. Dimensions of Existing Structures Where the dimensions and locations of existing structures are of critical importance in the installation or connection of new work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any materials or equipment which is dependent on the correctness of such information. 14. Elevation Datum Datum is shown on the project plans. All elevations on the Drawings or referred to in the Specifications refer to this datum. 15. Work to Conform PROJECT NO:WUD 19-040 GENERAL CONDITIONS-9 Rev 4-18-19 During its progress and on its completion, all Work shall conform truly to the lines, levels, and grades indicated on the Drawings or given by the Engineer and shall be built in a thoroughly substantial and workmanlike manner,in accordance with the Contract Documents and the written instructions or written directions given from time to time by the Engineer. In no case shall any Work in excess of the requirements of the Contract documents be paid for unless so approved in writing by an appropriately executed Work Supplement, work directive or written amendment. All Work done without written instructions having been given by the Engineer, done without proper lines or levels, or done during the absence of the Engineer, or his agent, will not be estimated or paid for except when such Work is authorized in writing by an appropriately executed Work Supplement,work Directive or written amendment.Work so done may be ordered uncovered or taken down, removed and replaced entirely at the Contractor's expense. 16. Location of Proposed Work Piping and structures to be installed by contractor, will be located substantially as indicated on the Drawings, but the right is reserved by the County, acting through the Engineer, to make such I modifications in location as may be found desirable to avoid interference with existing structures or for _ other reasons. Where fittings, etc., are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve the Contractor from laying and jointing different or additional items where required without additional compensation. 17. Bonds The bond requirements may be waived where permissible under applicable law. The successful Bidder shall, upon delivery of the executed Contract to the County, deposit with the I County a Public Construction Bond, in the form included in these documents, providing for the satisfactory completion of the Work and providing security for payment of all persons performing labor in connection with this Contract. Such bond shall be furnished in an amount equal to 100% of the amount of the Contract award as security for the faithful performance and payment of all Contractors' obligations under the Contract Documents and shall be recorded by Contractor in the public records of Palm Beach County. The form and conditions of the Bond and the Surety shall be acceptable to the County. As soon as possible after award of the contract, successful bidder shall deliver to County a certified copy of the recorded Public Construction Bond or,when applicable,the recorded Payment and Performance bonds. No Payment will be made for work performed under this contract until a certified copy of the appropriate bond(s) has been delivered to County. The bond shall be written by a Surety Company of recognized standing, licensed to do business in the State of Florida, and having a resident agent in the State of Florida.The Surety Company shall hold a current certificate of authority as acceptable surety on Federal Bonds in accordance with U.S. Department of Treasury, Fiscal Service, Bureau of Government Financial Operations, Circular 570, current revision, entitled, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies". The bond shall be executed by an J Attorney-in-Fact for the Surety Company with a certified copy of his Power of Attorney attached to the Bonds. The bonding limit of the Surety Company shall not exceed the limits indicated in the U.S. Department of Treasury listing unless the Surety Company submits a "reinsurance agreement form" indicating the amount above the bonding limit is insured by another Surety Company also on the U.S. Department of Treasury listing. If the Surety Company on any Bond furnished to the County is declared, upon notification of the Insurance Agent, as bankrupt or becomes insolvent or its right or license to do business is terminated PROJECT NO:WUD 19-040 GENERAL CONDITIONS-10 Rev 4-18-19 1 in the State of Florida, or it ceases to meet any of the requirements stated herein, the Contractor shall within ten (10)working days thereafter substitute another Bond and Surety Company at no cost to the County, both of which must be acceptable to the County. If the project is declared more than 90% complete by the Engineer and the County at the time of the Surety's bankruptcy or insolvency, the Contractor may,at the County's option,obtain a Maintenance Bond in the amount of 100%of the project cost, for the one (1) year warranty period after project completion. The Maintenance Bond shall be submitted on the form provided by the County and shall comply with all of the requirements for Public Construction Bond stated herein. Failure by the Contractor to substitute satisfactory Bands under this section shall result in any or all of the following actions by the County: 1. Withholding of all applications for payment until satisfactory bonds are received and accepted, and/or; 2. Default in the Contract and cancellation as provided for in the Contract's default clause, and/or; 3. Suspension of the Contractor's name from the County's bid list for a period of not less than three(3)years from the date of Surety or Contract default. 18. Contractor's Insurance Unless otherwise specified in this Contract or granted by County's Risk Management Department, the Contractor shall, at its sole expense, maintain in full force and effect at all times during the life of this contract or the performance of work hereunder, insurance coverage as described herein at limits, including endorsements,set forth in the Insurance Coverage&Limit Table below. Contractor shall deliver to Owner Certificates)of insurance evidencing that such policies are in full force and effect, not'later than fourteen (14) calendar days after receipt of Notification of Intent to Award, but in any event, prior to execution of the Contract by Owner and prior to commencement of work on the project_ Such certificate(s) shall adhere in every respect to the conditions set forth herein. The requirement contained herein as to types and limits, as well as County's approval of insurance coverage to be maintained by Contractor are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by Contractor under the Contract. COMMERCIAL GENERAL LIABILITY Contractor shall agree to maintain a standard ISO version Commercial General Liability policy form, or its equivalent providing coverage for, but not be limited to, Bodily Injury and Property Damage, Premises/Operations, Products/Completed Operations, independent Contractors, Contractual Liability, Broad Form Property Damage, X-C-U Coverages (if applicable), Severability of Interest including Cross Liability, and be in accordance with all of the limits, terms and conditions set forth herein. Contractor agrees this coverage shall be provided on a primary basis. BUSINESS AUTOMOBILE LIABILITY Contractor shall agree to maintain a standard ISO version Business Automobile Liability coverage form, or its equivalent, providing coverage for all owned, non- owned and hired automobiles, and in accordance with all of the limits, terms and conditions set forth herein. Contractor agrees this coverage shall be provided on a primary basis. Notwithstanding the foregoing, should the Contractor not own any automobiles, the business auto liability requirement shall be amended to allow the Contractor to agree to maintain only Hired & Non-Owned Auto Liability. This amended coverage requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto Coverage form. WORKER'S COMPENSATION&EMPLOYER'S LIABILITY Contractor shall agree to maintain Worker's -Compensation Insurance & employer's Liability, including Federal Act endorsement for U.S. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-11 Rev 4-18-19 l Longshoremen's and Harbor Workers Act when any work is on or contiguous to navigable bodies of U.S. 1 waterways and ways adjoining, covering all of its employees on the work site. This coverage shall be accordance with all of the limits, terms and conditions set forth herein. Exemptions for a Contractor in or j doing work in the Construction Industry, or proof of worker's compensation coverage provided by an employee leasing arrangement shall not satisfy this requirement. If any work is sublet Contractor shall require all subcontractors to similarly comply with this requirement unless such subcontractors' employees are covered by Contractor's Worker's Compensation insurance policy.Contractor agrees this ' coverage shall be provided on a primary basis. ADDITIONAL REQUIRED INSURANCE WHEN WORK INVOLVES: The Contractor shall agree to maintain the following additional required insurance coverages with respect to any work involving property, operations, or type of equipment for which each insurance coverages described below have been designed specifically to provide coverage for: I WATERCRAFT LIABILITY With respect to any of the work hereunder involving watercraft owned, hired, or borrowed, the Contractor shall agree to maintain Protection and Indemnity, or similar Watercraft Liability. Coverage shall be included either way of endorsement under the Commercial General Liability or by separate watercraft liability insurance and be in accordance with all of the limits, terms and conditions set forth herein. Contractor agrees this coverage shall be provided on a primary basis. j � AIRCRAFT LIABILITY With respect to any of the work involving (fixed wing or helicopter)aircraft owned, hired, or borrowed, the Contractor shall agree to maintain Aircraft Liability. Passenger Liability shall be include when persons other than the pilot and crew are occupying the aircraft. Coverage shall be in l accordance with all of the limits, terms and conditions set forth herein. Contractor agrees this coverage shall be provided on a primary basis. BUILDERS RISK With respect to any of the work involving the construction of real property(buildings and improvements other than buildings) during the construction project, the Contractor shall maintain Builders Risk insurance providing coverage for the entire work at the project site, and will also cover portions of work located away from the site but intended for use at the site, and will also cover portions i of the work in transit. Coverage shall be written on a All-Risk, Replacement Cost, and Completed ` Value Form basis in an amount at least equal to the projected completed value of the project as well as subsequent modifications of that sum. If a sublimit applies to the perils of wind or flood, the sublimit shall not be less than 25% of the projected completed value of the project. The deductible shall not exceed$10,000, nor shall a wind percentage deductible, when applicable, exceed five percent(5%). Partial Occupancy or use of the work shall not commence until insurance company or companies providing insurance as required have consented to such partial occupancy or use. Contractor shall take reasonable steps to notify and obtain consent of the insurance company or companies, and agree to take no action,other than upon mutual consent,with respect to occupancy or use of the work that could f lead to cancellation, lapse, or reduction of insurance. f The coverage shall be kept in force until Substantial Completion has been obtained, or until no one but the County has any property interest in the project, or until Contractor and County mutually consent to the termination, whichever occurs first. The Contractor agrees and understands the County shall not provide any Builder's Risk insurance on behalf of Contractor for loss or damage to work, or to any other Property of owned, hired, or borrowed by the Contractor. In addition, the Contractor agrees that they I shall be responsible for all policy deductibles. 1 INLAND MARINE/TRANSIT INSURANCE. With respect to property with values in excess of$100,000 which is rigged, hauled or situated at the site pending installation, the Contractor shall agree to maintain inland marine property/transit insurance provided the coverage is not afforded by a Builders Risk policy. Coverage shall be provided in accordance with all of the limits, terms and conditions set forth herein. Contractor agrees this coverage shall be provided on a primary basis.The coverage shall be kept in force j PROJECT NO:WUD 19-040 GENERAL CONDITIONS-12 Rev 4-1849 until Substantial Completion has been obtained, or until no one but the County has any property interest in the project, or until Contractor and County mutually consent to the termination, whichever occurs first. The Contractor agrees and understands the County shall not provide any inland marine or transit insurance on behalf of Contractor for loss or damage to work, or to any other property of owned, hired, or borrowed by the Contractor. In addition,the Contractor agrees that they shall be responsible for all policy deductibles. SATISFYING LIMITS UNDER AN UMBRELLA POLICY: If necessary, the Contractor may satisfy the minimum limits required above for either Commercial General Liability, Business Auto Liability, and Employer's Liability coverage under an Umbrella or Excess Liability. The underlying limits May be set at the minimum amounts required by the Umbrella or Excess Liability provided the combined limits meet at least the minimum limit for each required policy. The Umbrella or Excess Liability shall have an Annual Aggregate at a limit not less than two (2) times the highest per occurrence minimum limit required above for any of the required coverages. The County shall be specifically endorsed as an "Additional insured"on the Umbrella or Excess Liability, unless the Umbrella or Excess Liability provides continuous coverage to the underlying policies on a complete "Follow-Form" basis without exceptions and stated as such on the Certificate of Insurance. ADDITIONAL INSURED The Contractor agrees to endorse the County as an Additional Insured on each insurance policies required to be maintained by the Contractor, except for Worker's Compensation and Business Auto Liability. The CG 2026 Additional Insured - Designated Person or Organization endorsement, or its equivalent, shall be endorsed to the Commercial General Liability. Other policies, when required, such as for watercraft, aircraft, builder's risk or transit insurance, shall provide a standard Additional Insured endorsement offered by the insurer providing coverage with respect to liability arising out of the operations of the Contractor.The endorsement shall read"Palm Beach County Board of County Commissioners". The Contractor shall agree the Additional Insured endorsements provide coverage on a primary basis. Endorsement shall be in accordance with all of the Limits, terms and conditions set forth herein. LOSS PAYEE The Contractor shall agree to endorse the County as a Loss Payee on the Builder's Risk and Inland Marine/Transit Insurance, when required to be maintained by the Contractor. The Loss Payee endorsement shall read "Palm Beach County Board of County Commissioners." Endorsement shall be in accordance with all of the limits, terms and conditions set forth herein. The Contractor shall agree the Loss Payee endorsement provides coverage on a primary basis. WAIVER OF SUBROGATION The Contractor shall agree by entering into this Contract to a Waiver of Subrogation for each required policy providing coverage during the life of this Contract. When required by the insurer or should a policy condition not permit an Insured to enter into an pre-loss agreement to waive subrogation without an endorsement, then the Contractor shall agree to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy, which a condition to the policy specifically prohibits such an endorsement, or voids coverage should the insured enter into such an agreement on a pre-loss basis. The Waiver of Subrogation shall be in accordance with all of the limits, terms and conditions set forth herein. RIGHT TO REVIEW&ADJUST The Contractor shall agree, notwithstanding the foregoing,the County, by and through its Risk Management Department, in cooperation with the Department, reserves the right to periodically review, reject or accept all required policies of insurance, including limits,coverages, or endorsements, hereunder from time to time throughout the fife of this Contract. Furthermore, the County reserves the right to review and reject any insurer providing coverage because of poor financial condition or because it is not operating legally. In such event, County shall provide Contractor written notice of such adjusted limits and Contractor shall agree to comply within thirty (30) days of receipt thereof and to be responsible for any premium revisions as a result of any such reasonable adjustment. PROJECT NO:WUD 1"40 GENERAL CONDITIONS-13 Rev 4-18-19 1 NO REPRESENTATION OF COVERAGE ADEQUACY: The coverages and limits identified in the table have been determined to protect primarily interests of the County only, and the Contractor agrees in no way should the coverages and limits in the table be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect the Contractor against any loss exposures, whether as a result of the construction project or otherwise. CERTIFICATE OF INSURANCE Certificates of Insurance must provide clear evidence that Contractors Insurance Policies contain the minimum limits of coverage and terms and conditions set forth herein. A minimum thirty (30) day endeavor to notify due to cancellation or non-renewal of coverage shall be identified on the Certificate. In the event the County is notified that a required insurance coverage will cancel or non-renewed during the period of this Contract, the Contractor shall agree to furnish at least thirty (30) days prior to the expiration of such insurance, an additional certificate of insurance as proof that equal and like coverage for the balance of the period of the Contract and any extension thereof is in effect. Contractor shall agree not continue to work pursuant to this Contract unless all required insurance remains in effect.The County shall have the right, but not the obligation, of prohibiting Contractor or any subcontractor from entering the project site until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and accepted by the County. The County reserves the right to withhold payment, but not the obligation,to Contractor until coverage is reinstated. If the Contractor fails to maintain the insurance as set forth herein, the County shall have the right, but not the obligation,to purchase said insurance at Contractor's expense. ADDITIONAL REQUIREMENTS FOR CERTIFICATES OF INSURANCE l 1. Shall clearly identify Palm Beach County, a political subdivision of the State of Florida, its officers, agents and employees as Additional Insured for all required insurance coverages, 1 except Workers Compensation and Business Auto Liability. 2. Shall clearly indicate project name and project number to which it applies. 3. Shall clearly indicate a minimum ten (10)day endeavor to notify requirement in the event of cancellation or non-renewal of coverage. 4. Evidence of renewal coverage must be provided at least fourteen (14)days in advance of any policy that may expire during the term of this Contract. 5. Shall clearly identify Palm Beach County, Board of County Commissioners endorsed as a Loss Payee on the Builders Risk and any Inland Marine coverages. 6. Contractor shall deliver original Certificate(s) of Insurance to the following Certificate Holder address: Palm Beach County 1 Water Utilities Department c/o JDi Data Corporation 100 W Cypress Creek Rd, Suite 1052 Ft Lauderdale, FL 33309 JDi Data Corporation will correspond directly with Contractor to convey insurance deficiencies, policy renewal requests and any other insurance documentation needed in order to establish full compliance with the insurance requirements of the contract. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-14 Rev 4-18-14 DEDUCTIBLES, COINSURANCE PENALTIES, & SELF-INSURED RETENTION The Contractor shall agree to be fully and solely responsible for any costs or expenses as a result of a coverage deductible, coinsurance penalty, or self-insured retention; including any loss not covered because of the operation of such deductible, coinsurance penalty, or self-insured retention. SUBCONTRACTOR'S INSURANCE: The Contractor shall agree to cause each subcontractor employed by Contractor to purchase and maintain insurance of the type specified herein, unless the Contractor's insurance provides coverage on behalf of the subcontractor. When requested by the County, the Contractor shalt agree to obtain and fumish copies of certificates of insurance evidencing coverage for each subcontractor_ INSURANCE COVERAGE & TABLE The Contractor shall agree to maintain the coverages, endorsements, and limits of liability in accordance with and set forth by the Insurance Coverage&Table below: INSURANCE COVERAGE&LIMIT TABLE TYPE OF COVERAGE CONTRACTS LESS CONTRACTS COVERAGE THAN$500,000 $500,000 REQUIRED THIS OR MORE CONTRACT COMMERCIAL GENERAL LIABILITY: Limit of Liability not less than: $500,000 $1,000;000 Yes per occurrence per occurrence Additional Insured endorsement Yes Yes required: COMPREHENSIVE AUTO LIABILITY: Limit of Liability not less than: $500,000 $1,000,000 Yes per occurrence per occurrence WORKERS COMPENSATION& EMPLOYER'S LIABILITY: Yes Coverage not less than: Statutory Employers Liability Limits: $100/500/100 WATERCRAFT LIABILITY:Limit of Liability not less than: $5,000,000 per occurrence Additional Insured endorsement No required: Yes AIRCRAFT LIABILITY:When used to carry passengers(excluding aircraft's $1,000,000 crew)coverage for Passenger Liability not fess than: per passenger No PROJECT NO:WUD 19-040 GENERAL CONDITIONS-15 Rev 4-18-19 INSURANCE COVERAGE&LIMIT TABLE Additional Insured endorsement Yes ` required: INLAND MARINE/TRANSIT Highest value exposed during the construction COVERAGE: project. 1 Limit not less than: f Yes Additional Insured&Loss Payee endorsements required: Yes BUILDERS RISK: Limit not less than: The total project completed construction value as f Endorsement to waive coverage well as subsequent modifications to that sum. termination from Occupancy Clause. Yes Endorsement cover until final acceptance of the project by Certificate Yes of Occupancy by the Owner. No Additional Insured&Loss Payee Yes endorsements required: l 19. Contractor's Responsibility The Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. The County and the Contractor have agreed to use a partnering cooperative approach to problem solving(See Instruction to Bidders 8.0). The Contractor shall be solely and wholly responsible forthe means,methods,techniques,sequences,and procedures of construction and safety precautions and programs incidental thereto.The Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents and for the good condition of the Work and materials until Final Acceptance by the County. The Contractor shall bear all losses resulting on account Of the weather, fire, the elements, or other causes of every kind or nature prior to Final Acceptance. The Contractor shall designate in writing and keep on the Work site at all times during progress of the Work,a technically qualified construction manager,who shall not be replaced without prior written notice to the County and the Engineer. The construction manager shall be the Contractor's representative at the site and shall have full authority to act on behalf of the Contractor. All communications given to the construction manager shall be as binding as if given to the Contractor.The Contractor shall issue all its i communications to the County through the Engineer. j The Contractor's construction manager shall be present at the site of the Work at all times while Work is in progress. Failure to observe this requirement shall be considered as suspension of the Work by j the Contractor until such time as a construction manager is again present at the site. All materials shall be supplied and the Work shall be done in accordance with the rules, requirements, regulations and directives of various Building Departments and such other State, County, or City Departments having jurisdiction over the same and in accordance with the requirements of the representatives of the mortgagee or mortgagees, if any, or any other governmental bureau, agency, or department interested in this job either directly or indirectly. Contractor shall be responsible PROJECT NO:WUD 19-040 GENERAL CONDITIONS-16 Rev 4-18-19 for making himself aware of any laws or ordinances which may affect Contractor's access to the project, the times of day when Contractor may perform the work, or in any other way affect Contractor's performance of the Work.County will not be liable to Contractor for any action of any other governmental or private entity or agency which impacts Contractor's costs or schedule for completing the Work. Except as otherwise provided in this Article,the Contractor shall receive no additional compensation for overtime work, i.e., work in excess of eight(8) hours in any one calendar day or forty (40) hours in any one calendar week, even though such overtime work may be required under emergency conditions and may be ordered by the Engineer in writing. Additional compensation will be paid to the Contractor for overtime work only in the event extra work is ordered by the Engineer and the Work Supplement specifically authorizes the use of overtime work and then only to such extent as overtime wages are regularly being paid by the Contractor for overtime work of a similar nature in the same locality. All costs of field observations, inspection and testing performed by the Engineer during overtime work by the Contractor which is allowed solely for the convenience of the Contractor shall be borne by the Contractor, based upon Engineer's salary rates plus fringe benefits, overhead, profit and indirect costs in accordance with the terms of the Engineer's Contract with the County. The County shall have the authority to deduct the cost of all such inspection and testing from any partial payments otherwise due to the Contractor. Unless otherwise specified in the Contract Documents, the Contractor shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, drainage, sanitary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up, and Final Completion of the Work. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or County, is obligated to act to prevent threatened damage, injury or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Work Directive or Work Supplement will be issued to document the consequences of the changes or variations. 20. Discontinuance of Construction The Contractor agrees and guarantees to perform the above mentioned Work in accordance with the terms stated herein, irrespective of any strikes, lockouts, or stoppages, and the Contractor shall not employ men, means, materials, or equipment which may cause strikes, work stoppages, or any disturbances by workmen employed by the Contractor. In the event the County is prevented from proceeding with any or all of this Work as stated in this Contract,due to a declaration of war, or national emergency, by the United States government,whereas the construction of the type contracted for herein is specifically prohibited by statute or governmental edict, or due to the stoppage of construction caused by any governmental agency, State, City, Town, or County regulations, orders, restrictions, or due to circumstances beyond the County's control, then the County herein reserves the right to either suspend the Work to be done for an indefinite period of time or to cancel this Contract outright by giving notice by registered mail of such intention to the Contractor herein. In the event of any conditions above mentioned occurring after the Work herein has already been commenced,then the County herein shall be liable for only the cancellation or suspension without the addition of prospective profits or other charges whatsoever. 21. Guarantee PROJECT NO:WUD 19-040 GENERAL CONDITIONS-17 Rev 4-18-19 The Contractor guarantees that the Work and service to be performed under the Contract and all workmanship, materials, and equipment performed, furnished, used, or installed in the Work shall be free from defects and flaws,and shall be performed and furnished in strict accordance with the Contract Documents; that the strength of all parts of all manufactured equipment shall be adequate and as j specked; and that performance test requirements of the Contract shall be fulfilled.The Contractor shall remedy all defects in the Work and shall repair,correct,or replace all damage to the other Work,persons or property resulting from failures covered by the guarantee. The guarantee shall remain in effect for t ` one(1)year from the date of final acceptance unless a longer period is specified.The County shall give ` i notice of observed defects with reasonable promptness. Unremedied defects identified for correction during the guarantee period but remaining after its expiration shall be considered as part of the obligations of the guarantee. Defects in material,workmanship, or equipment which are remedied as a result of obligations of the guarantee shall subject the remedied portion of the Work to an extended guarantee period of one (1) year after the defect has been remedied. The Surety shall be bound with and for the Contractor in the Contractor's faithful observance of the guarantee. 22. Field Layout of Work i All Work under this Contract shall be constructed in accordance with the lines and grades shown on the 1 Contract Drawings or as approved by the Engineer in writing. Elevation of existing ground, structures and appurtenances are believed to be reasonably correct but are not guaranteed to be absolute and therefore are presented only as an approximation. All survey work for construction control purposes shall be made by a land surveyor registered in the State of Florida with demonstrated experience in the project area who shall be employed by the , Contractor at his expense. The Contractor shall establish all base lines for the location of the principal component parts of the Work together with permanent benchmarks and temporary bench marks adjacent to the Work. Based upon the information provided by the Contract Drawings, the Contractor 1 shall develop and make all detail surveys necessary for construction including establishment or l construction of grid coordinates as shown on the Contract Drawings, location of property boundaries, stakes for all working points, lines and elevations. } The Contractor shall have the responsibility to carefully preserve all benchmarks, reference points and ` stakes. In case of destruction thereof by the Contractor resulting from his negligence, or for any other reason, he shall be held liable for any expense and damage resulting there from and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. Existing or new control points, property markers, and monuments that will be established or are destroyed during the normal causes of construction shall be re-established by the Contractor, and all reference ties recorded shall be furnished to the Engineer. All computations necessary to establish the exact position of the Work shall be made and preserved by the Contractor. 23. Specifications Where any materials, articles, items, equipment, or processes are specified by one or more trade or brand names, the substitution of unnamed materials, articles, items, equipment, or processes will not be allowed. Where the words "equivalent", "proper", "equal to", or "or Equal" are used, they shall be understood to mean that the referred to materials, items, equipment, articles or processes shall be the equivalent of, or equal to some other materials, items, equipment, articles or processes in the opinion or judgment of the Engineer. Unless otherwise specified, all materials, items, equipment, articles or processes shall be the best of their respective kinds and shall be in all cases, fully equal to samples acceptable to the Engineer. Even though the words "or equal' or other such expressions may be used in the Specifications, unless a substitute is accepted in writing by the Engineer, the Engineer shall have the right to require the use of such specifically designated material, equipment, items, articles or processes named in the Specifications. PROJECT NO:wUD 19-040 GENERAL CONDITIONS-18 Rev 4-18-19 24. Handling and Distribution The Contractor shall, at his own expense, handle, haul and distribute all materials and all surplus materials on the different portions of the Work, as necessary. Suitable and adequate storage room for materials and equipment shall be furnished until the Final Acceptance of the Work. Storage charges and demurrage charges by transportation companies and vendors, which result from delays in handling, shall be bome by the Contractor. 25. Storage of Materials Suitable storage facilities shall be furnished by the Contractor. All materials, supplies and equipment intended for use in the Work shall be stored by the Contractor in accordance with the recommendations of the associated manufacturer or supplier to prevent damage from exposure, contamination by foreign substances,or vandalism.The Engineer may refuse to accept, or sample fortesting,materials,supplies, or equipment that have been improperly stored. Materials, supplies and equipment found unfit for use shall not be incorporated in the Work and shall immediately be removed from the construction or storage site and replaced at no cost to the County. Should the Contractor build temporary structures for housing workers, tools, machinery and supplies, they shall be permitted only at places acceptable under Local codes, Ordinances, Laws, Rules, and Regulations, and their surroundings shall be maintained at all times in a satisfactory and sanitary manner. On or before the completion of the Work, all such structure shall be removed in their entirety, together with all rubbish and trash, at the expense of the Contractor. The Contractor shall, at its own expense, handle, haul and distribute all materials and all surplus materials on the different portions of the Work, as necessary. Suitable and adequate storage room for materials and equipment shall be furnished until the Final Acceptance of the Work. Storage charges and demurrage charges by transportation companies and vendors, which result from delays in handling, shall be borne by the Contractor. 26. Salvaged Materials In the absence of special provisions to the Contract, salvaged materials, equipment or supplies that occur are the property of the County and shall be stored as directed by the Engineer, or shall be properly disposed of by the Contractor at his sole cost, if directed by the Engineer. 27. Subcontracts As soon as practical after execution of the Contract,the Contractor shall notify the Engineer and request approval in writing, of the use of subcontractors proposed for the Work and shall not employ any that the Engineer may,within a reasonable time,determine are not performing the work in strict conformance with the Contract Documents, or approved changes thereto. The Contractor agrees that he is as fully responsible to the County for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the County. The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the Work to bind subcontractors to the Contractor by the terms of the General Conditions, the Supplemental PROJECT NO:WUD 19-040 GENERAL CONDITIONS-19 Rev 4-18-19 1 General Conditions and other Contract Documents insofar as applicable to the Work of subcontractors, 1 and to give the Contractor the same power as regards to terminating any subcontract that the County may exercise over the Contractor under any provision of the Contract Documents. The Contractor shall l only Contract with bondable Subcontractors if the Subcontractor is performing work that represents I more than 15% of the Work. 28. Permits The Contractor shall, obtain all necessary permits, licenses, royalties, inspections and certificates pertaining to the Work and shall comply with all Federal, State, Municipal and local laws, ordinances, I rules, regulations, orders, notices and requirements, whether or not provided by the Drawings, Specifications, General Conditions or other parts of the Contract Documents without additional charge or expense to the County and shall also be responsible for and correct at its own cost and expense, any violations thereof resulting from and in connection with its performance of the Work. 29. Employees All labor described in these Specifications or indicated on the Drawings and the Work specked or indicated shall be executed in a thoroughly substantial and workmanlike manner by mechanics skilled in the applicable trades. Any person employed on the Work who fails, refuses or neglects to obey the instructions of the ` Construction Manager in anything relating to this Work, or who appears to the Construction Manager to be disorderly, intoxicated, insubordinate, unfaithful or incompetent, shall upon the order of said j Construction Manager, be at once discharged and not again employed in any part of the Work. Any interference with, or abuse or threatening conduct toward the Engineer or his inspectors by the Contractor or his employees or agents,shall be authority for the County to annul the Contract and re-let the Work. No intoxicating substance shall be allowed on the Work. 30. Florida Products and Labor The Contractor's attention is called to Section 255.04, Florida Statutes, which requires that on public building contracts, Florida products and labor shall be used wherever price and quality are equal. 31. Equal Employment Opportunity The Contractor warrants and represents that all of its employees or applicants for employment are i treated equally without regard to race, color, religion, disability, sex, age, national origin, ancestry, 1 marital status, familial status, sexual orientation, gender identity or expression, or genetic information. Such action shall include but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 32. Sanitary Regulations The Contractor shall provide adequate sanitary conveniences for the use of those employed on the Work. Such conveniences shall be made available when the first employees arrive on the Work, shall be properly secluded from public observation, and shall be constructed and maintained in suitable numbers and at such points and in such a manner as may be required by Local codes, Ordinances, Laws, Rules and Regulations. ,J PROJECT NO:wUD 19-040 GENERAL CONDITIONS-20 Rev 418-19 The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their use. He shall prohibit the committing of nuisances on the site of the Work, on the lands of the County, or on adjacent property. The County and the Engineer shall have the right to inspect any building or other facility erected, maintained, or used by the Contractor, to determine compliance with these Sanitary Regulations. 33. Taxes The Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by the Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 34. Contractor's Use of Premises The Contractor's use of the project site shall be limited to its construction operations, including on-site storage of materials, on-site fabrication facilities, and field offices, 36. Accident Prevention No laborer or mechanic employed in the performance of this Project shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety and health standards promulgated by the Secretary of Labor. The Contractor shall appoint a qualified and experienced safety representative and shall exercise proper caution at all times for the protection of persons and property and shall be responsible for all damage to persons or property, either on or off the work site,which occur as a result of his prosecution of the Work. The safety provisions of applicable laws and building and construction codes shall be observed and the Contractor shall take or cause to be taken such additional safety and health measures as the Local Public Agency involved may determine to be reasonably necessary. Machinery,equipment and all hazards shall be guarded in accordance with the safety provisions of the "Manual of Accident Prevention in Construction"as published by the Associated General Contractors of America, Inc.,to the extent that such provisions are not in conflict with applicable laws. The Contractor shall maintain an accurate record of all cases of death, occupational disease, or injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on Work under the Contract.The Contractor shall promptly furnish the Local Public Agency with reports concerning these matters. The Contractor shall indemnify and save harmless the County and the Engineer from any claims for damages resulting from property damage, personal injury and/or death suffered or alleged to have been suffered by any person as a result of any Work conducted under this Contract. 36. Precautions During Adverse Weather During adverse weather, and against the possibility thereof, the Contractor shall take all necessary precautions to insure that the Work shall be done in a good and workmanlike condition and is satisfactory in all respects. When required, protection shall be provided by the use of tarpaulins, wood and building paper shelters, or other acceptable means. The Contractor shall be responsible for all changes caused by adverse weather, including unusually high winds and water levels and he shall take such precautions and procure such additional insurance as he deems prudent. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-21 Rev 4-18-19 L The Contractor may suspend construction operations at any time when, in his judgment,the conditions I are unsuitable or the proper precautions are not being taken, whatever the weather or water level conditions may be, in any season. 37. Indemnification Contractor shall indemnify and hold harmless the County, its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the indemnifying party and persons employed or utilized by the indemnifying party in the performance of the construction contract 38. Non-assignable This Contract, any monies due hereunder, or any part thereof, shall not be assigned, transferred, or sublet by Contractor, nor shall County be liable to any assignee or transferee, or sublease, without the written consent of the County, and without consent to the assignment,transfer,or sublease,the County shall not release or discharge Contractor from any obligation hereunder. County shall not consider its approval to an assignment unless the Surety on the Contract Public Construction Bond has informed the County in writing that it consents to the assignment. 39. Venue This Contract shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this Contract shall be in a state court of competent jurisdiction located in Palm Beach County, Florida. 40. Confidentiality In the performance of the Work, the Contractor may be exposed to the confidential information of the County and others. The Contractor shall not disclose to anyone not employed by the County nor use, except on behalf of the County, any such confidential information acquired by it in the performance of the Work except as authorized by the County in writing and, regardless of the term of this Contract, the I Contractor shall be bound by this obligation until such time as said confidential information shall become part of the public domain. Information regarding all aspects of the County's business and information concerning the Work(either directly or indirectly disclosed to it or developed by it in the performance of the Work)shall be presumed to be confidential except to the extent that same shall have been published or otherwise made freely available to the general public without restriction. The Contractor also agrees that it will not disclose to the County any information it holds subject to any obligation or confidence to any third persons or parties. 41. Work by Others The County may perform additional Work related to the Project by itself, or he may let other direct I contracts which shall contain General Conditions similar to these. The Contractor shall afford the other contractors who are parties to such direct contracts(or the County, if it is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of the Work, and shall properly connect and coordinate his Work with theirs. If any part of the Contractor's Work depends on proper execution or results upon the Work of any such I other contractor(or County),the Contractor shall inspect and promptly report to the Engineer, in writing, any defects or deficiencies in such Work that render it unsuitable for such proper execution and results. His failure to so report shall constitute an acceptance of the other Work as fit and proper for the reception PROJECT NO:WUD 19-040 GENERAL CONDITIONS-22 Rev 4-18-19 of his Work except as to defects and deficiencies, which may appear in the other Work after the execution of the Work under this Contract. The Contractor shall do all cutting, fitting and patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by such other Work. The Contractor shall not endanger any Work of others by cutting,excavating or otherwise altering their Work and will only cut or after their Work with the written consent of the Engineer and of the other contractors whose Work will be affected. If the performance of additional Work by other contractors or the County is not noted in the Contract Documents prior to the execution of the Contract,written notice thereof shall be given to the Contractor by the Engineer prior to starting any such additional Work. 42. Engineer's Responsibility The supervision of the execution of this Contract is vested wholly in the Contractor. The orders, instructions, directions, or requests of the County are to be given through the County's Engineer. The County's Engineer shall transmit them promptly to the Contractor as coming from the County and originating in the County. The Contractor shall designate a representative to receive such instructions, directions or requests in his absence and,failing to do so, will be held responsible for the execution of them_ The Engineer shall have the authority to suspend the Work wholly or in part for such period or periods as may be deemed necessary due to failure on the part of the Contractor to cavy out orders given to perform any or all provisions of the Contract. This right of the Engineer to stop the Work shall not give rise to any duty on the part of the Engineer to exercise this right for the benefit of the Contractor or any other party. The Contractor shall not suspend the Work and shall not remove any equipment, tools, lumber or other materials without the written permission of the County's Engineer. The County's Engineer shalfhave free access to the materials and the Work at all times for measuring or observing the same, and the Contractor shall afford him all necessary facilities and assistance for so doing. After written authorization to proceed with the Work,the Engineer shall: 1. Make visits to the site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents; not be responsible for the construction means, methods, procedures, techniques and sequences of construction and will not be responsible for the Contractor's failure to perform the construction Work in accordance with the Contract Documents; not be responsible for safety precautions and procedures in connection with the Work; and during such visits and on the basis of on-site observations, as an experienced and qualified design professional, will keep the County informed of the progress of the Work, will endeavor to guard the County against defects and deficiencies in the Work of the Contractor and may reject Work as failing to conform to the Contract Documents. 2. Issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as the Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. 3. Review samples, catalog data, schedules, shop drawings, laboratory, shop and mill tests of materials and equipment and other data, which the Contractor is required to PROJECT NO:WUD 19-040 GENERAL CONDITIONS-23 Rev 41&19 1 submit, only for conformance with the design concept of the project and compliance with -1 the information given by the Contract Documents, and assemble written guarantees, which are required by the Contract Documents. 4. Consult with and advise the County, act as the County's representative at the project site, issue all instructions of the County to the Contractor and prepare routine Work SupplementsChanre as required. I 5. Based on on-site observations, as an experienced and qualified design professional and on the review of the Contractor's applications for payment,determine the amount owing to the Contractor and approve in writing payment to the Contractor in such amounts; such approvals of payment to constitute a representation to the County, based on such observations and review of data comprising such applications, that the Work has progressed to the point indicated and that, to the best of its knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents, subject to the results of any subsequent tests called for in the Contract Documents and any qualifications stated in the approval. Such partial and final payments will be as specified elsewhere herein except as modified in this paragraph. 6. Conduct, in the company of the County, a final inspection and an "eleventh month inspection" of the Project for conformance with the design Concept of the project and compliance with the information given by the Contract Documents, and recommend to the County, in writing, acceptance of the Project for ownership and final payment to the Contractor in accordance with Article 59 "Final Payment and Acceptance." The Engineer will be the initial interpreter of the requirements of the Contract Documents. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). The Engineer has agreed to participate in the use of a partnering cooperative approach to problem solving. Neither the Engineer's authority to act under this Article or other provisions of the Contract Documents 1 nor any decision made by the Engineer, in good faith either to exercise or not exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, any Supplier, any Surety, or any other person or organization performing any of the Work. Whenever in the Contract Documents the terms"as ordered", "as directed", "as required", "as allowed", "as reviewed", "as approved", or terms of the like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper', or"satisfactory"or adjectives of the like effect or import are used to describe a requirement, direction, review, or judgment of the Engineer as to the Work, it is intended that such requirements, direction, review, or judgment will be solely to evaluate the Work for compliance with the Contract Documents, unless there is a specific statement indicating otherwise.The use of any such term or adjective shall not be effective to assign to the Engineer any duty or authority to undertake responsibility. The authority and duties of the resident project representative are limited to examining the material I furnished, observing the Work done, and reporting their findings to the Engineer. The Engineer does not underwrite,guarantee or insure the Work done by the Contractor. It is the Contractor's responsibility to perform the Work in all details in accordance with the Contract Documents. Failure by the Engineer or by any inspectors or other representatives of the County engaged in on-site observation to discover defects or deficiencies in the Work of the Contractor shall never, under any circumstances, relieve the Contractor from his liability to the County. Inspectors shall have no authority to permit deviations from PROJECT NO:WUD 194040 GENERAL CONDITIONS-24 Rev 4-18-19 or to modify any of the provisions of the Drawings or Specifications without the written permission or instruction of the Engineer. The Engineer, his representatives, employees, or any resident project representative in employment of the Engineer shall have no authority to supervise, direct, expedite or otherwise control and instruct or order the Contractor or his employees in the fulfillment of the Contractor's obligation. The County's instructions, orders,directions and/or orders to the Contractor shall be given only through the Engineer, or his employees. The Engineer shall have the authority to disapprove or reject work which the Engineer believes to be defective or that the Engineer believes will not produce a completed project that conforms to the Contract Documents or that will prejudice the integrity of the construction of the completed Project as a functioning whole as indicated by the Contract Documents. The Engineer shall also have the authority to require special inspections or testing of the Work as provided in Article 51 of these specifications, whether the Work is fabricated, installed or completed. If any Work(including the Work of subcontractors)that is to be inspected,tested or approved is covered without written concurrence of the Engineer, it must, if requested by the Engineer, be uncovered for observation. Such uncovering shall be at the Contractor's sole expense unless the Contractor has given the'Engineer timely notice of the Contractor's intention to perform such test or to cover the same and the Engineer has not acted with five (5)days in response to such notice. If any Work is covered contrary to the written request of the Engineer, it must, if requested by the Engineer,be uncovered for the Engineer's observation and replaced at the Contractor's sole expense. If the Engineer considers it necessary or advisable that covered Work be observed by the Engineer or inspected or tested by others, the Contractor, at the Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection or testing as the Engineer may require,that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, the Contractor shall bear all direct, indirect and consequential costs and damages of such uncovering, exposure, observation, inspection and testing and of satisfactory re-construction, including but not limited to fees and charges of engineers, attorneys and other professionals. However if such Work is found not to be defective, the Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing and re-construction; and if the parties are unable to agree as to the amount or extent thereof,the Contractor may make a claim as provided in Articles 44 and 49. The payment of any compensation, regardless of its character or form, or the giving of any gratuity, or the granting of any valuable favor, directly or indirectly, by the Contractor to any project representative, is strictly prohibited and any such act on the part of the Contractor will constitute a violation of the Contract. 43. Changes in the Work Without invalidating the Contract and without notice to any Surety,County may, at any time or from time to time, order additions, deletions, or revisions in the Work; these will be authorized by a Written Amendment, a Work Supplement, or a Work Directive Change. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents(except as otherwise specifically provided). If County and Contractor are unable to agree on the extent, if any, of an increase or decrease in the Contract Price or an extension or shortening of the Contract Time that should be allowed as a result of a Work Directive Change, a claim may be made thereof.as provided in Article 44 or Article 49_ PROJECT NO:WUD 19-040 GENERAL CONDITIONS-25 Rev4-18-19 i Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided, except in the case of an emergency as provided in Article 19. County and Contractor shall execute appropriate Work Supplements (or Written Amendments) covering: ' A. Changes in the Work which are ordered by County, or are required because of acceptance of defective work under Article 61 or correcting defective Work under Article 63, or are agreed to in writing by the parties; i B. Changes in the Contract Price or Contract Time which are agreed to in writing by the parties; and, C. Changes in the Contract Price or Contract Time which embody the substance of any written decision rendered by Engineer pursuant to ADR, provided that, in lieu of ' executing any such Change Order, Contractor or County may litigate any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such ADR and litigations, Contractor shall carry on with the Work and adhere to the Progress Schedule as provided in Article 49. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents(including, but not limited to, Contract Price or Contract Time) is required by the provisions of any Bond to be given to a Surety,the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. All changes to the contract must comply to Palm Beach County Board of County Commissioners Resolution R-89-633, any revisions thereto and any other policies enacted by the Board of County Commissioners in relation to contract changes. 44. Change of Contract Price A. General i 1. The Contract price constitutes the total compensation (subject to adjustments authorized in i writing) payable to Contractor for performing the Work. All duties, responsibilities and I obligations assigned to or undertaken by Contractor shall be at his expense without change { in the Contract Price. 2. The Contract Price may only be changed by a Work Supplement.Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to the Engineer promptly(but in no event later than thirty(30)days)after occurrence of the event giving rise to the claim and stating the general l nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within sixty(60)days after such occurrence(unless the Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, J indirect and consequential)to which the claimant is entitled as a result of the occurrence of said event. Any claim for adjustment in the Contract Price may be determined by ADR if County and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Article. .1 PROJECT NO:WUD 19-040 GENERAL CONDITIONS-26 Rev 4-18-19 3. The value of any Work covered by a Work Supplement or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: a. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved. b. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with paragraph C.1. C. On the basis of the Cost of the Work(determined as provided in paragraphs B.1 and 8.2) plus a Contractor's Fee for overhead and profit (determined as provided in paragraphs C.1 and C.2). B. Cost of the Work 1. The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by County, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in paragraph B.2. a. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by County and Contractor. Payroll costs for employees not employed full time in the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to,salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment compensation, excise and payroll taxes, worker's or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation pay and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing Work after regular working hours, on Saturday, Sunday or legal holidays, shall be included in the above to the extent authorized by the County. b. Costs of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and supplier's field services required in connection therewith. C. Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. d. Cost of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys and accountants)employed for services specifically related to the Work. e. Supplemental costs including the following: (i) The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in the discharge of duties connected with the Work. (ii) Costs, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, and costs less market value of such items used but not consumed which remain the property of Contractor. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-27 Rev 4-18-19 _1 _1 (iii)Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others.The rental of any such equipment,machinery or parts shall cease when the use thereof is no longer necessary for completion of the Work or any portion thereof for which the equipment, machinery or parts are specifically required. ` For special equipment and machinery such as power driven pumps, concrete mixers, I trucks, front-end loaders, backhoes, and tractors, or other equipment required for the economical performance of the authorized Work,the Contractor shall receive payment based on the weekly rate divided by 40 to arrive at an hourly cost. The weekly rate shall be from the latest edition of the Rental Rate Blue Book for Construction Equipment, published by Equipment Guide Book Co., reduced by twenty-five percent (25%). Equipment cost shall be calculated based upon the actual time used on the Work. If said Work requires the use of machinery not on the Work or not to be used on the Work, the cost of transportation, not exceeding a distance of one hundred (100) miles, of such machinery to and from the Work shall be added to the fair rental rate; provided, however,that this shall not apply to machinery or equipment already required to be furnished under the terms of the Contract. (iv)Sales, consumer, use or similar taxes related to the Work, and for which Contractor , is liable, imposed by Laws and Regulations. (v)The cost of utilities,fuel and sanitary facilities at the site. I (vi) Minor expenses such as telegrams long distance phone calls,telephone service at the site, expressage and similar petty cash items in connection with the Work. (vii)Cost of premiums for additional Bonds and insurance required because of changes in the Work and for premiums for property insurance coverage within the limits of the deductible amounts established by County in accordance with Article 18. 2. The term Cost of Work shall not include any of the following: a. Payroll costs and other compensation of Contractor's officers, executives, principals (or partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, surveyors, auditors, accountants, purchasing and contract agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal office or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph B.1.a or specifically covered by paragraph B.1 A all of which are considered administrative costs covered by the Contractor's fee. b. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. C. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. d. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph B.1.e.vii above. .1 PROJECT NO:WUD 19-040 GENERAL CONDITIONS-28 Rev 4-18-19 e. Costs due to the negligence of Contractor, any subcontractor, or anyone directly or indirectly employed by any of them or for those acts any of them may be liable for, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property. f. Other overhead or general expense costs of any kind and the costs of any items not specifically and expressly included in paragraph B.I. C. Contractor's Fee 1. The Contractor's Fee allowed for overhead and profit shall be determined as follows: a. A mutually acceptable fixed fee, or if none can be agreed upon, a fee based on the following percentages of the various portions of the Cost of the Work: (i) For costs incurred under paragraphs B.1.a and B.1.b, the Contractor's Fee shall be frfteen percent(15%). (ii) For costs incurred under paragraph B.1.c,the Contractor's Fee shall be five percent (5%);and if a subcontract is on the basis of Cost of the Work plus a Fee,the maximum allowable fee to Contractor on account of overhead and profit of all subcontractors shall be fifteen percent(15%). (iii) No fee shall be payable on the basis of costs itemized under paragraph B.1.d, B.1.e, and B.2. (iv) The amount of credit to be allowed by Contractor to County for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to ten percent(10%) of the net decrease; and, (v)When both additions and credits are involved in any one change,the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with paragraphs C.1.b.i through C.1.b.iv, inclusive. 2. Whenever the cost of any Work is to be determined pursuant to paragraph B.1 or B.2, Contractor will submit in a form acceptable to the Engineer an itemized cost breakdown together with supporting data. 3. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established unit prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Contract. The estimated quantities of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer. Each Unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Where the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Contract and there is not a corresponding adjustment with respect to any other item of Work and if Contractor believes that Contractor has incurred additional expense as a result thereof, Contractor may PROJECT NO:WUD 19-040 GENERAL CONDITIONS-29 Rev 4-18-19 make a claim for an increase in the Contract Price which may be resolved by ADR if the 1 parties are unable to agree as to the amount of any such increase. 45. Change Procedures A. Minor Changes: The Engineer will advise the Contractor, in writing, of minor changes in the Work not involving an adjustment to Contract Price or Contract Time by issuance of a Field Order. B. Other Changes: I 1. The County,through its Engineer may,at any time,without notice to the surety, by written order designated or indicated to be a Work Supplement, make any change in the Work within the general scope of the Contract, including but not limited to changes: a. In the Specifications(including drawings and designs); b. In the time, method or manner of performance of the Work; c. In the County furnished facilities, equipment, materials, services, or site; or d. Directing acceleration in the performance of the Work. 2. Any other written order (which terms as used in this paragraph shall include direction, instruction, interpretation, or determination)from the County,which causes any change, shall be treated as a Work Supplement under this clause, provided that the Contractor gives the County written notice not later than ten (10) days after the occurrence of the event giving rise to the claim but prior to incurring any expense stating the date, circumstances, and source of the order and that the Contractor regards the order as a Work Supplement. 3. Except as provided in this Article, no order, statement, or conduct of the County shall be treated as a change under this clause or entitle the Contractor to an equitable adjustment, and this Article shall not allow, nor be construed to allow, a claim otherwise disallowed by the Contract Documents. 4. If any change under this clause causes an increase or decrease in the Contractor's cost of, or the time required for,the performance of any part of the Work under this Contract, whether or not Changed by any order, an equitable adjustment shall be made and the Contract modified in writing accordingly; provided however, that no claim for any change under Paragraph 2 above shall be allowed for any costs unless the Contractor gives written notice as herein required. 5. If the Contractor intends to assert a claim for an equitable adjustment under this clause, it must, within thirty (30) days after receipt of a written Work Supplement under Paragraph 1 above or the furnishing of a written notice under Paragraph 2 above,submit to the County a written statement setting forth the general nature and monetary extent of such claim, unless this period is extended by the County. The statement of claim hereunder may be included in the notice under Paragraph 2 above. 6. No claim by the Contractor for an equitable adjustment hereunder shall be allowed if asserted after final payment under this Contract. 46. Omitted Work PROJECT NO:WUD 19-040 GENERAL CONDITIONS-30 Rev 4-18-19 The County may, at any time, by a written order,without notice to the Sureties, require the omission of such Contract Work as it may find necessary or desirable. An order for omission of Work shall be valid only by an executable Work Supplement. All Work so ordered must be omitted by the Contractor. The amount by which the Contract Price shall be reduced shall be determined as follows: a. By such applicable unit prices, or rates for work of a similar nature or character as set forth in the Contract; or, b. By the appropriate lump sum price set forth in the Contract; or, C. By the reasonable and fair estimated cost of such omitted Work as determined by the Contractor and the Engineer, and approved by the County. 47. Changes Not to Affect Bonds . It is distinctly agreed and understood that any changes made in the Contract Documents for Work associated with this Project (whether such changes increase or decrease the amount thereof) or any change in the manner or time of payments or time of performance made by the County to the Contractor shall in no way annul, release or affect the liability and surety on the Bonds given by the Contractor. If notice of any change is required to be given to a Surety by the provisions of any Bond, the giving of any such notice will be the Contractor's responsibility, and the amount of each applicable Bond shall be adjusted accordingly. 48. Continuing the Work Contractor shall cavy on the Work and adhere to the Progress Schedule during all disputes or disagreements with County. If the Contractor and County are unable to agree,all such disputes may be referred to ADR or litigation. No Work shall be delayed or postponed,pending resolution of any disputes or disagreements except as the Contractor and County agree in writing otherwise and County shall continue to make payments in accordance with the Contract Documents. 49. Change of Contract Time The Contract Time may only be changed by a Work Supplement. Any claim for an extension of the Contract Time shall be based on written notice delivered by the Contractor to the Engineer promptly (but in no event later than 10 days)after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within thirty(30)days after such occurrence(unless the Engineer allows, in writing, an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Time shall be determined by the Engineer in accordance with Article 42 if County and Contractor cannot otherwise agree. No claim for an adjustment in the Contract Time shall be valid if not submitted as previously specified above. The Contract Time will be extended in an amount equal to time lost due to delays beyond the control of Contractor if a claim is made as provided in this Article. Such delays shall include, but not be limited to, acts or neglect by County or others performing additional Work as contemplated by Article 41, or to fires,floods, labor disputes, epidemics, abnormal weather conditions(Article 50) or acts of God. PROJECT NO-WUD 19-040 GENERAL CONDITIONS-31 Rev 418-19 } Pursuant to the Contract's float-sharing requirements, no time extensions will be granted nor delay damages considered until a delay occurs that impacts the projects critical path, consumes all available float, and extends the work beyond the Contract completion date. 50. Extension of Time on Account of Weather/Inclement Weather If adverse weather conditions are the basis for a Claim for additional time,such Claim shall be submitted within five (5) days of occurrence and shall be documented by data substantiating that weather conditions where the contractor was unable to perform work, for the period of time required for completion of the Work and could not have been reasonably anticipated and that weather conditions had an adverse effect on the scheduled construction. The Contractor's construction schedule shall be based upon the inclusion of at least fifteen(15)calendar days per calendar year, of inclement weather delays to be prorated over the length of the contract. Further, the contractor has the responsibility to take reasonable precautions to mitigate the impact of unfavorable weather conditions. Failure by the contractor to comply with the proper notice or to supply substantial data within the time limit will result in the contractor waiving its claim for weather delay. 51. Materials, Samples and Inspections } Unless otherwise indicated on the Drawings or specified elsewhere, only new materials and equipment shall be incorporated in the Work. All materials and equipment furnished by the Contractor to be incorporated in the Work shall be subject to inspection by the Engineer. No material shall be processed for, fabricated for, or delivered to the Site without prior acceptance from the Engineer. If not required by the Proposal, as soon as possible after the formal execution of the Contract, the } Contractor shall submit to the Engineer,the names and addresses of the manufacturers and suppliers of all materials and equipment he proposes to incorporate into the Work.When shop and supplemental drawings are required as specified below, such information shall be submitted prior to the submission of the drawings so that the Engineer may consider the manufacturer, and/or the supplier, to be acceptable or unacceptable, as to his or their ability to furnish a product meeting the Specifications, subject to final acceptance of the particular material or equipment. As requested, the Contractor shall also submit data relating to the material and equipment he proposes to incorporate into the Work, in sufficient detail to enable the Engineer to identify the particular product in question and to form an opinion as to its conformity to the Contract requirements. Such data shall be submitted in a manner similar to that specified for shop drawings. Facilities and labor for the handling and inspection of all materials and equipment shall be furnished by the Contractor. Defective materials and equipment shall be removed immediately from the site of the Work.The Engineer will make arrangements for,and the County shall pay for soil density tests wherever and whenever the Engineer desires. If the results of a density test indicate that compaction is less than that specified in the Specifications,the Contractor shall reimburse the County for the full cost of the test. j If the Engineer so requires, either prior to beginning or during the progress of the Work,the Contractor shall submit samples of materials for such special tests as may be necessary to demonstrate that they conform to the requirements of the Contract Documents. Such samples, including concrete test cylinders, shall be furnished, taken, stored, packed, and shipped as directed, at the expense of the Contractor. The Contractor shall, at his own expense, furnish acceptable molds for making concrete test cylinders. Except as otherwise specified, the County will make arrangements for, and pay for, the tests. J PROJECT NO:WUD 19-040 GENERAL CONDITIONS-32 Rev 4-18-19 I All samples shall be packed so as to reach their destination in good condition, and shall be labeled to indicate the material represented, the name of the building or Work and location of which the material is intended, and the name of the Contractor submitting the sample.To ensure consideration of samples, the Contractor shall notify the Engineer by letter that the samples have been shipped and shall properly describe the samples in the letter. in no case shall the original letter of notification be enclosed with the samples. The Contractor shall submit data and samples, or place his orders, sufficiently early to permit consideration, inspection, testing, and acceptance before the materials and equipment are needed for incorporation in the Work. Delay resulting from his failure to do so shall not be used as the basis of a claim against the County or the Engineer. When required, the Contractor shall furnish to the Engineer triplicate sworn copies of manufacturer's shop or mill tests (or reports from independent testing laboratories) relative to materials and concrete data. After the samples, data, etc., are considered acceptable to the Engineer, the materials and equipment used on the Work shall correspond therewith. If the Work is defective, or the Contractor fails to perform the Work in such a way that the completed Work will conform with the Contract Documents,the County may order the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the County to stop the Work,or the right of the Engineer to make this recommendation to the County, shall not give rise to any duty on the part of the County or the Engineer to exercise this right for the benefit of the Contractor or any other party. If required by the Engineer, the Contractor shall promptly either correct all defective Work, whether or not fabricated,installed,or completed, or, if the Work has been rejected by the Engineer, remove it from the site and replace it with non-defective Work. The Contractor shall bear all direct, indirect, and consequential costs of such correction or removal, including but not limited to fees and charges of engineers, architects, attorneys, and other professionals made necessary thereby. If, instead of requiring correction or removal and replacement of defective Work, County, and, prior to Engineer's recommendation of final payment, also Engineer, prefers to accept the Work, County may do so. Contractor shall bear all direct, indirect and consequential costs attributable to County's evaluation of and determination to accept such defective Work(such costs to be approved by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys and other professionals). If any such acceptance occurs prior to Engineer's recommendation of Final Payment, a Work Supplement will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and County shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, County may make claim as provided in Article 44. If the acceptance occurs after such recommendation, an appropriate amount will be paid by the Contractor to the County. 52. Inspection of Work Away from the Site If Work to be done away from the construction site is to be inspected on behalf of the County during its fabrication, manufacture,or testing,or before shipment,the Contractor shall give notice to the Engineer of the place and time where such fabrication, manufacture,testing or shipping is to be done.Such notice shall be in writing and delivered to the Engineer in ample time so that the necessary arrangements for the inspection can be made. 53. One Year Correction Period PROJECT NO.WUD 19-040 GENERAL CONDITIONS-33 Rev 4-18-19 If within one (1) year after the date of Final Acceptance or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents, any Work which is found to be defective, the Contractor shall promptly, without - cost to the County,and in accordance with the County's written notification,either correct such defective Work, or, if it has been rejected by the County, remove it from the site and replace it with non-defective Work. If the Contractor does not promptly comply with such notification,or in an emergency where delay would cause serious risk of loss or damage, the County may have the defective Work corrected or the rejected Work removed and replaced, and all direct, indirect, and consequential costs of such removal and replacement including but not limited to fees and charges of engineers, architects, attorneys and other professionals will be paid by the Contractor. I If, instead of requiring correction or removal and replacement of defective Work, the County prefers to accept the Work,the County may do so.The Contractor shall bear all direct, indirect, and consequential costs attributable to the County's evaluation of and determination to accept such defective Work. If any such acceptance occurs prior to final payment, a Work Supplement will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and the County shall be entitled to an appropriate decrease in the Contract Price. If the acceptance occurs after final payment, an appropriate amount will be paid by the Contractor to the County, as determined by the Engineer. 54. Progress Payment Procedures I The Contractor shall prepare a schedule of values by phases of work to show a breakdown of the l Contract Sum corresponding to the payment request breakdown and progress schedule line items. The schedule of values must also show dollar value for each unit of work scheduled. Work Supplements shall be added as separate line items. The schedule of values shall be submitted to the County and Architect/Engineer of Record for review and approval prior to"Commencement of Work." Unless specifically included as a line item in the bid proposal form, "mobilization"will not be considered a line item. For lump sum projects the General Conditions costs will be considered as a line item for the following items(break down required). 1. Contractor's field office personnel(full-time on-site). L 2. Construction office and storage facilities. 3. Utilities required to sustain field office and sanitary facilities. 4. Electrical power and water for construction. I 5. Bonds and insurance. Progress Payments for General Conditions will be based on the percentage of work completed to date, except Bonds and Insurance which may be requested in full. Separate payments for shop drawings and deposits for materials will not be allowed. Prior to initial payment request, the following must be submitted and approved by the Architect/Engineer of Record and Palm Beach County Capital Improvements Division. 1. List.of principal subcontractors and suppliers. 2. Schedule of values. 3. Shop drawing log. j 4. Project schedule. The Contractor will prepare and submit three(3) original copies of monthly invoices for work completed during the one month period. Pay Applications shall be submitted in the format and wording of the form contained in Appendix A. All information must be complete for the pay application to be accepted. County's account number(s) for the project will be given at the Pre-Construction meeting and will be I PROJECT NO:WUD 19-040 GENERAL CONDITIONS-34 Rev 4-18-19 placed at the top right hand comer of each application. These payment applications will be reviewed by all the parties in attendance at the monthly pay application meetings. Prior to formal submission of the Application, the Contractor shall submit a rough draft plus two extra copies for the County and Architect/Engineer of Record to review. Submit four(4)final approved copies to the Architect/Engineer of Record, whose approval is required prior to submission to the County. If the pay estimate and support data are not approved,the Contractor is required to submit new, revised or missing information according to the County's instructions. Otherwise, the Contractor shall prepare and submit to County an invoice in accordance with the estimate as approved. County will pay Contractor, in accordance with Local Government Prompt Payment Act(Section 248.70 et. seq., Florida Statutes) (hereinafter, "the Act'). County shall provide Contractor with a written notice of disputed pay request within ten (10) business days after receipt of such pay request which clearly states any and all deficiencies in Contractor's pay request that will prevent prompt processing and issuance of payment. To the extent there is an undisputed portion of the pay request that can be paid, the County shall proceed with prompt payment of that portion of the pay request. Retainage, in the amount of 10%, will be withheld on the calculated value of any Work, with the exception of stored materials which may be paid at the supplier's invoiced cost. At Contactor's request and with consent of Contractor's Surety, after 50%completion of the work has been achieved,the County will implement a reduction in retainage to 5% of all future pay requests. When retainage is reduced, Contractor may withhold more than 5% retainage from subcontractors or suppliers only when done in accordance with the provisions of the Act, may not request such withheld funds from the County, and will be required to certify compliance with the Act on each subsequent pay application. Notwithstanding the foregoing, in no instance can the amount retained be less than the value of County's good faith claims plus the value of the Work the County determines remains to be put in place or required to be performed as remedial activities. For purposes of this section, 50%Q completion shall be that point in time when A/E determines that half of the Work required by the Contract has been completed. In no event shall the Work be determined to be 50% complete before the County has paid 50%0 of the Contract amount and 50% of the Contract time has expired. In the event any dispute with respect to any payment or pay request cannot be resolved between the Contractor and County's project staff, Contractor may, in accordance with the alternative dispute resolution requirements of the Act, demand in writing a meeting with and review by the Water Utilities Department Director. In the absence of the Water Utilities Department Director, the Water Utilities Department Deputy Director may conduct the meeting and review. Such meeting and review shall occur within ten (10) business days of receipt by County of Contractor's written demand. The Water Utilities Department Director, or Deputy Director, shall issue a written decision on the dispute within ten (10) business days of such meeting. This decision shall be deemed the County's final decision for the purposes of the Act. Contractor must remit undisputed payment due for labor, services, or materials furnished by subcontractors and suppliers hired by the Contractor, within ten(10)business days afterthe contractor's receipt of payment from the County pursuant to the Act. Contractor shall provide subcontractors and suppliers hired by Contractor with a written notice of disputed invoice within five(5)business days after receipt of said invoice which clearly states the reasons for the disputed invoice. Each application for payment shall be accompanied by the following: 1. A notarized "Affidavit of Disbursement of Previous Periodic Payments to Subcontractors"from the General Contractor for the portion of work up to the date of that particular pay application. 2. OEBO Schedule 3—Subcontractor Activity Form 3. OEBO Schedule 4—Subcontractor/Subconsultant Payment Certification Form 4. A County approved construction schedule update. PROJECT NO:WUO 19-440 GENERAL CONDITIONS-35 Rev 4-18-19 55. Partial Utilization 1 The County shall have the right to utilize or place into service any item of equipment or other usable portion of the Work prior to substantial completion of all of the Work. Whenever the County plans to exercise said right, the Contractor shall be notified in writing by the County, identifying the specific portion or portions of the Work to be so utilized or otherwise placed into service. If the Contractor agrees that such part of the Work is substantially complete and is capable of being partially utilized, The Contractor shall certify to the County and the Engineer that such part of the Work is substantially complete and request the Engineer to issue a Certificate of Substantial Completion for that part of the Work. If the Engineer does not consider that part of the Work to be substantially complete,the Engineer shall notify the County and the Contractor in writing of the reasons why. If the Engineer considers that part of the Work to be substantially complete,the Engineer shall so recommend in writing to the County. It shall be understood by the Contractor that until such written notification of the certification of 1 substantial completion of that part of the Work is issued by the Engineer, all responsibility for care and maintenance of all items or portions of the Work to be partially utilized shall be borne by the Contractor. Upon issuance of said written notice of partial utilization, the County will accept responsibility for the protection and maintenance of all such items or portions of the Work described in the written notice. The Contractor shall retain full responsibility for satisfactory completion of the Work, regardless of whether a portion thereof has been partially utilized by the County, and the Contractor's one (1) year correction period shall commence only after the date of Final Acceptance of the Work for each Work Authorization. The Contractor shall also submit complete and legally effective releases or waivers. 56. Substantial Completion When the Contractor considers the entire Work ready for its intended use, the Contractor shall notify the County and the Engineer in writing that the Work is substantially complete and request that the Engineer prepare a Certificate of Substantial Completion. Within the time allowed by F.S. 218.70 and in accordance with the County, the Engineer and the Contractor shall make an inspection of the Work to determine the status of completion. If the Engineer does not consider the Work substantially complete, the Engineer shall notify the Contractor in writing stating the reasons. If the Engineer considers the Work to be substantially complete,the Engineer will prepare and deliver to the County for its execution and recordation the Certificate of Substantial Completion signed by the Engineer and 1 Contractor, which shall fix the Date of Substantial Completion. At the discretion of the County, the County may withhold one and one-half times the value of outstanding uncompleted items and corrective work on the incomplete punch list. All such Work shall be completed or corrected to the satisfaction of the County within the time stated on the punch list; otherwise the Contractor does hereby waive any and all claims to all monies withheld by the County to cover the value of all such uncompleted or uncorrected items. 57. Final Application for Payment After the Contractor has completed all correction Work referred to in Article 56"Substantial Completion", I and on the final punch lists, or any other punch lists which have been completed, and the Contractor has delivered all maintenance and operating instructions, schedules,guarantees, Bonds, certificates of inspection, marked-up record documents (as provided in these General Conditions) and other documents, all as required by the Contract Documents, and has given the Engineer written notice that the Work has been completed in conformity with the Drawings and Specifications and any approved changes thereto, the Contractor may make application for final payment following the procedure for progress payments in Article 54 "Applications for Progress Payments." The Final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, including but not limited to the following on forms provided by the County: PROJECT NO:WUD 19-040 GENERAL CONDITIONS-36 Rev 416.19 i 1. Contractors Certification of Final Completion 2. Consent of Surety for Final Payment(Payment Bond) The Contractor shall also submit complete and legally effective releases or waivers(satisfactory to the County) of all liens and "Notices to Owner" arising out of or filed in connection with the Work Authorization. 6& Record Documents The Contractor shall keep one(1) record copy of all Specifications, Drawings, Addenda, modifications and shop drawings at the site in good order and clearly annotated to show all changes made during the construction process. These shall be available to the Engineer for inspection and reference and shall be delivered to him upon completion of the Project, prior to Application for Final Payment. 69. Final Payment and Acceptance Upon receipt of written notice from the Contractor that the Work under any Work Authorization has been completed in conformity with the Drawings and Specifications and any approved changes thereto, and receipt of the Final Application for Payment and accompanying documentation, the County's Engineer shall promptly examine the Work and, making such tests as he may deem proper and using all of the care and judgment normally exercised in the examination of completed Work by a properly qualified and experienced Professional Engineer, shall satisfy himself that the Contractors statement appears to be correct and the Contractors other obligations under the Contract Documents have been fulfilled. He shall then inform the County in writing that he has examined the Work for the Work Authorization and that it appears, to the best of his knowledge and belief, to conform to the Contract Drawings, Specifications and any approved Work Supplements, that the Contractors other obligations under the Contract Documents have been fulfilled, and that he therefore recommends acceptance of the Work Authorization for ownership and Final Payment to the Contractor. However, it is agreed by the County and the Contractor that such statement by the County's Engineer does not in any way relieve the Contractor from his responsibility to deliver a fully completed job in a good and workmanlike condition, and does not render the Engineer or the County liable for any faulty Work done or defective materials or equipment used by the Contractor. The County's Engineer will then make a final estimate of the value of all Work done and deduct all previous payments which have been made. The County's Engineer will report such estimate to the County together with his recommendation as to the acceptance of the Work or his findings as to any deficiencies therein.After receipt and acceptance by the County of the properly executed Final Warranty of Title and within sixty(60)days after approval of the Engineers estimate and recommendation to the County, the County will make final payment to the Contractor of the Amount remaining after deducting all prior payments and all amounts to be kept or retained under the provisions of the Contract Documents, including the following items: 1. Liquidated Damages, as applicable. 2. At the discretion of the County, two times the value of outstanding items of correction Work or "punch list' items indicated on the Certificate of Substantial Completion, "final punch list", or any other"punch list" as being yet uncompleted or uncorrected, as applicable. All such Work shall be completed or corrected to the satisfaction of the County within the time stated on the Certificate of Substantial Completion, or on the "final punch list", or any other "punch list", otherwise the Contractor does hereby waive any and all claims to all monies withheld'by the County to cover the value of all such uncompleted or uncorrected items. All prior estimates are subject to correction in the final estimate. PROJECT NO:WUD 19-040 GENERAL CONDITIONS.37 Rev 4-1&19 1 60. Contractor's Continuing Obligation �l The Contractors obligation to perform and complete the Work in accordance with the Contract l Documents shall be absolute. Neither recommendation of any Progress or Final Payment by the Engineer, nor the issuance of a Certificate of Substantial completion nor any payment by the County to the Contractor under the Contract Documents,for any use or occupancy of the Work or any part thereof iby the County, nor any act of acceptance by the County, nor any failure to do so, nor any review of a i Shop Drawing or sample submittals,will constitute an acceptance of Work not in conformance with the Contract Documents or a release of the Contractor's obligation to perform the Work in accordance with the Contract Documents. 61. Final Payment Terminates Liability of County Final Payment is defined as the last Progress Payment made to the Contractor for earned funds, less retainage as applicable, less deductions listed in Article 59 "Final Payment and Acceptance". The acceptance of the Final Payment referred to in Article 59, shall be a full release of the County and its agents from any and all claims of liability to the Contractor for anything done or furnished for, or relating to, the Work or for any act or neglect of the County, or of any person relating to or affecting the Work, except demands against the County for the remainder, if any, of the amounts kept or retained under the provisions of Article 59. 62. County's Right to Terminate I (a) If at any time there shall be filed by or against the Contractor in any court, a petition in bankruptcy or insolvency or for reorganization or for the appointment of a receiver or trustee of all or a portion of the Contractors property,and within thirty(30)days there from the Contractor fails to secure a discharge thereof, or if the Contractor makes an assignment for the benefit of creditors or petitions for or enters into an agreement or arrangement with its creditors, or if the Contractor admits in writing an inability to pay its debts generally as they become due, or if the Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under the General Requirements of the Technical Specifications as revised from time to time), or if Contractor disregards Laws or Regulations of any public body having jurisdiction, or if Contractor disregards the authority of the Engineer,or if Contractor otherwise violates in any substantial way any provisions of the Contract Documents, then the County by giving seven (7) days prior written notice of any such default to the Contractor and without prejudice to any other remedy it may have, may terminate the employment of the Contractor,exclude Contractor from the site,and take possession of the Work and all or some of the Contractors materials, tools, equipment and appliances and use the same to the full extent they could be used by the Contractor (without liability to the Contractor for trespass Or conversion), incorporate in the Work all materials and equipment stored at the site or for which County has paid Contractor but which are stored elsewhere and complete the Work by such means as the County deems expedient. In such case,the Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Sum shall exceed (1) the expense of completing the Work including compensation for additional managerial and administrative services, plus(2)the County's indirect and consequential losses and damages because of the Contractor's default, including but not limited to fees and charges of Engineers, Architects, Attorneys and other professionals and court costs, such excess shall be paid to the Contractor. If such expense, plus the County's losses and damages shall exceed such unpaid balance,the Contractor shall pay the difference to the County promptly on demand. Such costs incurred by the County shall be approved as to reasonableness by the Engineer and incorporated into a Work Supplement, but when exercising any rights or remedies under this paragraph,County shall not be required to obtain the lowest price for the Work performed. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-38 Rev 418-19 (b) The County may terminate this Contract without cause by giving written notice to the Contractor, and in such event, the County will pay the Contractor for that portion of the Contract Sum, less the aggregate of previous payments, allocable to the Work completed as of the Date of Termination. The County also will reimburse the Contractor for all costs necessarily incurred for organizing and carrying out the stoppage of the Work and paid directly by the Contractor, not including overhead, general expenses or profit. The County will not be responsible to reimburse the Contractor for any continuing contractual commitments to subcontractors or material suppliers or penalties or damages for canceling such contractual commitments inasmuch as the Contractor shall make all subcontracts and other commitments subject to this provision. County will not be liable for, and Contractor hereby waives, any claim for lost prospective profits, economic losses, or other consequential damages. (c) In the event of termination by the County, the County may require the Contractor promptly to assign to it all or some subcontracts, construction, plant, materials, tools, equipment, appliances, rental agreements, and any other commitments which the County, in its sole discretion, chooses to take by assignment, and in such event the Contractor shall promptly execute and deliver to the County written assignments of the same. (d) In the event that any termination under subparagraph (a) above is determined to have been effectuated without proper or sufficient cause, then such termination shall be deemed to have been a termination for convenience under subparagraph (b) above. 63. County Remedies if the Contractor defaults or neglects to carry out any of his obligations under this Contract, including but not limited to the provisions of the General Requirements of the Technical Specifications, or should liens be filed, bills of sale,conditional bills of sale, chattel mortgages, assignments of this Contract, or orders for the payment of money for materials or labor or either, or should the Contractor become insolvent or bankrupt, the County shall have the right, in addition to any other rights and remedies provided herein or by law, to perform and furnish through itself and/or through others any such labor or materials for the Work and to deduct the costs thereof from any money due or to become due to the Contractor for all or any portion of the Work; enter upon the premises and take possession, for the purpose of completing the Work, all equipment, scaffolds, tools, appliances, and any other items thereon, and to employ any person or persons to complete the Work and provide all labor services, materials, equipment, and other items required. In case of such termination of the employment of the Contractor, Contractor shall not be entitled to receive any further payment under this Contract; however, if the unpaid balance of the amount to be paid under this Contract shall exceed the cost and expense incurred by the County in completing the Work, such excess shall be paid by the County to the Contractor;but, if such cost and expense shall exceed the unpaid balance,the Contractor shall promptly pay the difference to the County on demand. Said cost and expense shall include not only the cost of completing the Work to the satisfaction of the County and of performing and furnishing all labor, services, materials, equipment, and other items required; but all losses, damages, costs and expenses including attorney's fees sustained, incurred, or suffered by reason of or resulting from the Contractor's default, or by reason of litigation over this Contract. No provision of this Contract is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to this Contract, including but not limited to any citizen or employees of the County and/or Contractor. 64. Contractor's Right to Terminate or Stop Work This Contract may be terminated by the CONTRACTOR upon sixty(60)days' prior written notice to the COUNTY in the event of substantial failure by the COUNTY to perform in accordance with the terms of this Contract through no fault of the CONTRACTOR. It may also be terminated, in whole or in part, by the COUNTY, with cause upon five (5) business days' written notice to the CONTRACTOR or without PROJECT NO:WUD 19.040 GENERAL CONDITIONS-39 Rev 4-18-19 .l cause upon ten (10) business days' written notice to the CONTRACTOR. Unless the CONTRACTOR f is in breach of this Contract, the CONTRACTOR shall be paid for services rendered to the COUNTY'S satisfaction through the date of termination. After receipt of a Termination Notice, except as otherwise directed by the COUNTY, in writing, the CONTRACTOR shall: i A. Stop work on the date and to the extent specified. i B.Terminate and settle all orders and subcontracts relating to the performance of the terminated work. I C. Transfer all work in process, completed work, and other materials related to the terminated work to the COUNTY. D. Continue and complete all parts of the work that have not been terminated. 66. Title to Materials Found on the Work The County reserves the right to retain title to all suitable soils, stone, sand, gravel, and other materials (as determined suitable by the Engineer) developed and obtained from excavations and other operations connected with the Work. Unless otherwise specified in the Contract Documents, neither the Contractor nor any subcontractor shall have any right,title, or interest in or to any such materials. The Contractor will be permitted to use any such suitable materials in the Work, without charge, provided that such materials meet the requirements of the Contract Documents. 66. Right to Audit The County shall have the right to audit the Contractor's books to the extent they are relevant.This right shall include the right to examine books, records, documents, and other evidence and accounting procedures and practices,sufficient to discover and verify all direct and indirect costs of whatever nature claimed to have been incurred or anticipated to be incurred and for which a claim for payment has been I submitted. The right to audit shall include the right to inspect the Contractor's plants, or such parts thereof,as may be or have been engaged in the performance of the Work.The Contractor further agrees that the right to audit encompasses all subcontracts and is binding upon all subcontractors. The rights to examine and inspect herein provided for shall be exercisable through such representatives as the County deems desirable during the Contractors normal business hours at the office of the Contractor. The Contractor shall make available to the County for auditing, all relevant accounting records and documents, and other financial data, and upon request, shall submit true copies of requested records I to the County. j The County shall have the Right to Audit for five(5)years after Final Payment or resolution of all claims, whichever occurs last, except that additional time may be required for a state-or federal- funded project. 67 Asbestos If the Contractor during the course of the work observes, uncovers, or otherwise becomes aware of the existence of any suspect asbestos material at the site that was not previously identified by the County, the Contractor shall immediately stop work in the affected area and notify the County and confirm any oral notice in writing. In addition,the Contractor shall take reasonable precautions to prevent or contain the movement, spread or disturbance of such materials and to protect persons and property. The County shall promptly consult with the Engineer concerning such condition and determine the necessity of County's retaining special consultants or qualified experts to deal therewith. The Contractor shall not perform any work in connection near or in connection with the suspect material until receipt of special written instructions from the County PROJECT NO:WUD 19-040 GENERAL CONDITIONS-40 Rev 4-113-19 A. PROCEDURES FOR DEMOLITION OF STRUCTURES: 1. Notification: Federal and state asbestos regulations require, prior to demolition of any structure: (a) An inspection for asbestos-containing materials(ACM); (b) Removal of specific ACM; and, (c) An asbestos notification of demolition received at least ten(10) business days prior to demolition. To meet requirements (a) and (b) above, the County has surveyed the structure(s) in this Contract for the presence of ACM and every effort has been made to remove National Emission Standard for Hazardous Air Pollutant (NESHAP) Regulated Asbestos-Containing Material (RACM) and Category ll Non-Friable ACM (e.g. asbestos-cement board and shingles) before releasing this project to the Contractor.Intact resilient floor coverings with mastic and bituminous roofing materials are classified as NESHAP Category I Non-Friable ACM and may still remain on the structure released for demolition. Verification of this work is attached to this Contract. If not attached, it is the Contractor's responsibility, to contact the Project Manager of the County Department overseeing this Contract, or the County's Risk Management/Loss Control section to obtain: 1. A copy of the pre-demolition asbestos inspection report; and, 2. A copy of Risk Management/Loss Control's memo of approval to proceed to the next phase of the project addressed to the County department overseeing this project, and To meet requirement (c) above, the Contractor is responsible for submitting a complete and accurate asbestos notification of demolition form titled "Notice of Demolition or Asbestos Renovation " [i.e., NESHAP notification, 40 CFR Part 61.145(b)], for each separate address to be demolished to the below listed agency at least ten (10) business days prior to demolition. The form and business portal are available from the Florida Department of Environmental Protection (FDEP)at: https://florid adep.gov/airlpermitting-compliance/content/asbestos SEND ORIGINAL TO: Florida Department of Environmental Protection Division of Air Resource Management 3301 Gun Club Road, MSC 7210-1 West Palm Beach, FL 33406 Fax(561)681-6755 The Contractor must notify FDEP and the project manager of the County Department overseeing the project immediately if the demolition start date changes. No demolition may begin before the start date on the NESHAP notification and no demolition may occur without a notice to proceed from the County department. It is the responsibility of the Contractor to call and submit revised NESHAP notifications to the above listed agency, adhering to required NESHAP time frames. The Contractor will provide a copy of the submitted NESHAP form(s)to the County Department overseeing this project, when requested. The Contractor is responsible for physically checking the structure(s) before submitting the NESHAP notification to ensure that all RACM and Category II ACM, as identified in the pre-demolition asbestos inspection report, have been removed. If RACM or Category 11 ACM is PROJECT NO:WUD 19-040 GENERAL CONDITIONS-41 Rev 418-19 l discovered or Category I flooring and/or roofing is in poor (friable/not intact) condition, immediately contact the County's Project Manager or Loss Control. 2. Work Practices: The Contractor will utilize wet methods to control airborne emissions during the demolition process and during loading onto transport vehicles, regardless whether NESHAP Category I 1 material is present or not.The Contractor is responsible for supplying water meters, hoses, and adequate volume of water to the demolition site. Intact resilient flooring,floor mastic,and bituminous roofing materials(NESHAP Category I Non- Friable ACM)are not required to be removed prior to wet demolition. Demolition work practices will be conducted in a manner to prevent Category I materials from becoming friable(regulated). It is the demolition contractor's responsibility to ensure Category I materials and their substrates I are segregated from non-asbestos debris,kept wet,and disposed properly in a licensed facility. Recycling and/or salvage of presumed or confirmed asbestos-containing Category I materials and their substrates is strictly prohibited. Materials containing less than one percent (<1%) asbestos are not mandated to be removed prior to wet demolition under NESHAP, however, the Contractor's compliance with OSHA regulations is required. Materials containing less than one percent(<1%) asbestos and debris mixed in with it cannot 1 be recycled. It is the Contractors responsibility to properly segregate these materials from non- 1 asbestos debris should recycling be considered. The County will require verification of proper disposal of materials containing <1% asbestos to ensure they are not recycled. 3. Applicable Regulations Compliance with the following regulations is the demolition contractors responsibility: 1. Environmental Protection Agency(EPA)40 CFR part 61 Subpart M—National Emission Standards for Hazardous Air Pollutants(NESHAP) 2. Occupational Safety and Health Administration (OSHA) Construction Industry Standard, 29 CFR 1926.1101 3. Chapter 469 Florida Statutes In accordance with OSHA(29 CFR 1926.1101)the Contractor must have a Competent Person onsite who: (a) Is capable of identifying existing asbestos hazards in the work place; J (b) Is capable of selecting the appropriate control strategy for asbestos exposure; and (c) Has the authority to take prompt corrective action to eliminate hazard_ This person must be trained in accordance with OSHA, EPA, and Florida Statutes as an onsite supervisor(commonly referred to as Asbestos Supervisor/Contractor). Copies of training certificates of the onsite supervisor shall be made available to the County upon request. B. REMOVAL OF CONFIRMED OR PRESUMED ASBESTOS-CONTAINING j BITUMINOUS ROOFING MATERIALS: . 1 PROJECT NO:WUD 19-040 GENERAL CONDITIONS-42 Rev 4-1649 The County will provide all known information as to the roofing material used on the existing roof specified in the Contract Documents. This information will include the results of any recent bulk sampling analysis of the existing roof system determining the presence or absence of asbestos by percentage and the location where each sample was taken. In the absence of bulk sampling for asbestos, the roofing materials will be presumed asbestos containing until proven otherwise. It is the Contractor's responsibility to determine if the information furnished is adequate to provide a bid. It is the responsibility of the Contractor awarded the Contract to determine if the roofing materials do not contain asbestos. If the Contractor wishes not to sample and analyze for asbestos, the materials will be presumed to contain asbestos and must be handled accordingly. If the Contractor elects to sample the roof system, it must first notify the County of the sampling, including date, location, and number of samples to be collected.The bulk sample collection must be conducted by a Florida Licensed Asbestos Consultant and the analyses must be performed by an NVLAP-accredited laboratory(NVLAP: National Voluntary Laboratory Accreditation Program). Results, if proven less than one percent(1.0%) asbestos, shall be provided to the County prior to the start of any Work. The Contractor awarded the Contract will be required to meet all Federal, State, and local regulations pertaining to the handling, removal, and disposal of confirmed or presumed asbestos-containing roofing materials.This includes,but is not limited to: 1. Meeting the requirements listed in Chapter 469 Florida Statutes regarding training of onsite roofing supervisors involved in the removal of asbestos containing bituminous resinous roofing materials; and, 2. Utilizing removal methods that will maintain the roofing material's Category I non-friable status and will not create dust(i.e., employ methods other than sanding, grinding, drilling, abrading, rotary blade, or saw cutting). Suggested methods are slicing, shearing, or punch cutting while using wet methods where feasible. 3. Submitting a NESHAP notification of renovation if greater than 5580 square feet of asbestos- containing roofing will be removed. To meet requirement#3 above, the Contractor is responsible for submitting a complete and accurate asbestos notification titled"Notice of Demolition or Asbestos Renovation "[i.e., NESHAP notification, 40 CFR Part 61.145(b)], to the below listed agency at least ten(10) business days prior to the start of work. The form and business portal are available from the Florida Department of Environmental Protection (FDEP) at: httns://floridade►a.gov/air/permitting-compliance/content/asbestos SEND ORIGINAL TO: Florida Department of Environmental Protection Division of Air Resource Management 3301 Gun Club Road,MSC 7210-1 West Palm Beach, FL 33406 Fax(561) 681-6755 The Contractor will submit upon award of the Contract the following documentation to the County department coordinating this project: 1. Copies of training certificates of the onsite roofing supervisor in compliance with the current requirements of Chapter 469 Florida Statutes; PROJECT NO:WUD 19-440 GENERAL CONDITIONS-43 Rev 4-18-19 l 2. Approval of a landfill to accept confirmed or presumed asbestos containing roofing material and any conditions associated with its acceptance; and, 3. A plan of action, as specified by OSHA 29 CFR 1926.1101,which addresses: l a. Method(s) of removal; b. Worker protection; C. Protection of building occupants and ventilation system; I d. Method and location of disposal. C. HANDLING AND DISPOSAL OF ASBESTOS CEMENT PIPE 1. General Federal EPA regulations (40 CFR Part 61, Sub-part M "NESHAP") classify asbestos-cement pipe(AC pipe) as Category II non-friable asbestos-containing material. Federal OSHA regulations regarding materials containing asbestos(29 CFR 1926.1101)state handling such materials must be performed in accordance with its regulations, including work practices and training. Florida Statutes (Chapter 469) require adherence to EPA and OSHA regulations. Contractors working on or tying into AC pipe owned by the County or its entities shall comply with these regulations. The County will make every effort to identify and quantify the location of known AC pipe prior to onset of the work. If during the course of the work Contractor observes, uncovers, or otherwise becomes aware of the existence of any AC pipe, AC pipe pieces, or suspect asbestos material at the site that was not previously identified by the County, the Contractor shall immediately notify the County and confirm any verbal notice in writing. In addition, the Contractor shall take reasonable precautions to prevent or contain the movement, spread or disturbance of such materials and to protect persons and property. The County shall promptly consult with the Project Engineer concerning such conditions and determine the necessity of the County retaining special consultants or qualified experts.The Contractor shall not perform any work near or in connection with the suspect material until receipt of special written instructions from the County. 2. Pre-Work Submittals Prior to any work on AC pipe that could disturb the pipe or expose the worker to possible asbestos fiber ! release while working on AC pipe,the Contractor shall submit the following documentation to the County 1 department overseeing this Contract and/or the applicable Florida agency: 1. Copy of the current training certificate of the onsite OSHA Competent Person (also known , as the Onsite Supervisor or Asbestos Supervisor). 2. Copy of the current training certificate or training documentation for each employee working on the AC pipe. This training shall meet the criteria stated for OSHA Class 11 special operation. 3. Copy of the Contractor's most recent Negative Exposure Assessment or Periodic Monitoring for asbestos. 4. Copy of the plan of action, as specified by OSHA 29 CFR 1926.1101, which addresses: l a. Method of removal and/or repair b. Worker protection c. Method and location of AC Pipe disposal PROJECT NO:WUD 194)40 GENERAL CONDITIONS-44 Rev 418-19 5. Copy of the NESHAP notification, when applicable. Prior to any work on AC pipe that may render it to become friable or regulated in quantities of 260 linear feet or greater, the Contractor will submit a NESHAP "Notice of Demolition or Asbestos Renovation" form to (a) the County department overseeing this Contract and(b)the below listed agency at least ten (10) business days prior to the start of work. The form and business portal are available from the Florida Department of Environmental Protection (FDEP) at: https://floridadep gov/air/permitting-compliance/contentlasbestos SEND ORIGINAL TO: Florida Department of Environmental Protection Division of Air Resource Management 3301 Gun Club Road, MSC 7210-1 West Palm Beach, FL 33406 Fax: (561)681-6755 The Contractor will provide a copy of the submitted NESHAP form(s) to the County Department overseeing this project, when requested. 3. Work Practices Compliance with the following regulations is the Contractor's responsibility: 1. Environmental Protection Agency (EPA) 40 CFR part 61 Subpart M — National Emission Standards for Hazardous Air Pollutants(NESHAP) 2. Occupational Safety and Health Administration (OSHA)Construction Industry Standard, 29 CFR 1926.1101 3. Chapter 469 Florida Statutes 4. Post Work Submittals The Contractor will submit the following documentation to the County department coordinating this project prior to payment: 1. A Waste Shipment Record (WSR) for each shipment of AC pipe disposed, signed by the disposal facility,within 35 days of shipment. Refer to 40 CFR part 61 Subpart M(NESHAP) for an example of a WSR. 68. Explosives and Hazardous Materials Contractor shall obtain all required Federal, State and local permits and licenses and shall be responsible for the safe and proper handling, transporting, storage and use of any explosive or hazardous materials brought onto or encountered within the site, and at its expense, make good any damage caused by its handling, transporting, storage and use. The Contractor will notify the County immediately if explosive or hazardous materials are encountered on the site. Transporting explosive or hazardous materials onto the site will require prior written approval from the County. The Contractor shall maintain and Post as necessary Material Hazard Data Sheets for all applicable Hazardous Materials used in the course of his work. In the event that hazardous material is improperly handled or stored by the Contractor, its subcontractors, any sub-subcontractors, or any employee or agent of any of the aforementioned which PROJECT NO:WUD 19-040 GENERAL CONDITIONS-45 Rev 418-19 results in contamination of the site, Contractor shall immediately notify the County and the appropriate 1 governmental authority and shall take whatever action is necessary or desirable to remediate the contamination at the Contractor's sole cost and expense. Further, Contractor shall indemnify and hold harmless from any and all Cost, expense, action, or liability whatsoever resulting from such contamination and/or remedial activities. 69. Notice and Service All notices, demands, requests, instructions, approvals and claims shall be made in writing. Any notice to or demand upon the Contractor shall be sufficiently given if delivered to such office of the Contractor specified in the Proposal (or to such other office as the Contractor may from time to time designate to the County in writing), or if deposited in the United States Mail in a sealed, postage prepaid envelope, or if delivered with charges prepaid to any telegraph company for transmission, in each case I addressed to such office. All notices or other papers required to be delivered by the Contractor to the County, or to any of its 1 representatives shall, unless otherwise specified in writing to the Contractor, be delivered to the office J of the County's Engineer, and any other notice or demand upon the County shall be sufficiently given if delivered to such office, or if deposited in the United States Mail in a sealed, postage prepaid envelope, or if delivered, with the charges prepaid to any telegraph company for transmission, in each case addressed to such office(or to such other representative of the County or to such other address as the County may subsequently specify in writing to the Contractor for such purpose). Any such notice or demand shall be deemed to have been given or made as of the time of actual delivery, or, in the case of mailing, when the same should have been received in due course of posts, or in the case of telegrams, at the time of actual receipt thereof. 70. Listing of the Duties, Responsibilities and Limitations of Authority of the Resident Project Representative The Engineer may furnish a Resident Project Representative (RPR), assistants and other field staff to assist the Engineer in observing performance of the Work of the Contractor. The RPR may only be part time on site, and the Contractor shall coordinate with the RPR as required in the Contract Documents. I Through on-site observations of the Work in progress and field checks of materials and equipment by + the RPR and assistants, the Engineer shall provide further protection for the County against defects and deficiencies in the Work;but,the furnishing of such services will not make the Engineer responsible for or give the Engineer control over construction means, methods, techniques, sequences or procedures or for the safety precautions or programs, or responsibility for the Contractor's failure to t perform the Work in accordance with the Contract Documents. J The duties and responsibilities of the RPR are limited to those of the Engineer in the Engineer's Contract with the County and in the construction Contract Documents, and are further limited and described as follows: A. GENERAL: The RPR is the Engineer's agent at the site,will act as directed by and under the supervision of the Engineer,and will confer with the Engineer regarding the RPR's actions.The RPR's dealings in matters pertaining to the on-site Work shall in general 'be with the Engineer and the Contractor,keeping the County advised as necessary. RPR's dealings with subcontractors shall only be through or with the full knowledge and approval of the Contractor. RPR shall generally communicate with the County with the knowledge of and under the direction of the Engineer. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-46 Rev 4-18-19 B. DUTIES AND RESPONSIBILITIES OF THE RPR: 1. Review the construction progress schedule, schedule of shop drawing submittals, and schedule of values prepared by the contractor and consult with the Engineer concerning their acceptability. 2. Attend various meetings with the Contractor, including pre-construction conferences, construction progress meetings,job site conferences and other project-related meetings, and prepare and circulate written copies of minutes thereof. 3. Sense as the Engineer's liaison with the Contractor, working principally through the Contractor's superintendent or construction manager, and assist in understanding the intent of the Contract Documents; and assist the Engineer in serving as the County's liaison with the Contractor when the Contractor's operations affect the County's on-site operations. 4. Assist in obtaining from the County additional details or information, when required for proper execution of the Work. 5. Record the dates of receipt of shop drawings and samples. 6. Receive samples fumished at the site by the Contractor, and notify the Engineer of availability of samples for examination. 7. Advise the Engineer and the Contractor of the commencement of any Work requiring a shop drawing or sample if the submittal has not been approved by the Engineer. 8. Conduct on-site observations of the Work in progress to assist the Engineer in determining if the Work is in general proceeding in accordance with the Contract Documents. 9. Report to the Engineer whenever the RPR believes that any Work is unsatisfactory, faulty or defective or does not conform to the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise the Engineer of Work that the RPR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 10. Verify that tests,equipment and systems start-ups and operating and maintenance training are conducted in the presence of appropriate personnel and that the Contractor maintains adequate records thereof, and observe, record and report to the Engineer appropriate details relative to the test procedures and start-ups. 11. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to the Engineer. 12. Report to the Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to the Contractor clarifications and/or interpretations as issued by the Engineer. 13. Consider and evaluate the Contractor's suggestions for modifications in Drawings or Specifications and report with the RPR's recommendations to the Engineer. Transmit to the Contractor decisions as issued by the Engineer. PROJECT NO:WUD 19-044 GENERAL CONDITIONS-47 Rev 4-18-19 1 14. Maintain at the job site and the Engineer's office files for correspondence, reports of job conferences, shop drawings and samples, reproductions of original Contract Documents including all Work Directive Changes, Addenda, Work Supplements, Field Orders, Written Amendments, additional drawings issued subsequent to the execution of the Contract, the Engineer's clarifications and interpretations of the Contract Documents, progress reports, and other Project-related documents. 15. Record names, addresses and telephone numbers of all subcontractors and major suppliers of materials, equipment and manufactured articles. 16. Furnish the Engineer periodic reports as required of progress of the Work and of the Contractor's compliance with the progress schedule and schedule of shop drawing and sample submittals. 17. Consult with the Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. 18. Draft proposed Work Supplements and Work Directive Changes, obtaining backup f material from the Contractor and recommend to the Engineer Work Supplements, Work Directive Changes, and Field Orders. t 19. Report immediately to the Engineer and the County upon the occurrence of any I accident witnessed by the RPR or that was otherwise made known to the RPR. 20. Review applications for payment with the Contractor for compliance with the established procedure for their submission and forward with recommendations to the Engineer, noting particularly the relationship of the payment requested to the schedule of j values, Work completed and materials and equipment delivered at the site but not J incorporated in the Work. 21. During the course of the Work, verify that certificates, maintenance and operation , manuals and other data required to be assembled and furnished by the Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to the Engineer for review and forwarding to the County I prior to final payment for the Work. 22. Before the Engineer issues a Certificate of Substantial Completion, submit to the Contractor a list of observed items requiring completion or correction. 23. Conduct final inspections in the company of the Engineer, the County and the Contractor and prepare a final list of items to be completed or corrected. 24. Observe that all items on the final list have been completed or corrected and make recommendations to the Engineer conceming acceptance. C. LIMITATIONS OF AUTHORITY: 1. The Resident Project Representative shall not: l a. Authorize any deviation from the Contract Documents or substitution of materials or equipment, unless authorized in writing by the Engineer. b. Exceed limitations of the Engineer's authority as set forth in the Contract Documents. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-48 Rev 4-18-19 C. Undertake any of the responsibilities of the Contractor, subcontractors or the Contractors superintendent or construction manager. d. Advise on issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. e. Advise on issue directions regarding or assume control over safety precautions and programs in connection with the Work. f. Accept shop drawings or sample submittals from anyone other than the Contractor. g. Authorize the County to occupy the Project in whole or in part. h. Participate in specialized field or laboratory tests or inspections conducted by others as specifically authorized by the Engineer. 71. Not used 72. Contractor Furnished Drawings, Data and Samples Review and permission to proceed by County as stated in this Contract does not constitute acceptance or approval of design details, calculations, analyses, test methods, certificates or materials developed or selected by the Contractor and does not relieve Contractor from full compliance with contractual obligations. Drawings,samples,catalogues,data and certificates required to be submitted to the County for review, shall be submitted attached to forms provided by County. All correspondence from the Contractor to the County shall be numbered sequentially and the submittal number shall be referenced. Submittal drawings (shop, erection or setting diagrams) and schedules, required for work of various trades, shall be checked before submission by technically qualified employees of Contractor for accuracy, completeness and compliance with contract requirements. These drawings and schedules shall be stamped and signed by Contractor certifying to such check. The certification stamp shall read as follows: "I certify that I have checked this submittal for accuracy, completeness and compliance with contract requirements, and it has been coordinated with all other submittals and Contract Documents." "I certify that I have checked this submittal for accuracy, completeness and compliance with contract requirements, and it has been coordinated with all other submittals and Contract Documents." Signed Date Printed name of signer (Company Name) A. Drawings Where drawings are required for (a) fabrication of Contractor furnished equipment; (b) installing Contractor furnished material or equipment;or(c)planning and performance of the work under Contract; such drawings shall be submitted by and at the expense of the Contractor before fabrication, installation or performance is commenced. Each submittal shall be made not less than thirty five(35)calendar days prior to the time that the drawings are required in accordance with the schedule. Allow at least 21 calendar days for review by County. County's review will be accomplished based on the Contractor's submittal schedule portion of the CPM schedule, as approved_ Such drawings shall include, but not be PROJECT NO:WUD 19-040 GENERAL CONDITIONS-49 Rev 4-18-19 1 limited to, matchmarks, erection diagrams and other details, such as field connections for proper installation, erection of the equipment, and performance of the work. For drawings greater in size than 11"x 17", one reproducible and four copies shall be submitted to the County by and at the expense of the Contractor. The County will be the sole judge of the adequacy of the quality of the reproducible and prints and may reject reproducibles and/or prints on the basis of quality alone. Such drawings will not be folded, but will be transmitted in mailer rolls manufactured expressly for that purpose. The reproducible with the County's review comments will be returned to the Contractor. A reproducible copy of drawings equal to or less than 11" x 17" is not necessary, but five copies of the unfolded drawings must be transmitted to the County. If drawings show variations from the contract requirements, the Contractor shall describe such variations in writing, separate from the drawings, at the time of submission. If the County approves any such variation(s), it shall issue an appropriate contract modification, except that, if the variation is minor j and does not involve a change in price or in time of performance, a modification need not be issued. Drawings of a specific piece of equipment shall identify components with the manufacturer's part number or reference drawing clearly indicated. If reference drawing numbers are used,the review date of such drawings shall be included. Drawings shall indicate design dimensions, maximum and minimum allowable operating tolerances on all major wear fits, i.e. rotating, reciprocating or intermittent sliding fits between shafts or stems and seals, guides and pivot pins. The sequence of submission of all drawings shall be such that all information is available for reviewing each drawing when it is received. All drawings submitted by the Contractor shall be certified and dated by the Contractor on the face of each drawing to be correct, accurate and shall be fumished in accordance with requirements of the specifications. County will conduct a review of Contractor's drawings and a drawing marked with one of the following review comments will be returned to the Contractor. 1. No exceptions taken. 2. Comments attached. Resubmit. 3. Rejected. The Contractor must incorporate the changes indicated, resubmit and obtain a Code 1 or 2 notation before release for shipment can be granted. B. Samples Samples are physical examples which illustrate materials, equipment or workmanship and establish t standards by which the work will be judged. Samples of all items of related systems (i.e. adjacent j surfaces requiring similar colors but manufactured of different materials)must be submitted in the same time frame before the approval process can begin. Where samples are required, they shall be submitted by and at the expense of the Contractor. Such submittal shall be made not less than thirty five (35) calendar days prior to the time that the materials represented by such samples need to be ordered for incorporation into any work in accordance with the schedule. Allow at least 21 calendar days for County's review. Materials represented by such samples shall not be manufactured, delivered to the site or incorporated into any work without such review. Each sample shall bear a label showing the Contractor's name, date submitted, project name, name of the item, manufacturer's name, brand name, model number, supplier's name, and reference to the appropriate drawing,technical specification section and paragraph number, all as applicable. J PROJECT NO:WUD 194)40 GENERAL CONDITIONS-50 Rev 4-18-19 I Samples which have been reviewed may, at County's option, be returned to the Contractor for incorporation into the work. C. Catalogues, Data and Certificates Where catalogues, data or certificates are required,five(5)copies of each shall be submitted by and at the expense of the Contractor. Such submittal shall be made not less than thirty five(35)calendar days prior to the time that the materials represented by such catalogues, data or certificates must be ordered for incorporation into any work in accordance with the CPM schedule. Allow at least 21 calendar days for County's review. Material represented by such shall not be fabricated, delivered to the site or incorporated into any work without such review. Certificates shall clearly identify the material being certified and shall include but not be limited to providing the following information: Contractor's name, project name, name of the item, manufacturer's name, and reference to the appropriate drawing, technical specification section and paragraph number all as applicable.All catalogues, data and certificates submitted by the Contractor shall be certified and dated by the Contractor on the face of each catalogue, data and certificate to be correct and shall be furnished in accordance with these requirements and the requirements of the Technical Specification, on forms provided by the County. County will conduct a review of Contractor's catalogues, data, and certificates and one copy marked with the review comments listed in paragraph A, above, will be returned to the Contractor. 73. Contractor Worksite Emergency Action Plan Contractor shall be fully and solely responsible for the safety of all on-site contract personnel, including subcontractors. The contractor shall supply the Water Utilities Communication Department with names, telephone numbers and/or pager numbers of designated contract/subcontract personnel responsible for implementing contractor emergency action plans. 74. Cost Savings After award of the Contract, the County will consider changes to the Contract proposed by the Contractor impacting the intent of the Contract Documents. If the Contractor awarded the project proposes changes to the Contract Documents which reduce project costs, and they are accepted by the County and the Engineer, then the Contractor will be entitled to fifty percent (50%) of the savings resulting from the changes (after engineering fees have been paid). 75. Safety and Health Regulations A. The Contractor shall be fully and solely responsible for conducting all operations under this Contract at all times in such a manner as to avoid the risk of bodily harm to persons and damage to property. The Contractor shall continually and diligently inspect all work, materials, and equipment to discover any conditions that might involve such risks and shall be solely responsible for discovery and correction of any such conditions. The Contractor shall comply with the Department of Labor Safety and Health Regulations promulgated under the Occupational Safety and Health Act of 1970 to include General Industry Standards (29 CFE 1910) and (29 CFR 1926/1910) for construction, and under Section 107 of the Contract Work Hours and Safety Standards Act. B. The Contractor shall comply with the Manual on Uniform Traffic Control Devices when working on or off the site. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-51 Rev 4-18-19 f 1 C. The Contractor shall allow representatives of the Department of Labor and authorized representatives of the Palm Beach County Water Utilities Department and the Palm Beach County Risk Management Department full access to the project for inspection. 76. Best Management Practices for the Construction Industry A. The Contractor shall be responsible for assuring that each contractor or subcontractor evaluates the site before construction is initiated to determine if any site conditions may pose particular problems for the use, handling, production or storage of any regulated substances. For instance, handling regulated substances in the proximity of water bodies or wetlands may be improper. f B. If any regulated substances are stored on the construction site during the construction process, they shall be stored in a location and manner which will minimize any possible risk of release to the environment. Any storage container of 55 gallons or 440 pounds or more containing regulated substances shall have constructed below it an impervious containment system constructed of material of sufficient thickness, density and composition that will prevent the discharge to the land,groundwater or surface water of any pollutant which may emanate from said storage container. Each containment system shall be able to contain 150% of the contents of all storage containers above or within the j containment system. i JC. Each Contractor shall familiarize itself with the manufacturer's safety data sheet supplied with each material containing a regulated substance and shall be thoroughly familiar with procedures required to contain and clean up any releases of the regulated substance. Any tools or equipment necessary to accomplish same shall be available in case of release. D. Upon completion of construction, all unused and waste regulated substances and containment systems shall be removed from the construction site by the Contractor and shall be disposed of in a proper manner as prescribed by law. 77. Performance During Emergency I By submitting a bid, bidder agrees and promises that, during and after a public emergency, disaster, hurricane, flood, or acts of God, Palm Beach County shall be given "first priority" for all goods and services under this contract. Bidder agrees to provide all goods and services to Palm Beach County I during and after the emergency/disaster at the terms, conditions, and prices as provided in this solicitation, and with a priority above, a preference over,sales to the private sector. Bidder shall furnish a 24-hour phone number to the County in the event of such an emergency. Failure to provide the stated priority/preference during and after an emergency/disaster shall constitute breach of contract and make l the bidder subject to sanctions from further business with the County. 78. Incentives 1 A. Apprentice Incentive 1. Palm Beach County offers an Apprentice Incentive payment to a contractor who actually expends a minimum of$25,000 (including subcontractors) in payroll costs on apprentice wages. For purposes of this section, "apprentice"means any person who is participating in a Florida Department of Education registered apprenticeship program. The Living Wage provisions of this contract shall not be diminished by paying an apprentice less than the Living Wage. 2. Upon completion of the contract, Contractor may apply for the payment which will be , added to the contract by change order. If the County determines that the Contractor complied with the requirements of this section, it will reimburse the contractor 20% of its apprentice wages (including _J PROJECT NO:WUD 19-040 GENERAL CONDITIONS-62 Rev 4-18-19 J payroll taxes, costs, and benefits) up to a maximum reimbursement of$100,000. The request must be submitted no later than 45 days after Substantial Completion of the project. 3. For projects with construction costs of$20,000,000 or greater, the threshold amount of expenditures for apprentices which must be paid to qualify for the incentive shall increase to $50,000 and the maximum reimbursement payment to$200,000. 4. To be eligible for the Apprenticeship Incentive payment, the apprentice employer (through the Contractor) must provide the following documentation: apprentice name(s), contact information, the apprentice Registered Apprenticeship Partners Information Data System (RAPIDS) Registration number, certification from the apprentice program that the employee was in good standing during the time on the project, registered trade, and certified payroll for the apprentice hours worked on the project. 5. The Contractor is required to forward all documentation, assembled and submitted by the apprentice employer in accordance with the above paragraph, to the County for review and disposition. Any incentive that the County approves shall be provided to the apprentice employer in full. B. Glades Resident Incentive 1. Palm Beach County offers an incentive Payment to any contractor(and subcontractors) who hires a new employee that is a resident of the Glades area for work on County contracts ("Glades Employee"). For purposes of this section, "resident of the Glades area" means any person whose legal residence is located in the Glades area as defined in the Palm Beach County Local Preference Ordinance. 2. To be eligible for the Incentive Payment, the employee must be a full-time employee of the Contractor for a minimum of 3 weeks on this project and cannot have worked for the Contractor claiming the Glades Employee as a new hire for 90 days prior to this project. Within 5 days of the Contractor hiring and the Glades Employee reporting to work at the project site, Contractor must provide the 'following documentation ("Hiring Certification"): Glades Employee name, contact information including legal residence, copy of driver's license or other proof of residence, hire date, start date at project site, and trade. Both the Glades Employee and employer must sign the Hiring Certification with signatures notarized. 3. The County has the right,but not the obligation,to conduct unannounced field interviews with the Glades Employee to ensure compliance with the requirements of this Section. 4. Upon completion of the contract, Contractor may apply for the Incentive Payment which will be added to the contract by change order. The documentation ("Incentive Certification") required includes resubmitting of the Hiring Certfication along with the employment end date or last day on the job site (whichever is earlier), a certified payroll for the hours worked on the project, and employee wages and benefits paid. The Incentive Certification must be signed by both the Glades Employee and employer with both signatures notarized. No markup will be allowed either by the General Contractor or a subcontractor. 5. If the County determines that the Contractor complied with the requirements of this section, it will reimburse the contractor 30% of the new employee(s) wages (including payroll taxes, costs, and benefits) up to a maximum reimbursement of$100,000. The request must be submitted no later than 45 days after Substantial Completion of the project. fi. Contractor can only claim the Incentive Payment once for each Glades Employee within a rolling twelve(12) month period, but the incentive can be claimed across multiple County contracts. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-53 Rev 418-19 7. It is a Contract requirement of the Contractor that any reimbursement requested by a subcontractor under this Section be processed by the Contractor to the County for review. 1 79. Budget Availability I The County's performance and obligation to pay under this contract for subsequent fiscal years are contingent upon annual appropriations for its purpose by the Board of County Commissioners. 80. Public Records Notwithstanding anything contained herein, as provided under Section 119.0701, F.S., if the Contractor: (i) provides a service; and (ii) acts on behalf of the County as provided under Section 119.011(2) F.S., the Contractor shall comply with the requirements of Section 119.0701, Florida Statutes, as it may be amended from time to time The Contractor is specifically required to: A. Keep and maintain public records required by the County to perform services as , provided under this Contract. B. Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. The Contractor further agrees that all fees, charges and expenses shall be determined in accordance with Palm Beach County PPM CW-F-002, Fees Associated with Public Records Requests, as it may be amended or replaced from time to time. I C. Ensure that public records that are exempt, or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for 1 the duration of the contract term and following completion of the Contract, if the J Contractor does not transfer the records to the public agency. D. Upon completion of the Contract the Contractor shall transfer, at no cost to the 1 County, all public records in possession of the Contractor unless notified by County's representative/liaison, on behalf of the County's Custodian of Public Records, to keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the Contract,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 Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically by the Contractor must be provided to County, upon request of the County's Custodian of Public Records, in a format that is compatible with the information technology systems of County, at no cost to County. Failure of the Contractor to comply with the requirements of this article shall be a material breach of this Contract. County shall have the right to exercise any and all remedies available to it, including but not limited to, the right to terminate for cause. Contractor acknowledges that it has familiarized itself with the requirements of Chapter 119, F.S., and other requirements of state law applicable to public records not specifically set forth herein. PROJECT NO:WUD 19-040 GENERAL CONDITIONS-54 Rev 4-18-19 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 CONTRACT, PLEASE CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT RECORDS REQUEST, PALM BEACH COUNTY PUBLIC AFFAIRS DEPARTMENT, 301 N. OLIVE AVENUE, WEST PALM BEACH, FL 33401, BY E-MAIL AT RECORDSREQUEST@PBCGOV.ORG OR BY TELEPHONE AT 561-355-6680. END OF SECTION PROJECT NO:WUD 19-040 GENERAL CONDITIONS-55 Rev 4-18-19 SUPPLEMENTAL GENERAL CONDITIONS 1. GENERAL These Supplemental General Conditions make additions, deletions, or revisions to the General Conditions as indicated herein. All provisions which are not so added, deleted, or revised remain in full force and effect. Terms used in these Supplemental General Conditions which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Similar terms described in the General Conditions and Instruction to Bidders shall supersede these requirements if they are more restrictive. 2. MULTIPLE AWARD OF CONTRACT Palm Beach County reserves the right to award this contract to more than one responsive bidder. In the event that this right is exercised, up to two lowest responsive and responsible bidders shall be awarded the contract. The County reserves the right to issue Work Authorizations to either awardee as per the County's discretion.Work Authorizations will be issued on an as-needed basis.The County has no obligation to issue work under this contract to any awardee. The awardee(s) may be found in default of this contract if it declines more than 10% of the offered work, or if it establishes a pattern of accepting only the more desirable work and declining the less desirable work. 3. RENEWAL OPTION WiTH NO ESCALATOR The low responsive bidder(s) shall be awarded a contract for thirty-six (36) months with no option to renew. Prices shall remain firm for the thirty-six (36) month period. All original terms and conditions shall be adhered to with no deviations and shall remain in full force and effect. 4. QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the goods and/or service specked. The bidder shall after bid opening, upon the County's request, promptly furnish sufficient evidence in order to confirm a satisfactory performance record. Such information may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award under application laws and regulations. The bidder should submit the following information with their bid response; however, if not included, it shall be the responsibility of the bidder to submit all evidence, as solicited, within a time frame specified by the County(normally within five working days of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause for rejection of their bid. Information submitted with a previous bid shall not satisfy this provision. List a minimum of five(6) references in which similar goods and/or services described in this contract have been provided within the State of Florida. Include scope of work, contact names, addresses, telephone numbers and dates of service. A contact person shall be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must have been informed that they are being used as a reference and that the County may be calling them. DO PROJECT NO.:WUD 19-040 SUPPLEMENTAL GENERAL CONDITIONS-1 t NOT list persons who are unable to answer specific questions regarding the requirement. The I Company shall have as a prerequisite a minimum of five(5) years experience in the State of Florida, demonstrating the ability to provide similar goods and/or services stated herein. 5.WORK SITE SAFETY/SECURITY The awarded bidder shall at all times guard against damage or loss to the property of Palm Beach County, the bidder's own property, and/or that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. When applicable, the awarded bidder shall provide fences, signs, barricades, flashing lights, etc. necessary to protect and secure the work site(s) and insure that all County, State of Florida, OSHA, and other applicable safety regulations are met. Additionally, awarded bidder shall provide for the prompt removal of all debris from Palm Beach County property as necessary. Palm Beach County may withhold payment or make such deductions as deemed necessary to ensure reimbursement or replacement for loss or damage to property through negligence of the awarded bidder or its agents. 1 f i I END OF SECTION I j I I i l _ I J PROJECT NO.:wUD 19-040 SUPPLEMENTAL GENERAL CONDITIONS-2 SECURITY Criminal History Records Check Ordinance The Palm Beach County Criminal History Records Check Ordinance Palm Beach County Code Section 2- 371 - 2-377. Pursuant to the ordinance, the County will conduct fingerprint based criminal history record checks on all employees of contractors and subcontractors of contractors, vendors, repair persons and delivery persons entering a facility determined to be either a critical facility ("Critical Facilities") or criminal justice information facility ("CJI Facility"). Critical Facilities and CJI Facilities and the corresponding list of disqualifying offenses are identified in Resolution 82013-1421 and is available upon request. In October, 2013, compliance with the requirements of the U.S. Federal Bureau of Investigations Criminal Justice Information (CJI) security policy was added to the ordinance and has a broad list of disqualifying offenses. The Bidder understands that is solely responsible for the financial,schedule and/or staffing implications of compliance with this ordinance, and represents and warrants that its bid price includes any direct or indirect costs (not including the FDLE/FBI fees which will be paid directly by the County) of compliance with this county code. Refer to department specific instructions in this section for applicability of criminal history records check for this project. Individuals passing the background check will be issued a badge. Contractor shall make every effort to collect the badges of its employees and its subcontractors' employees upon conclusion of the contract work and return them to the county. If the contractor or its subcontractor terminates an employee who has been issues a badge, the contractor must notify the county within 2 hours. At the time of termination, the contractor shall retrieve the badge and return it to the county in a timely manner. The county reserves the right to suspend any contractor that; 1) does not comply with the requirements of county code section 2- 2371 - 2-377 as amended, 2) does not contact the county regarding a terminated contractor employee or subcontractor employee within the stated time, or 3)fails to make a good faith effort in attempting to comply with the badge retrieval policy. The Contractor will be charged a nominal fee for lost cards. Department Specific Instructions This project is subject to: ( X] Critical Facilities Background Check [ ] CJI Facilities Background Check [ ] No Background Check The contractor shall comply with the following requirements: 1) CONFIDENTIALITY NOTICE 2 2) PROJECT MANAGER INSTRUCTIONS 3-4 3) CONTRACTOR INSTRUCTIONS 5-6 4) ACKNOWLEDGEMENT 7 PROJECT NO:WUD 19-040 SECURITY-1 Rev 4-18-19 CONFIDENTIALITY NOTICE Project Name: 2019 Pipeline Continuing Construction Contract Project No.: WUD 19-040 Pursuant to Florida Statute 119.071(3), 1 - as authorized representative (hereinafter j "Consultant/Con actor°) agree that Consultant/Contractor shall maintain the exempt and J confidential status of all security system plans, building plans, blueprints,schematic drawings, and diagrams, including draft, preliminary and final formats which depict the internal layout and structural elements of the water, wastewater, reclaimed water treatment and/or support facilities owned or operated by Palm Beach County. Consultant/Contractor further agrees the documents which shall remain exempt from disclosure pursuant to Florida Statute 119.071(3) shall not be used for any purpose other than what was contracted for and shall not be disclosed to any o r party. Also in accor t Florida Statutes 153 and 281.301. By: ( ature ons tant/Contractor) (Print Nam and Title of Person Executing on behalf of Consultant/Contractor) STATE OF FLORIDA COUNTY *- (Si na ure (Date) (Title): (Printed Na e) State of �Y County of elan OY 454.4—se- The 54.4 - The foregoing instrument was acknowledged before me this72day of met , 20 /q by scarf' who is personally known to me or has presented (ty a of identification)as identification. arRrRu LARISADrrUPEUG:Y Commission#GG 157707 Expkw January 2Z M Notary Public Signature I " OFFVPV' ft"nn&XIMNOWYs ll ,l Print Notary Name and Commission Number i PROJECT NO:WUD 19-040 SECURITY-2 Rev 418-19 PROJECT MANAGER INSTRUCTIONS All Project Managers will follow the steps set forth below when requesting either a Critical Facility or CJI photo ID or access card for contractor and sub-contractor personnel. Complete the Project Information Form (an optional internal information collection tool). Link to form: http://wudengineering/PDS/Shared%20Documents/Bid%2OAward/Bid%2OConstruction%20Cont ract/Proiect%20Information%20Form.pdf PROJECT INFORMATION FORM TO BE COMPLETED BY THE PROJECT MANAGER PROJECT NUMBER OR -------- --- --- PURCHASE ORDER NUMBER: PROJECT NAME OR PURCHASE ORDER REFERENCE: —' PROJECT LOCATION: BRIEF DESCRIPTION OF PROJECT OR PROCUREMENM f FACILITY TYPE: Grilical Facility CJI FaciGfi --- START DATE: END.DATE CONTRACTING COMPANY or I— - — SUBCONTRACTING COMPANY: FEVEIN Ntanber _ CONTRACTING SUBCONTRACTING COMPANY ADDRESS- CONTRACTOR DDRESSCONTRACTOR CONTACT. _ CONTRACTOR.EMAIL AND PHONE: — HOW MANY INDIVIDUALS WILL BE - —-- SENT FOR UNESCORTED ACCESS: (j ........... Contraderlsubconbumbrazraczyaes are in be Gsied or;+he Cnrdrar"ISubconfractor kim fiasrt UCTfOKs: .. Nr eamr^t orecess—rdohecas b —A— rtril.ve sae; i P'oieet tnFormatian and Cartuaom'fAuh—taow t c Yap crag:x;.s b-m 1. 3--t x 1561 Som to FDO AcCQF;$&5Uf?Oe3'�n4 :r.m.v due we can L3 m scheduP dta.acmd sreais sE sari r a9oP sco dam tires for the am._-....etrobyeEs to a .ne dre remrd era<nke d mr drE rCStJ!5}Ah9 received hafae 15><e ached_Ed lY�lEI Ca'.'i�'. _. TAP mdvdaar.wtw Is re4pereos ku ad-odne axM:nr—A-IVW voject mW-W--mex otie!:esi. shout sqr.the fmn. This rovkkW wa azcome fie'-SWAB s 5e�.ions prm'- y—Z doir`7 Y—mog or -r—AmproearemEat. TAa - om M nam-w"roEN u=e anrrparry rhes tFasc d,:omatac:or z Wtoy——Y scne&dY appar.¢:acd=for 3tr�:rtr5rtg. .. Comp,�E a separar-?m}e,-t x'artnaf»n brrr for ead+mrsssarmr aid each eu vrsadv:a»f.C?mukarg em projeoL R.I AJ&T-e r qae--d irdrmna .F::Jen$:e sot:anal�rate v a 9.—d—*vrrlmnlayeEz W o v�rteFa 2akner ti—,y re :y 6—.ks. 4. Comple.a sepa Cc:daetd:Sunox ttW Smtirti for fx cri+ronal Weary taenrda cheek. An-h as n—o naoa i,Yoa.mty atan a typEd geparced Pm pmov`d-d M t- eom —boo—am,.-he P-pot V—Va review shodd m+s:w vemy+t the rnrrba of m+tacon'w6ca+agora erniaY-'as ra. is r?a:ortafi%9 ibrt t —k b 9e.if.--..Ed. I ACKNOWLEDGE THAT I HAVE READ THE INSTRUCTIONS AND UNDERSTAND MY RESPONSIBILITIES AS A PROJECT MANAGER: REQUESTED BY{PriittorType Name): REQUESTING DEPARTMENTtDIOSION: AUTHORIZED SIGNATURE:__--__-_-- DATE- WORK ATEWORK PFONE: _CELL PK3NE(I;Applicable): wno=s.mes PROJECT NO:WUD 19-040 SECURITY-3 Rev 4-18-19 i ESS Access—Card Traddng SrAeFn Prged Manager Cheat Sheet WOW Gotothe s==-;Mr won the FWSharettetpage(-r r 1.�_.,..u..i��•,.nt..stx,..l.lu: .s-_--�..x = e. ti- - x ._ :c_:s.t..}.,a.-C. -'':c Ctaf[the Card Amess icor-This wdl hang you to your Project Dashbowd. There are 4nahr stella for rewiestkm a bad: Step is The Prr*a 440nmw wifi caem the new pra!ka L CM the Cry Xiew Pr 3put bumrr,emer the requked dale then crock Sane_The project wei display on Visa Dashboard_ Step Z The Pr*a A&wger>wiU ad-d the Cwnpaltyto Me roject L CTdt the Arid QmnpwqAwW NeWinst butbo r. 2 Selectanexisftcompanyor a new one. 3. Cwt the Sane a Send Request hutmm This wdi send an emal to the camp ter add contractors. P1pI=7714i 1 { u—h— P•.ywl FJtOl G�CIn VrunM/ti:RMCaI Vral« Finlnr'Pgkt nex W'¢Wti1Xcir �sr1= IrPK w.,lua.ou.ann In.u...e•r_wsm_• :eRl.,n.uee-Iriodct�rart��eun3-i,sl6n�rrener��clniene� Step 3:The Cam**aW the manvaon Ifs s&y wiff be cmwklBdby€hE CoffwmtY7 The Company wW reaMme and ammil,dick a Int and errta ibek H Cude_This vAI talm-thew tathe C or{Srdxmidr.mlw F miL Fmm them theVwar use the Add C,�acW bun=and erusCnar=cuxfs)mdbr€natknn. Orrin a#Coatnam have herrn added,they ddt the k6mft to PM hwtear_ Step 4.The Pr>gjM AF tNger WiBaWpern"km L Next to the Company name,c&*the Reroev Request br#rau_ 2 Cfi&trade the Permission TvpeW field lhen dick the permissm to add iG To add a rtatherpeortisw ,crick 3 kd&the field again and seiet tthe other pennisMon.The bac(renarard d*&jr.rw based an vow sedeaion of CIS ardtor CritirW_ 3_ M*SubmvWtm ES& tnK�f Mut i.ut Irs•sh••b 4tR1 AcF.tl 6.anc IL'>nTuaLUNxt 51eo{pi. IWC as 1!<• 7H.^.>10 n.11i.. .i AiMV 1+.Im. IR1'.`1..xh.elwbrc:::nNe A'Fn •..FNn M.:. hair Frani thin Maw nr,theensaW Wavo S for 1p=W creation rmum Me slim l f 1 } j PROJECT NO:WUD 19-040 SECURITY-4 Rev 4-18-19 GONTRAGTOR INSTRUGTIONS vendor{Company-Add Contractors An entail is simt to the comparry to add contactors_The ernaii m otains a rWk tea the website where MnMcsnas nli k- added-They will need the VerWwation Code in orderto login to the website. =3t±s Y3]:t,h=-]+_:13 tlxrrno ria*!ti�r+nY�htG i+re s•timl!rrtresrem.lwe ne:_w- Aeam = —ta t5 5:'1n�:ivats-•'Te p�)'-c;sec.: arriflrarM^!Cn;4r:-�':.4, `,st "':sr+."h: 4!•rr-i ..1 1 -�i- r _q -•r�.r em;piT_-,Fna:•s.s_.a-a tic a..ri�..:.e:.t+.!:T--.a�["r_ ,-tomer_ o roc.`co rx-a::,• '+^=-aA.[:<e:{-.�tti ceF:�:r ona=:e:ei'..ar?•too'•. . V: 'ralacts:1sJ�ou A*t!L1`Jawie;'l-:-_ '•..ete :F-anti ;3r71ect n7—vi V:ram%e•.I s_..__ 'r�jatY J_ dral.i :ta-1 Jam �'C.nty!"-t'iect WmaFe': r.-intv ir-w: i_ Click the*dji;LhU&R rink in the entail to go to the company portkm of the apPlerazson_ nolo t errno Sc's taiic Ne utak ;a3a•pticaF lnr-trjer!e-ts:tmc. 3 b ;tw Y,,riikaSio-Lode:=$1-:r= Notification for access to Critical Facilities— Criminal History Records Check (CHRC)_can take approximately to one week for results. Notification for access to CJI Facilities - CHRC can take two weeks for results. In addition to the normal process time (two weeks), it is important to inform your contractors/subcontractors that PROJECT NO:WUD 19-440 SECURITY-5 Rev 4-18-19 anyone with disqualifying offense(s) who requests an escort may take longer to evaluate and approve. Overall contractors/subcontractors should plan for 4-6 weeks for results. An appointment with Electronic Services and Security (ESS) is required to complete a CHRC.To make appointment with ESS call 561-233-0750. Notification of all terminated employees must be made to the PM within 2 hours and must be immediately reported after that to the Access Section.Any terminated employees must surrender their IDs and/or access cards. Surrendered cards are to be returned to the Access Section. Instruction on IDs and/or access card surrender for temporary or permanent surrender. After the ESS has completed the required CHRC and the required ID and/or access card is ready, the Project Manager will be contacted and requested to pick up. The Project Manager is responsible for the distribution of the ID and/or access cards to the contractor and subcontractor personnel and to ensure the contractor/subcontractor personnel i wear the CJIS ID while on-site. The PM can make arrangements with ESS Access Section to have the Contractor pick up the ID badges or access cards. However, if the PM is going to make these alternate arrangements the PM is responsible to send written notice to ESS as to the name of the Contractor employee that is responsible for pick up. Only persons that are compliant with the access requirements for the applicable critical facility or CJI can be designated to pick-up cards. No access card will be activated or "turned on" until 1) the access card is in the hands of the individual it belongs to; and 2) the call is made to activate per the instructions that will be given with each access card. The Project Manager is responsible to collect all contractor/subcontractor IDs and/or access cards either at the completion of the project or as each subcontractor completes their portion of the work. The Project Manager is required to complete the ID/access card surrender form and return all ID/access cards to ESS within a reasonable amount of time from contractor/subcontractor completion of work. PROJECT NO:WUD 19-040 SECURITY-6 Rev 4-18-19 i BY INITIALING EACH ITEM BELOW, I AGREE THAT I HAVE READ AND UNDERSTAND ALL ITEMS: I have been provided the opportunity to review all disqualifying offenses at the time of my application submission and fingerprinting and I have read and understand the list. I will notify the Access Section within 24 hours if I am arrested while I am allowed to work in Critical or CJI Facilities. The information l have provided on this application is true, complete and correct to the best of my knowledge and is provided in good faith. I understand that this application will be sent to the Palm Beach Sheriff's Office for CJI Facility requests. I understand that my fingerprints will be transmitted electronically to the Florida Department of Law Enforcement and the Federal Bureau of Investigation for a state and national criminal history record check. I understand that if there is an active warrant for my arrest, I could be arrested. I release Palm Beach County from any liability whatsoever in connection with the criminal history record check with regards to my request to work unescorted in Critical or CJI Facilities. I understand that my employer is required to utilize good faith efforts to notify the County when I am no longer working in a County facility or CJI facility and request my badge and monitoring of my background check be terminated. I further understand that I can send the same information to the ESS Access Section via a signed letter or request to ESS Access Section at 2633 Vista Parkway, West Palm Beach, Florida 33411. INITIAL EACH ITEM THAT PERTAINS TO YOUR APPLICATION. I AGREE THAT I HAVE READ AND UNDERSTAND ALL ITEMS I HAVE INITIALED: My employer has advised me I am working at a Critical Facility. My employer has explained the requirements for a criminal history records check for a Critical Facility. My employer has advised me I am working at a CJI Facility. My employer has explained the requirements for a criminal history records check for a CJI Facility. By signing below, I acknowledge that I have an understanding of County Code, Section 2- 371 thru 2-377 as well as having a full understanding all items disclosed in this application. APPLICANT SIGNATURE: DATE: PRINTED NAME: PROJECT NO:wUD 19-040 SECURITY-7 Rev 4-18-19 END OF SECTION PROJECT NO:WUD 19-040 SECURITY-8 Rev 4-18-19 Appendix A WORK AUTHORIZATION NO. — WATER UTILITIES DEPARTMENT Resolution # Contract Dated Project Title: 2019 Pipeline Continuing Construction Contract WUD Project No.: WUD 19-040 Contractor: Address: Budget Line Item No. - - District: This Work Authorization provides for: See ATTACHMENT A for detailed scope of services. The Contract provides for % SBE participation. This Work Authorization includes participation. The cumulative proposed SBE participation, including this authorization is %. 1. Services completed by the Contractor to date: See ATTACHMENT B. 2. Contractor shall begin work within ten (10) calendar days from the issuance of Notice to Proceed (NTP). Execution of the Project will be accomplished as follows from the issuance of the NTP: Substantial Completion Calendar Days Final Construction Completion Calendar Days Liquidated damages will apply as follows: $ per day past substantial completion date. $ per day past final completion date. CONTRACT No.WUD 19-040 APPENDIX A-1 Rev 1-6-19 3. The compensation to be paid to the Contractor for providing the requested services in accordance with the Contract Bid Prices is $ 4. This Work Authorization does not amend, change, or modify the Contract which remains in full force and effect. 5. All Attachments to this Authorization are incorporated herein and made a part of this Work Authorization. CONTRACT No.WUD 19-040 APPENDIX A-2 Rev 1-8-19 WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution# Contract Dated Project Title: 2019 Pipeline Continuing Construction Contract WUD Project No.: WUD 19-040 IN WITNESS WHEREOF, this Work Authorization is accepted, subject to the terms, conditions and obligations of the aforementioned Contract. PALM BEACH COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA Palm Beach County Water Utilities Department Jim Stiles, Director Date CONTRACTOR: (Signature) (Name and Title) Date STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this day of by as for (Signature of Notary Public-State of Florida) (Print,Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced CONTRACT No.WUD 19-040 APPENDIX A-3 Rev 1-8-19 WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution # Contract Dated Project Title: 2019 Pipeline Continuing Construction Contract WUD Project No.: WUD 19-040 IN WITNESS WHEREOF, this Work Authorization is accepted, subject to the terms, conditions and obligations of the aforementioned Contract. PALM BEACH COUNTY A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA Palm Beach County Contract Review Committee Irwin Jacobowitz, Director, Contract Development Control Date CONTRACTOR: (Signature) (Name and Title) Date STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this day of by as for (Signature of Notary Public-State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced CONTRACT No.WUD 19-040 APPENDIX A-4 Rev 1-8-19 WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution # Contract Dated Project Title: 2019 Pipeline Continuing Construction Contract WUD Project No.: WUD 19-040 IN WITNESS WHEREOF, this Work Authorization is accepted, subject to the terms, conditions and obligations of the aforementioned Contract. PALM BEACH COUNTY, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA Sharon R. Bock, Clerk& Comptroller, Palm Beach County Palm Beach County, Board of County Commissioners ATTEST: Signed: Signed: Mack Bernard, Mayor Typed Name: Deputy Clerk Date Approved as to Form and Legal CONTRACTOR: Sufficiency Signed: (Signature) Typed Name: County Attorney (Name and Title) Date STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this day of by as for (Signature of Notary Public-State of Florida) (Print,Type; or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced CONTRACT No.WUD 19-040 APPENDIX A-5 Rev 1-8-19 LIST OF ATTACHMENTS WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution # Contract Dated ATTACHMENT A Scope of Work ATTACHMENT B Summary and Status of Work Authorizations ATTACHMENT C Public Construction Bond ATTACHMENT D Form of Guarantee ATTACHMENT E Work Authorization Schedule of Bid Items ATTACHMENT F SBE Schedule 1 and Schedule 2 ATTACHMENT G Summary of SBE/Minority Business Tracking ATTACHMENT H Location Map CONTRACT No.WUD 19-040 APPENDIX A-6 Rev 1-8-19 ATTACHMENT A SCOPE OF WORK AUTHORIZATION # Project Title: 2019 Pipeline Continuing Construction Contract WUD Project No.: WUD 19-040 Contractor shall perform: CONTRACT No.WUD 19-040 APPENDIX A-7 Rev 1-8-19 ATTACHMENT B SUMMARY AND STATUS OF WORK AUTHORIZATIONS Work Auth.No. WUD Project No. Title Status Project SBE Total SBE Approved Total Amount Amount Participation% B Date ►NTRACT No.WUD 19-040 APPENDIX A-B Rev 1-8-19 ATTACHMENT C PUBLIC CONSTRUCTION BOND—WORK AUTHORIZATION NO. TO CONTINUING CONSTRUCTION CONTRACT RESOLUTION NO. Contract Dated Project Title: 2019 Pipeline Continuing Construction Contract WUD Project No.: WUD 19-040 BOND NUMBER: WORK AUTHORIZATION/BOND AMOUNT: CONTRACTOR'S NAME: CONTRACTOR'S ADDRESS: CONTRACTOR'S PHONE: SURETY COMPANY: SURETY'S ADDRESS: OWNER'S NAME: PALM BEACH COUNTY OWNER'S ADDRESS: 8100 Forest Hill Boulevard West Palm Beach, FL 33413 OWNER'S PHONE: (561) 493-6000 DESCRIPTION OF WORK: PROJECT LOCATION: LEGAL DESCRIPTION: CONTRACT No.WUD 19-040 APPENDIX A-9 Rev 1-8-19 PUBLIC CONSTRUCTION BOND This Bond is issued in favor of the County conditioned on the full and faithful performance of the Work Authorization No. to Continuing Construction Contract Resolution No. dated on ' 20 KNOW ALL MEN BY THESE PRESENTS: that Contractor and Surety, are held and firmly bound unto Palm Beach County Board of County Commissioners 301 N. Olive Avenue West Palm Beach, Florida 33401 as Obligee, herein called County, for the use and benefit of claimant as herein below defined, in the amount of $ (Here insert a sum equal to the Work Authorization/Bond Amount from page 1) for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated 20 entered into Work Authorization No. to Continuing Construction Contract Resolution No. with the County for Work Authorization Project Name: Work Authorization Project No.: Project Description: Project Location: in accordance with Design Criteria Drawings and Specifications prepared by Name of Design Firm: Location of Firm: Phone: Fax: which Work Authorization No._to Continuing Construction Contract Resolution No. is by reference made a part hereof in its entirety, and is hereinafter referred to as the Work Authorization. 1. THE CONDITION OF THIS BOND is that if Principal: a. Performs the Work Authorization dated 20_ between Principal and County for the construction of the above project, the Work Authorization being made a part of this bond by reference, at the times and in the manner prescribed in the Work Authorization; and b. Promptly makes payments to all claimants, as defined in Section 255.05, Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Work Authorization; and CONTRACT No.WUD 19-040 APPENDIX A-10 Rev 1-8-19 C. Pays County all losses, damages (including liquidated damages), expenses, costs, and attorneys'fees, including appellate proceedings, that County sustains because of a default by Principal under the Work Authorization; and d. Performs the guarantee of all work and materials furnished under the Work Authorization for the time specified in the Work Authorization; then this bond is void; otherwise it remains in full force. 2. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the Work Authorization or the changes does not affect Surety's obligation under this bond and Surety waives notice of such changes. 3. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of construction liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against the bond. 4. Principal and Surety expressly acknowledge that any and all provisions relating to consequential, delay and liquidated damages contained in the Work Authorization are expressly covered by and made a part of this Performance, Labor and Material Payment Bond. Principal and Surety acknowledge that any such provisions lie within their obligations and within the policy coverage's and Limitations of this instrument. 5. Section 255.05, Florida Statutes, as amended, together with all notice and time provisions contained therein, is incorporated herein, by reference, in its entirety. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. This instrument regardless of its form, shall be construed and deemed a statutory bond issued in accordance with Section 255.05, Florida Statutes. 6. Any action brought under this instrument shall be brought in the state court of competent jurisdiction in Palm Beach County, Florida and not elsewhere. Witness Principal (Seal) Print name Print name Title Witness Surety (Seal) Print name Print name Title CONTRACT Na WUD 19-040 APPENDIX A-11 Rev 1-8-19 ATTACHMENT D FORM OF GUARANTEE GUARANTEE FOR (Contractor and Surety Name) We the undersigned hereby guarantee that the Contract, Resolution No. , Contract Dated , WUD Project No. Work Authorization No. Project Title: Palm Beach County, Florida, which we have constructed and bonded, has been done in accordance with the plans and specifications; that the work constructed will fulfill the requirements of the guaranties included in the Contract Documents. We agree to repair or replace any or all of our work, together with any work of others which may be damaged in so doing, that may prove to be defective in the workmanship or materials within a period of one year from the date of Final Completion of all of the above named work by the County of Palm Beach, State of Florida, without any expense whatsoever to said County of Palm Beach, ordinary wear and tear and unusual abuse or neglect excepted by the County. When correction work is started, it shall be carried through to completion. In the event of our failure to acknowledge notice, and commence corrections of defective work within five (5) calendar days after being notified in writing by the Board of County Commissioners, Palm Beach County, Florida, we, collectively or separately, do hereby authorize Palm Beach County to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefore upon demand. County and (contractor, engineer, architect as applicable) agree that the provisions of Florida Statute Chapter 558 shall not apply to this (contract, agreement as applicable). SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY (Contractor) (Seal) By: (Signature) (Printed Name) (Surety) (Seal) By (Signature) (Printed Name) z 1 CONTRACT No.WUD 19-040 APPENDIX A-12 Rev 1-8-19 ATTACHMENT E SCHEDULE OF BID ITEMS Palm Beach County Water Utility Department XXXXX Continuing Construction Contract - Resolution Contract Dated Work Authorization No.: Contractor Name: Project Name: WUD Project No.: NO. BID ITEM Furnish and Install with Appurtenances) QUANTITY UNIT UNIT PRICE TOTAL EE Subtotal Mobilization Total CONTRACT No.WUD 19-040 APPENDIX A-13 Rev 1-8-19 ATTACHMENT F SCHEDULE1 LIST OF PROPOSED SBE-M/WBE PARTICIPATION PROJECT NAME OR BID NAME: PROJECT NO.OR BID NO.: NAME OF PRIME BIDDER: ADDRESS: CONTACT PERSON: PHONE NO.: BID OPENING DATE: FAX NO.: USER DEPARTMENT: THIS DOCUMENT IS TO BE COMPLETED BY THE PRIME CONTRACTOR AND SUMBITTED WITH BID PACKET. PLEASE LIST THE NAME,CONTACT INFORMATION AND DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SBE-MIWBE's ON THIS PROJECT. IF THE PRIME IS AN SBE-M/WBE,PLEASE ALSO LIST THE NAME, CONTACT INFORMATION AND DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME ON THIS PROJECT. THE PRIME AFFIRMS THAT IT WILL MONITOR THE SEES LISTED TO ENSURE THE SBES PERFORM THE WORK WITH ITS OWN WORKFORCE. 77 77 _.._. _ (Check one or both Categories) - - - MIWBE SBE DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK Name,Address and Phone Number Minority Small Black Hispanic Women Caucasian Business Business Other (Please Specify) 1. E 2. 71 El 3. F-1 E 4. El El 5. E-1 E (Please use additional sheets if necessary) Total Total Bid Price$ Total SBE-M/INBE Participation Dollar Amount and/or Percentage of Work I hereby certify that the above information accurate to the best of my knowledge: NOTE: Signature Title l• The amount listed on this form for a SBF.-M/WBE Prime or Subcontractor must be supported by price or percentage listed on the signed Schedule 2 or signed proposal in order to be counted toward goal attainment. 2. Firms may be certified by Palm Beach County as an SBE and/or M/WBE. If firms are certified as both an SBE and M/WBE,please indicate the dollar amount and/or percentage under the appropriate category. 3• M/WBE information is being collected for tracking purposes only REVISED 07-02-13 CONTRACT No.WUD 19-040 APPENDIX A-14 Rev 1.8-19 ATTACHMENT F OSSA SCHEDULE 2 LETFER OF INTENT TO PERFORM AS AN SBE-M/WBE This document must be completed by AU SBE-M/bWE's and submitted With this bid packet. Specify in de*34,the P"i'tkutar viork items to he performed and the doGar a Mount and./or percentage for each wo*itern.SBE credit will only e given forE items which the SHE-M/W1311's is certified to perform. Failure to proper-4y complete Schedule 2 will result ibn your SH participation not being counted. PROJECT NUMBER- P1.ROJ ECT NAWE: TO. (Nar-acyf Prime Bidder) The ur.dersigned is certifted by Palm-Se &t Couritf as (cherk one or more,as appfiL--bie): Small Sus'ness Enterprise— rv.inorj4,Sus7ness Enterprise— EMack_ H'srBn Ic —Women—Ca ucssi=-n— Other(Please Specify; Date of Palm Eleach county Cerf-fication: The undersigned is prepared to peffz2rr-the zollaving described work in connection With,the above praect- Add"Vona Sheets Way Be used As Necessary Tonal price/ Line Item/ Unit Price percentage Lot No. Item Description t the following price or percentage (;SSE Prime or Subrontractor's QUatel and wi I entia- Into a formal agi-eament for woTlk with ya, conflneeryt upon Vour execution of a comact VAM Palm Beach- Cflrxnty If uniler-gigned intends to sub-subcontract any Portion of this job to a certified SBE-NT/W8E or a non-SBE subcontractor, Please Fist the name of that subcoratraairtor and the amount below. Price or Percardage (Name of Subcontractor] The Prime affirms tn-az it fail/rnoryiwr the SBE-MPAW listed to ensure the SBE-M/WBE parfo.Trn the work With_heir Own-orork force- -he undersiV,ad SSE M/WBE Prime or SBE-MJWBE subcan-tractaT-.ffrms that k has the resources necessary to perform the work listed,without subcontracting to a nori-Cerff-ed SBE OF any other certified SSE subcontractor.-except as not-2d above. The undersigned subcor-Vz -tor understands that the provision of this form,to Perna Bidderdoe_.nOt pre-,,ent Subcontractor from provid'rig quotations to other bidders. Prim name 0* SGE-M/WBE Carrrpa-n-e By: Print nFmekit-tle Of person executing on behalf of SBE401fWBE Revised 7/2,12013 Date: CONTRACT No.WUD 19-040 APPENDIX A-15 Rev 1-8-19 ATTACHMENT G Palm Beach County Water Utilities Department Resolution # Contract Dated SUMMARY OF SBE-M/WBE MINORITY BUSINESS TRACKING Master Contract Goal SBE Current Proposal Value of Authorization No $0 Value of SBE-M/WBE Letters of Intent $p Actual Percentage Signed/Approved Authorizations Total Value of Authorizations $p Total Value of SBE-MMBE Signed Subcontracts $p Actual Percentage % Signed/Approved Authorizations Plus Current Proposal Total Value of Authorization $p Total Value of Subcontracts & Letters of Intent $p Actual Percentage CONTRACT No.WUD 19-040 APPENDIX A-16 Rev 1-8-19 SUPPLEMENT NO. TO WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution No. Work Authorization Dated Project Title: WUD Project No. Contractor: Address: Budget Line Item No. - - District: Notice to Proceed: You are directed to make the following changes in this work authorization: (INSERT NARRATIVE DESCRIPTION OF THE SPECIFIC WORK TO BE UNDERTAKEN UNDER THE SUPPLEMENT—SPECIFY DOLLARS AND DAYS- REFERENCE ANY SUPPORTING DOCUMENTATION BEING INCLUDED AS AN ATTACHMENT TO SUPPORT THE SUPPLEMENT) Total: All Attachments to this Supplement are made a part of this Supplement and incorporated herein. NOT VALID UNTIL SIGNED BY BOTH OWNER AND ENGINEER. SIGNATURE OF THE CONTRACTOR INDICATES THEIR AGREEMENT HEREWITH INCLUDING ANY ADJUSTMENT IN THE WORK AUTHORIZATION SUM OR WORK AUTHORIZATION TIME,AND NO ADDITIONAL COST OR TIME INDICATED HEREIN WILL BE RELATED TO THIS CHANGE The Original Work Authorization Sum was................................................................ Net Change by previous Supplements ................................................................................ $ The Work Authorization Sum prior to this Supplement was ................................................. The Work Authorization Sum will be increased/decreased by this Supplement................. $ The New Work Authorization Sum indicating this Supplement will be.................................. 0 The Work Authorization Time will be increased/decreased " days................... Days The Date of Substantial Completion including this Supplement:.............. ........................... Date The Date of Final Completion including this Supplement:.................................................... Date CONTRACT No.WUD 19-040 APPENDIX A-17 Rev 4-28-19 SUPPLEMENT NO. TO WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution No. Work Authorization Dated Execution of this supplement acknowledges final settlement of, and releases, all claims for costs and time associated,directly or indirectly,with the above stated modification(s), including all claims for cumulative delays or disruptions resulting from, caused by, or incident to such modification(s), and including any claim that the above stated modification(s) constitutes, in whole or part, a cardinal change to the work authorization. Palm Beach County Water Palm Beach County Utilities Department Board of County Commissioners , CONTRACTOR ENGINEER OWNER 8100 Forest Hill Blvd. 301 N. Olive Avenue West Palm Beach, FL 33413 West Palm Beach, FL 33401 Address Address Address Signature Signature Signature Mack Bernard, Mayor Print Name Print Name Title: Title: Date Date Date STATE OF FLORIDA Approved as to Form and Legal Sufficiency COUNTY OF The foregoing instrument was acknowledged By: before me this_day of County Attorney s by as for Attest: Sharon R. Bock, Clerk and Comptroller (Signature of Notary Public-State of Florida) By: Deputy Clerk (Print,Type,or Stamp Commissioned Name of Notary Public) Personally Known_OR Produced Identification i CONTRACT No.WUD 19-040i APPENDIX A-18 Rev 4-28-19 SUPPLEMENT NO. TO WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution No. Work Authorization Dated Type of Identification Produced Execution of this supplement acknowledges final settlement of, and releases, all claims for costs and time associated,directly or indirectly,with the above stated modification(s), including all claims for cumulative delays or disruptions resulting from, caused by, or incident to such modification(s), and including any claim that the above stated modification(s) constitutes, in whole or part, a cardinal change to the work authorization. Palm Beach County Water Palm Beach County Utilities Department Contract Review Committee CONTRACTOR ENGINEER OWNER 8100 Forest Hill Blvd. 301 N. Olive Avenue West Palm Beach, FL 33413 West Palm Beach, FL 33401 Address Address Address Signature Signature Signature Irwin L. Jacobowitz, J. . Director Contract Development &Control Print Name Print Name Title: Title: Date Date Date STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this_day of , by as for (Signature of Notary Public-State of Florida) (Print,Type,or Stamp commissioned Name of Notary Public) Personally Known—OR Produced Identification_ Type of Identification Produced CONTRACT No.WUD 19-040 APPENDIX A-19 Rev 4-28-19 i SUPPLEMENT NO. TO WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution No. Work Authorization Dated Execution of this supplement acknowledges final settlement of, and releases, all claims for costs and time associated, directly or indirectly,with the above stated modification(s), including all claims for cumulative delays or disruptions resulting from, caused by, or incident to such modification(s), and including any claim that the above stated modification(s) constitutes, in whole or part, a cardinal change to the work authorization. Palm Beach County Water Palm Beach County Utilities Department Water Utilities Department CONTRACTOR ENGINEER OWNER* 8100 Forest Hill Blvd. 8100 Forest Hill Blvd. West Palm Beach, FL 33413 West Palm Beach, FL 33413 Address Address Address Signature Signature Signature Print Name Print Name Jim Stiles, Director Title: Title: a Date Date Date STATE OF FLORIDA I COUNTY OF The foregoing instrument was acknowledged before me this_day of by as for i (Signature of Notary Public-State of Florida) 3 (Print,Type,or Stamp commissioned Name of Notary Public) Personally Known_OR Produced Identification Type of Identification Produced 1 CONTRACT No.WUD 19-040 APPENDIX A-20 Rev 4-28-19 i F SUPPLEMENT NO. TO WORK AUTHORIZATION NO. Palm Beach County Water Utilities Department Resolution No. Work Authorization Dated LIST OF ATTACHMENTS ATTACHMENT A Supplement Summary and Categorization ATTACHMENT B Supplement Additions/Deletions Summary ATTACHMENT C SBE Schedule 1 and Schedule 2 ATTACHMENT D Location Map ATTACHMENT E Bond Rider(if applicable) ATTACHMENT F Supporting Documentation CONTRACT No.WUD 19-040 APPENDIX A-21 Rev 4-28-19 ATTACHMENT B SUPPLEMENT ADDITIONS/DELETIONS SUMMARY Project Title: WUD Project No. Resolution No. Item Suppl. Scope of Work Additions (Deletions) Net Change Time # Code Total $ _ $ _ SUPPLEMENT CATEGORIZATION CODE 0 OWNER INITIATED D DIFFERING SITE CONDITIONS E ERRORS and OMISSIONS Z ZONING/CODE/ORDINANCE CHANGES Q QUANTITY OVERRUNS/UNDERRUNS CONTRACT No.WUD 19-040 APPENDIX A-22 Rev 4-28-19 - SUPPLEMENT ADDITIONS/DELETIONS SUMMARY ATTACHMENT B R REQUEST ByANOTHER AGENCY Project Title: APPROVAL LIMITS Contractor DEPARTMENT HEAD CONTRACT REVIEW COMMITTEE VVUDProject No Resolution No. (Amount) (Amount) Date Approved. )ND|V|OUALSUPPL $100.000-00 $199.899.00 DEPARTMENT HEAD CONTRACT REVIEW TOTAL DEPT.HEAD& BOARD OF COUNTY COMMITTEE CONTRACT REVIEW COMM. COMMISSIONERS DATE NET (ADDS PLUS DEDUCTS)2 (ADDS PLUS DEIDUCTS)2 (ADDS PLUS DEDUCTS)2 (ADDS PLUS DEDUCTS)2 Suppl.# APPROVED CHANGE' AMOUNT DAYS AMOUNT DAYS AMOUNT DAYS AMOUNT DAYS TOTALS ]O[TAL. $ $ $ 2.00 * coo * 2.00 $ 0.00 ----- Change reflects the net amount nfadditions plus deductions. CONTRACT No.m/uo1y-o«o APPENDIX A-23 Rev 4-28-19 ATTACHMENT B SUPPLEMENT ADDITIONS/DELETIONS SUMMARY 2. Adds plus Deducts reflects the net value of unrelated changes for use in determining the approval authority for the Supplement. CONTRACT No.WUD 19-040 APPENDIX A-24 Rev 4-26-19 ATTACHMENT C SCHEDULE1 LIST OF PROPOSED SBE-MIWBE PARTICIPATION PROJECT NAME OR BID NAME: PROJECT NO.OR BID NO.: NAME OF PRIME BIDDER: ADDRESS: CONTACT PERSON: PHONE NO.: FAX NO.: BID OPENING DATE: USER DEPARTMENT: THIS DOCUMENT IS TO BE COMPLETED BY THE PRIME CONTRACTOR AND SUMBITTED WITH BID PACKET. PLEASE LIST THE NAME, CONTACT INFORMATION AND DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK TO BE COMPLETED BY ALL SBE-M/WBE's ON THIS PROJECT. IF THE PRIME ISAN SBE-MIWBE,PLEASE ALSO LIST THE NAME, CONT4CT INFORAbI TION AND DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK TO BE COMPLETED BY THE PRIME ON THIS PROJECT. THE PRIME AFFIRMS THAT IT WILL MONITOR THE SBES LISTED TO ENSURE THE SBES PERFORM THE WORK WITH ITS OWN WORKFORCE. (Check one or both Categories) M/WBE SBE DOLLAR AMOUNT AND/OR PERCENTAGE OF WORK Name,Address and Phone Number Minority Small Black Hispanic Women Caucasian Other Business (Please Specify) Business El M El 3. E 4. E S (Please use additional sheets if necessary) Total Total Bid Price S Total SBE-M/WBE Participation Dollar Amount and/or Percentage of Work _.. I hereby certify that the above information accurate to the best of my knowledge: _,. Signature Title NOTE: 1. The amount listed on this form for a SBE-M/WBE Prime or Subcontractor must be supported by price or percentage listed on the signed Schedule 2 or signed proposal in order to be counted toward goal attainment. 2. Firms may be certified by Palm Beach County as an SDE and/or[4I/WBE. If firms are certified as both an SBE and M/WBE,please indicate the dollar amount and/or percentage under the appropriate category. 3. M/WBE information is being collected for tracking purposes only. Revised 7/2/2013 CONTRACT No.WUD 19-040 APPENDIX A-25 Rev 4-28-19 ATTACHMENT C OSBA SCHEDULE 2 LETTER OF INTENT TO PERFORM AS AN SBE-M/WBE This document must be completed by ALL SBE-M/WBE's and submitted with this bid packet. Specify in detail,the particular work items to be performed and the dollar amount and/or percentage for each work item.SBE credit will only be given for items which the SBE-M/WBE's is certified to perform. Failure to properly complete Schedule 2 will result in your SBE participation not being counted. PROJECT NUMBER: PROJECT NAME: TO: (Name of Prime Bidder) The undersigned is certified by Palm Beach County as a-(check one or more,as applicable): Small Business Enterprise Minority Business Enterprise Black Hispanic Women Caucasian Other(Please Specify) Date of Palm Beach County Certification: The undersigned is prepared to perform the following described work in connection with the above project. Additional Sheets May Be Used As Necessary Line Item/ Total Price/ Lot No. Item Description Qty/Units Unit Price Percentage at the following price or percentage (SBE Prime or Subcontractor's Quote) and will enter into a formal agreement for work with you contingent upon your execution of a contract with Palm Beach County. If undersigned intends to sub-subcontract any portion of this job to a certified SBE-M/WBE or a non-SBE subcontractor,please list the name of that subcontractor and the amount below. Price or Percentage (Name of Subcontractor) The Prime affirms that it will monitor the SBE-M/WBE listed to ensure the SBE-M/WBE perform the work with their own work force. The undersigned SBE- M/WBE Prime or SBE-M/WBE subcontractor affirms that it has the resources necessary to perform the work listed without subcontracting to a non-certified SBE or any other certified SBE subcontractors except as noted above. The undersigned subcontractor understands that the provision of this form to Prime Bidder does not prevent Subcontractor from providing quotations to other bidders. Print name of SBE-M/WBE Company By: (Signature) Print nameAltle of person executing on behalf of SBE-M/WBE Revised 7/2/2013 Date: CONTRACT No.WUD 19-040 APPENDIX A-26 Rev 4-28-19 ATTACHMENT D Jupiter Pa m Beach AG vdons dm We�tPAM .ch Beach F)Im spdng: L eke Wath "mon Beid, owgr7t Bea-Ii 1 SocaRawn �`�c Palm Beach Counts Location Map Watex utilities 9019 Pipeline Continuing Construction Contract _ Department 4VM No. 19-040 s m f, M 9.1 p�oK11�� WrPb.f—b,FLI . Legend a.B.cm.um.9enee Area CONTRACT No.WUD 19-040 APPENDIX A-27 Rev 4-28-19 ATTACHMENT E INSERT BOND RIDER (IF APPLICABLE) CONTRACT No.WUD APPENDIX A-28 Rev 4-25-19 NOTICE TO PROCEED Dated 20_ TO: (CONTRACTOR) ADDRESS: FOR PALM BEACH COUNTY WATER UTILITIES DEPARTMENT 2019 Pipeline Continuing Construction Contract Project No.: WUD 19-040 Work Authorization No.: You are hereby notified that the Contract Time under the above Work Authorization will commence to run on , 20_. By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Contract, the dates of Substantial Completion and Final Completion are 335 successive calendar days and successive calendar days, respectively, from this date_ Before you may start any Work you must deliver to the Engineer, the following: 1. List of all Subcontractors that will perform work on the project. 2. Construction schedule as required in specification Section 01 33 00. 3. List of all shop drawings to be submitted. Palm Beach County, Florida By: (Authorized Signature) PBG Water Utilities Department ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this day of 20_ BY: TITLE.- PRINTED ITLE:PRINTED NAME: Copy to Engineer (Use Certified Mail Return Receipt Requested) CONTRACT No.WUD 19-040 APPENDIX A-29 Rev 428-19 PERIODICAL ESTIMATE FOR PARTIAL PAYMENT PROJECT NAME: 2019 Pipeline Continuing Construction Contract PROJECT NUMBER: WUD 19-040 RESOLUTION NO.: R- CONTRACTOR: ADDRESS: Application No.: Period to From: Account Number: Item Description of Item Original Estimate Completed % # Quantity Unit Unit Unit to Cost to Date Cost to (1) (2} (3) (4) Price(5) Value(6} Date(7) (8) Complete(9) Complete Totals CONTRACT No.WUD 19-040 APPENDIX A-30 Rev 428-19 PERIODICAL ESTIMATE FOR PARTIAL PAYMENT PROJECT NAME: 2019 Pipeline Continuing Construction Contract PROJECT NUMBER: WUD 19-040 RESOLUTION NO.: R- CONTRACTOR: ADDRESS: Application No.: Period to From: Account Number: WORK SUPPLEMENTS Work Supplement Additions (tem Amount Deletions C.O. # Date # Description Amount Completed To (7) (1) (2) (3) (4) (5) Date (6) CONTRACT No.WUD 19-040 APPENDIX A-31 Rev 4-28-19 PERIODICAL ESTIMATE FOR PARTIAL PAYMENT PROJECT NAME: 2019 Pipeline Continuing Construction Contract PROJECT NUMBER: WUD 19-040 RESOLUTION NO.: R- CONTRACTOR: ADDRESS: Application No.: Period to From: Account Number: ANALYSIS OF ADJUSTED CONTRACT AMOUNT TO DATE: A. Original Contract Amount (Page A-2, Col. 6) B. Plus: Work Supplement Additions (Page A-3, Col. 5) C. Less: Work Supplement Deletions (Page A-3, Col. 7) D. Adjusted Contract Amount as of this Estimate ANALYSIS OF WORK PERFORMED TO DATE: 1. Original Contract Work Performed to Date (Page A-2, Col. 8) 2. Extra Work Performed to Date (Page A-3, Col. 6) 3. Total Value of Work Performed To Date 4. Plus: % of Stored Material and Equipment (Attach Schedule & Copies of Invoices) 5. Total Work Performed To Date Plus Stored Materials and Equipment 6. Less: % Retainage 7. Net Amount Earned on Contract to Date 8. Less: Amount of Previous Payments 9. Plus: Reduction in Retainage from % to % 10.Balance Due This Payment CERTIFICATION OF CONTRACTOR: I hereby certify that I have checked and verified this Periodical Estimate for Payment No. for the period from to , inclusive, and that it is a true and correct statement of all work performed, and/or any and all material and equipment supplied by this Contractor; that all work, materials, and equipment included in Periodical Estimate No. have been performed and/or supplied in full accordance with the terms and conditions Of the Contract Documents and/or duly authorized deviations, substitutions, alterations and/or additions; that all terms of Periodical Estimate No. have been authenticated and approved by the authorized undersigned representative of the Contractor. By (Contractor) (Authorized Representative) (Printed Name) (Printed Name) Title Date (Contractor) (Authorized Representative) CONTRACT No.WUD 19-040 APPENDIX A-32 Rev 4-28-19 Title Date PERIODICAL ESTIMATE FOR PARTIAL PAYMENT PROJECT NAME: 2019 Pipeline Continuing Construction Contract PROJECT NUMBER: WUD 19-040 RESOLUTION NO_: R- CONTRACTOR: ADDRESS: Application No.: Period to From: Account Number: CERTIFICATION OF CONSTRUCTION REPRESENTATIVE: According to the best of my knowledge and belief, I certify that all items and amounts shown on the face of the Periodical Estimate No. are correct; that the work, material and equipment shown thereon has been completed and supplied in conformance with the Contract Documents of the project between PALM BEACH COUNTY (Owner), and (Contractor), dated , including any authorized changes, deviations, substitutions, alterations and/or additions; that it is agreed that this Periodical Estimate for Payment No. is a true and correct statement of the Contract Amount, up to and including the last day of the last day of the period covered by this Periodical Estimate No. and that no part of the"balance due"this payment has been received. By (Resident Project Representative) (Authorized Representative) Title Date CERTIFICATION OF WATER UTILITIES REPRESENTATIVE: To the best of my knowledge and belief, all items shown on the face of this Periodical Estimate for Partial Payment No. —are correct and that the work, material and equipment shown thereon has been completed and/or supplied in conformance with the Contract Documents, and is satisfactory for approval and processing for payment. Palm Beach County Water Utilities Dept. By (Owner) (Authorized Representative) (Printed Name) (Printed Name) Titl e Director of Engineering Division Date CONTRACT No.WUD 19-040 APPENDIX A-33 Rev 4-28-19 The following OEBO Schedule3- Subcontractor Activity Form is provided as a separate document in Advantage. OEBO Schedule3- Subcontractor Activity Form is also available on Palm Beach County's Office of Equal Business Opportunity (OEBO)website: http.-1/abcportal, VForms1Allltems.aspX OESO,SCHEDULE 3 SUBCONTRACTOR ACTIVITY FORM SUBCONTRACTOR ACTIVITY FOR MONTH ENDING PROJECT st. PROJECT NAME_ PRIME CONTRACTOR NAME PROJECT SUPERVISOR Schedule 3 IS lulled to Show the monthly Payment activity far work performed by oath Subcontractor on the Project and in a Ily,with It Crime Ce submitted an Schedule 2 card "n he by the Prime Contractor with each im 'It also shown approved change orders as they I"01101 all Subcontractors.Schedule 3 Is to be submitted ynhlurt requital to Pedea Beach County. In the Subcontracting Information ssutiOn,list the nama(a)of each Subcontractor,Including each I#M/W13E subcOntractor On the lariqladt and the total cortitachad amount for each Subcontractor On the jawjeot.As the P I019"t PrOcOladfi,11100116 Complete each column Under the Subcontractor information g9ction.It 11,subc appropriate categories applicable, OntmCIOr is an SlWMBE,Plans*check the N—0 SUBCONTRACTING INFORMATION Subcontractor Ca NWOry toblk*an applitabia) Apotmed R..atd Amwftl Arunum AmuIk Ptid AdUlli Cau MZI,1 s.1mal oink I II*IWIQ WMT11,11 murl -4 A C."I'ma 11-110 Co"04.0 914% 4 Orawn 110, 100010W 9141'AliDule , ,Q AI' Gwb Illik &0 to We swemlowtv,Panni Saindam oli, IV) m (N') (q) ftw Iha awr*.,ow"fi-lhaet—lft IQ The -——————-- X—0-u* illai Addiliatiol Slim1h MdY86 Wmd All NowaIny NOTE: Firms May be certified as an See andlor an MIWBE, If firm*am certified as both an SBE and WWRE,the dollar amount wig not be counted twice. ftwed=2812019 CONTRACT No.WILD 19-040 APPENDIX A-34 Rev 4-28-19 The following OEBO Schedule3A- Professional Services Activity Form is provided as a separate document in Advantage. OEBO Schedule3A-Professional Services Activity Form is also available on Palm Beach County's Office of Equal Business Opportunity(OEBO)website: http-.//DbeDortal pbcgov org/oebo/Documents/Forms/Atiltems.aspx OEM ScItedulle 3W PROFESSIONAL SERVICES ACTIVITY REK T 14afec Project Name: "ect No.: BCC Resolution No.: gnat Contract Amt-S An waded Contract Amt.:$ CSA Project Name: CSA Project Nua: CSA Project An#.:S CSA HCC Resolution MD.(tl appicable): CSA Faynaen t Application No.: Prime Consultant ContwA Persam Pnaiect]Tonne: Ptaoste t& Emaik Amount Rani to Date: Total Fementage atwork perkxmedto nate by Prime: SUB-CONSULTANTS 1_ Firm t iarrw ciotrteaet Amount$ Start Date: Amount Paid to Date: 2 Finn NarnmE Contract Arnasuat$ Stant Dakw Amount Paid to Dale: °6 cornpieted. 3 Fran Name: Corabaot Amount$ Stott Dale. Amount Paid to Dale: %Coan*fed: 4. Firm Name: Contract Amount:g Start Dale. Arnount Paid to Date: %Completed: 5. Fuse Mame: Contra- Amount:3 Start Date: Amount Patd to Date: %Coanpieked: I hereby oertifythat the aboue is amur"to the best of my knowledge. gignatrrra Title Revised p3 IV2099 CONTRACT NO.:WUD 19-040 APPENDIX A-35 Rev 4-28-19 The following OEBO Schedule4-Subcontractor/Subconsultant Payment Certification Form is provided as a separate document in Advantage. OEBO Schedule4-Subcontractor/Subconsultant Payment Certification Form is also available on Palm Beach County's Office of Equal Business Opportunity (OEBO)website: hftp:ttpbcportal.Pbcqov.org/oebo/Documents/Forms/AlIItems.aspx Omo KNEDULE 4—saae0Wr RjgMc)Dms€>tTarrr pAyMENT CERTFICATION AMW arke+al:ar_r�:ye�sF.s i x^,�,•• •+'x�7 53 �c13=s-=�.: a ait r o! ?riaste�2i.�R�.i:- r €a6`mart Yratn iFie r'+rfma'ts wilzax r��ae-e��iatSc .r"r.+spa.try a F Ctr sx thetz�7fitFYtms cY�? an the=--_rte -rs!s»iGstiCn!Ar rn C t�a t r� +^n a3±rtC All Mrrad 5st> sd -s an ries Yarm ttetR Z13ii�a'Al aad afiaanit apera 5ch=3 d a.Ss r r a#�ah�etr $t3r_Mita`is a,S,a'#Z W3E,3rrr}#ecian ar a s.edge;-s aba,r;gsn_a 10 d3enaent an P--is-sY watt per-IP-Abd at thou wale Ynrs. A ammpretsd rebase or:an faaw amt be s�amii3edin tiet:at a 5caaeElitSe� -WS istoC—et;t,=-- (Satlsmalractor/s:�ft�Nanx� - ?e>:iv�s }ar"o 4PWPHMtae s r far. oralam_ an MW oa rmr 'Wane canoad>z KW W!I aww MUDsmt:Zmad an r 1E:: gab= Tlxlaalrr cent c n tae eshads m �'ssarlian ar� b sd ��ttrc emacs rtesae and taearsas<a,t taww: o9�a pFapey aenffied. e q t trite arf harm o<:.nti tier suemratramsrr'semm^�reaat � ��3t�+dramaj` ri( �il�ect$Y���On rsa�ing om txrtax nYSamas MTE 1F FLORM €UM"ae SMib9to Mad.Aftuieedbeam ane telf_. .$+fat Nub"'Iftic,State of HINka Prig,rr1aorStampCmrsiaiaresI t>rNc�sq iFr ts�taII t9B Pca@t�9�etsffier�n Il,Tp�e aaf apt &e;•;ee 0218ff,'rC CONTRACT NO.:wUD 19-040 APPENDIX A-36 Rev 428-19 The following Instructions on Completing SBE-M-WBE Schedulesl-4 is provided as a separate document in Advantage. Instructions on Completing SBE-M-WBE Schedulesl-4 is also available on Palm Beach County's Office of Equal Business Opportunity (OEBO)website: http•//pbcportaf pbcgov org/oebo/Documents/Fors/All"--c'- aspx lrtSTttiiC:D45 Ci!it C•31t11 lETif4 SUSCO TRALT+JtiISEkE D2tSWlTr"i 1f #€EEfkI�ES t 4 'n:sp r3erw d-t ;L-ed to CWn_d_ta 5r.d 2rc==rN a ea.cte j'--d CESO W:edUles reaae,c-� ct=:cnandwhensu:)T=irg request• r3s3m_nt:rercor---art n+ and c tint• e•: uu xcenasite-t 54f fdL s lend 2 sr;re -i to as st ed 't"the t d�f=-3��s i�it c•�er to_e deentc Lan: a e:he_aEreclatir±m-ern .�udea, -w 3_c?rsatar- tea: f± 3.3ls`.a-,d=ar± -t;L�27 t3 to S-Mt ttted'A-r gLts=for naya�_rrt eT.v-, -t^__L a-,a-srd. lrmportartt?ca arts to itesnenteer 4 5 iecura f-ist ne mr zlexad ay Me Fr-te contracor ane sutzitted w*t to aid cr i:--c-1. i tl±e n7me.=�,,i: t it Y natta,=nc d2!or sT 3L77 t or aerc_r.•ta._e of wc�s:r oe cortsd;±tcc 3 311 SutgCra:t3r':17*arts-1lta nts:-n'the F']tC 2. f:t`a Fnr,€ a,',U!yr;1;'c9t3:.theYrn 5`a 'tt rrnas sc.ecsr. r2infar-sa ..and srtt un:_r 3e-ctr��a='Nir r::tc:sc i-Frsrricd ar tz,e_rZ4e-. 3. Meese ehc�y'.=aapragist=3erees if the 5L�[sntratc"'_t:ss_:3-sL:a�t:!_s ans�r ar EH eo-s L�tn ar _3E of,Z M;';;'_E �, fv'.e33Es�o_3ntrsczor ssf;3arFi '•:'�E.olease317�tk:tdc a-sm.aL.0rP-c-r-=Vecewartc`., me edc- _=:ate rete cse,3r . g, }Pat toh ttatsis'der_ed aa-a-ic-Ir�.arm—as-t '��"_ artd>satixdci -a car:c PLrrentage c`averr at the t7—c"q eP *_Zl*,tda e. 5tt'�ie? rlsstaec�sr�gte.sds _7cF:Suxaexertor'alacsr:i<tar:!ictdarsdt isnds_tr -sc EL With the a d 3,E'aacaf i 3�eoifr Ind tai(t;cbrfe txrte,:FaafaiL 3ic.arkd serrt�de ;rarr*iedarcar anti :tem orarsyi,: sroesr_er.tagr=`vorkfD7ill Wd-4 w!'rz. 3 .ret.aret--t'>aatotal d= dra-raur*_ �+crce t S;trn 6a pct-wl ctthe Mara that'Wh;I tme 3er"wrrec 34r the ME-M,"WES zut:CnVsztz-a,3 sifl 5'=n;ra-arttn:edto 5 nonmu iec_3E saaicact Imtgr.ttiet coamra-noir:c*�r_erataes n-_:: te r er`,t e sptti� nate fne arr,zhe schedll±e 2.r mat_5&h W e Z!nuz o+-C11 `9ittec':-all 2nc ano 3rd t.--r SLaron nctar;d c_c-.c:a:,tr. s3E-f 1 ;•,a_ss asrtac:3r n trir` 7.r^a,tl caze*l efc r Schad31e 3 :c3"'.SC:t:t3 til the�r�+r ano,7Jr--:fid -t•ea- ea'f =f:, fent Tt;ttit Tadt i7 FL_ sea HS r [eucrawtra:tire r`<r 'c->ec c s.t;F:t_tlar_f.- of est`, suC_z-,c�ec-3n the 3r3iesnC"5: o : _c3rc3a4r. �. A.5ritp-CJncZr13Ct ,cc=,_i=tt.arca!Lit-ar.=ericaniocarah-ne':rfxrraasr_renn accort ,}.!r to shxu,aaerse char e.•3r3,ree std-,c-,t, -.sr;L-,rte. atrist..r 3L,t: 3rawr=dat_,arr3L-ts said to tray ar the mtir;da:e 0,the sst:--tr5:t-j 5. n:he r8E sR:'ti"i 5c etc ss e.ci th±a_z1rc 3=ste cate,ar4•thz re ^t.er c e re of certif t yr to&.uzm n75rrc,rms as t?'a-i Exd'+G;rurrt 7. -he Schee e±3-est ae,lumen ty the ce=r=n.Plear6 tt-e fc—or Sen}"of t'�e grixne:e t : Zeit ML,-t -•:Ldt tt't aersoaf a t`tie. CONTRACT NO.:wUD 19-040 APPENDIX A-37 Rev 4-28-19 C £Ct edUe 3(a"`5 lirl d far 3riii w-:2r* :ervicc:.ont^--tz only.-,1':t-:Iteduie -1:eteo oy the-"! a 1_t:Mitttd with eadls�-nertt reque:t made t3 Faint 3tach 07 tv 3.. The r'nint i=the peMM"ta a e,work 2,--r.1Vnrad my:r,--primtandthe PU-eta,_Vwark x-_T:d t:_31,:1,ants. 3. Thetpne—of af�s:'arai,cr�irzischi=-kea 3- Tim Prime mares r Nether:te:La_aa:litant f(a:-tilled acork on,- a,rc 4 .Win°a`a:"C± te:�aro1€tartYs ra,-a aFd cr3nts� r`rtrrra:`ctt,:tarE ta'ait Cariact amour;, R*pc,o-*2rk. vsrt a a[°:ark car �fezed ane a,3tcsm =•s=eta date he;clef a!e rf.1:-r est be.1Rred Ef the Dcs:-t c:r:i4:1f;the`e-n c-i F ehaF czrvv tart arir r-ILA -'z Ictlhe pe'rsor 5 tit e. OL Schedule s a.=staWein 2-iiiab eAdye'_m+z.a kmmtfePrime.==fpe -.arcrllC whii&I is tl=a s.i1:7,1?M.-CL b v the rine.wtda each wyTnent;,ejz-, •'-to Valn titian L nW tff re s-= =La PaYirre-M Vii•to°ail SL�r F'ati :it=r__ic443 twit. I.- The Prune isnatarequer.;�patsrettsirre.5Sit rtteZ;`:Ra=^lace zaymcntta 7 G<:u`car a Sr':55.3 t:L P 2. : L2REraC^�i,.'3LhC7iG�ItaGi s, a f at z a3oEe rar t k �_*e ena ata tf��t orkrsse or.aMr ry'tKie use depatitment fhe Ler dwarf*te-it w If arc f the: loam Em t'�m form that pertain to-ix 3epar`.rncg-it iunber,Droject RLr-t 3e r�11ditrecar-ractor's•.•ar 3erwde. Ttte Frin3e W11 tpe in tEie S€ aan7ec#ar.}suttc+:r;L tate earn,:_trtnt arnuu tt.work artier r tmner, it ac N'a_ie.pas=te rt Mar--arwSLarort�racbar`c.i*C'2m-uitaru•.WcstrxOr M t`n the r€Mile ftm,re d,. 'te€id3r MdeS can t�G lbUnt t€tr:�.;h t CCE +5t>^tts e 3. Tit.-cr me-0 mint the Ira and haze the S!aYrntre_.�•`a hvt si Ean-;';M and r item c the Mn to Veiti'rtg stat tit 'it^Eat ast 3 .CMTtM -'he SttLy GFItPs t3',"at3_C n_�iteaE Tust 5rc-��M- infarmatiar»_ as to u€rtctter a portion aY the pamxer.: rrcevee i.- 'ae cyVaursed to enaMer SL3.3!€traCiat:::5t:ic :L t at -,the_L-wor-aractoT':53c3r:L'tar,---ndieatts that!k 3c--L`rt 4f th-ir F--W-nele-:k L°e distv5rsed U 2'or 3"0 tier SLM,a 5CPP5FCEM StMedule 2 r L=titS:t T�'�-i-`t r sLa rtraCta rs thcar- rttar=.a listed_i-hSpordeM MUStb,,CVMpjetd wj5t a Me&M Pat tkte ink P-4 E. The-orjgirri-i;-:Widdsthe-2L! ':slcmittfdjx)Pr n'tfth-1 Fr'Me'::aame ttMgLe�t comments- CONTRACT NO.:WUD 19-040 APPENDIX A-38 Rev 4-28-19 WARRANTY OF TITLE AND RELEASE (For Periodic Progress Payments) STATE OF ) CUTOFF DATE: )SS: CONTRACTOR: COUNTY OF ) PROJECT NO.WUD 19-040 PROJECT NAME: 2019 Pipeline Continuing Construction Contract WORK AUTHORIZATION NUMBER: BEFORE ME, the undersigned authority, personally appeared (hereinafter called the"Affiant"), who after being duly sworn, deposes and says that he is the_ of a corporation (hereinafter called the "Contractor"), pursuant to Palm Beach County Contract No_ WUD 19-040,dated the day of 20_(hereinafter called the"Contract"),with the BOARD OF COUNTY COMMISSIONERS, PALM BEACH COUNTY, FLORIDA (hereinafter called the "County"), for the furnishing of certain labor, materials, equipment, tools, supplies and manufactured articles (hereinafter called the"Work"),to improve certain property located in PALM BEACH COUNTY, FLORIDA(hereinafter called the"Property"), and on behalf of the Contractor named above is authorized to make the following warranties, requests, releases, and indemnifications: 1. The Contractor warrants that it has fully completed in accordance with the Drawings and Specifications therefor, that portion of the Work, pursuant to the Contract(the "Completed Work") and represents that the attached Application for Payment constitutes a full and complete accounting of all monies due the Contractor under the Contract as of the Cutoff Date. II. A. ORIGINAL CONTRACT SUM B. Approved Work Supplements C. Other Adjustments (Explain on attachment) III. The Contractor further warrants and represents that: 1. All Work performed by the Contractor through the Cutoff Date has been incorporated into this request for payment. 2. There are no costs, extras,Work Supplements, or claims of any kind or nature due the Contractor for Work performed through the Cutoff Date other than as set forth herein. 3. Contractor hereby waives its right to payment and to any other claim not indicated herein. 4. All Subcontractors, laborers, vendors, material, manufacturers, suppliers and other parties of whatever kind or nature who are entitled to payment from the Contractor for providing labor and materials to the Contractor pursuant to the Contract as of the Cutoff Date in the last previous Periodical Estimate for Partial Payment have been paid in full for performing or furnishing the work, labor, equipment, materials,tools, supplies and manufactured articles upon said Contract and have delivered to the Contractor validly executed Partial Releases of Liens or Claims with respect thereto. 5. Contractor does hereby waive, release, remise, and relinquish Contractor's right to claim, demand, or impose a lien or claims to the extent of the previous payments, and except to the extent of the "Present Unpaid Balance" set forth above, for work done or labor, materials, equipment or supplies furnished and/or any other kind of class of lien or liens on the Property. CONTRACT NO.:WUD 19-040 APPENDIX A-39 Rev 4-28-19 6. This shall constitute a full, absolute, and unconditional release and discharge by the Contractor to the County of all claims or liens of the Contractor, of whatever nature, arising out of, in connection with, or resulting from the supply by the Contractor, or any of its Subcontractors or suppliers, of labor and/or materials to the Property as of the indicated Cutoff Date, except to the extent of the "Present Unpaid Balance" and any claims listed on the attached statement of unresolved claims. The Contractor agrees to indemnify and hold the County harmless from and against all costs and expenses, including reasonable attorney's fees and fees on appeal, resulting from any entity or individual who claims to have not been paid for labor, materials, equipment, tools, supplies and manufactured articles furnished in connection with the Completed Work. This Affidavit is done with the understanding that contract payments are based on the truth and veracity of this document and any misrepresentation hereunder could result in action for breach of contract and/or loss, reduction or retention of future contract payments. This statement is given under oath. (Contractor) (CORPORATE SEAL) (Signature) (Printed Name) (Title) Sworn to (or affirmed) and subscribed before me on (date) by (name). He/She is personally known to me or has presented (type of identification) as identification. Notary Public Signature and Seal Print Notary Name and Commission Number CONTRACT NO.:WUD 19-040 APPENDIX A-40 Rev 4-28-19 CONSENT OF SURETY For Reduction of or Partial Release of Retainage PROJECT NAME: 2019 Pipeline Continuing Construction Contract PROJECT LOCATION: System-Wide PROJECT NO.: WUD 19-040 RESOLUTION NO.: R- CONTRACT DATE: WORK AUTHORIZATION NUMBER: CONTRACT TYPE: CONTRACT AMOUNT: ENGINEER'S PROJECT NO.: ENGINEER: In accordance with the provisions of the above-named Contract between the County and the Contractor, the following named Surety: on the PUBLIC CONSTRUCTION BOND of the following named Contractor: hereby approves a reduction of or a partial release of retainage to the Contractor as set forth below: The Surety Company hereby agrees that such reduction of or partial release of retainage to the Contractor shall not relieve said Surety Company of any of its obligations to the following named County as set forth in said Surety Company's bond.- IN ond:IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this day of 2D_ (Attest) (Name of Surety Company) (Printed Name) (Affix corporate here) (Signature of Authorized Representative) (Printed Name) TITLE: CONTRACT NO.:WUD 19-040 APPENDIX A-41 Rev 4-28-19 REQUEST FOR ADJUSTMENT OF RETAINAGE PROJECT NAME: 2019 Pipeline Continuing Construction Contract PROJECT NO.: WUD 19-040 WORK AUTHORIZATION NUMBER: County: PROJECT NO.: WUD 19-040 ENGINEER: PROJECT MANAGER CONTRACTOR: The Contractor, hereby requests that the percentage Of partial payment estimates retained by the County under the provisions of the Contract Documents be REDUCED from %to %. BY Date Contractor Representative Title The Surety on the Public Construction Bond for said project: hereby approves the foregoing request. BY Date Attorney-in-Fact Power of Attorney must be attached to original copy Approval IS/IS NOT recommended. The percentage of completed work as of 20_is % and the present percentage of elapsed contract time as of 20_is BY Date Resident Project Representative Approval IS/IS NOT recommended: BY Date Project Manager APPROVED/DISAPPROVED: BY Date County's Representative CONTRACT NO.:WUD 19-040 APPENDIX A-42 Rev 4-28-19 WORK SUPPLEMENT PROJECT: 2019 Pipeline Continuing Construction Contract WORK AUTHORIZATION NUMBER: WORK SUPPLEMENT NO.: _ WUD PROJECT NO. :WUD 19-040 (Contractor): DOCUMENT NO. CONTRACT DATE: NOTICE TO PROCEED: BUDGET LINE ITEM: You are directed to make the following changes in this contract: 1. Total $ NOT VALID UNTIL SIGNED BY BOTH OWNER AND ENGINEER_ SIGNATURE OF THE CONTRACTOR INDICATES HIS CONTRACT HEREWITH INCLUDING ANY ADJUSTMENT IN THE CONTRACT SUM OR CONTRACT TIME,AND NO ADDITIONAL COST OR TIME INDICATED HEREIN WILL BE RELATED TO THIS CHANGE The Original Contract Sum was.............................. $ Net Change by previous Work Supplements ...................... $ The Contract Sum prior to this Work Supplement was ............ The Contract Sum will be increased/decreased by this Work Supplement..... The New Contract Sum indicating this Work Supplement will be... $ The Contract Time will be changed by ( )Days The Date of Substantial Completion. including this Work Supplement: The Date of Final Completion including this Work Supplement: CONTRACT NO.:WUD 19-040 APPENDIX A-43 Rev 4-28-19 Execution of this Work Supplement acknowledges final settlement of, and releases, all claims for costs and time associated, directly or indirectly, with the above stated modification(s), including all claims for cumulative delays or disruptions resulting from, caused by, or incident to such modification(s), and including any claim that the above stated modification(s) constitutes, in whole or part, a cardinal change to the contract. Palm Beach County Palm Beach County ENGINEER CONTRACTOR OWNER 8100 Forest Hill Blvd. 8100 Forest Hill Blvd. W. Palm Beach, FL 33413 West Palm Beach, FL 33413 Address Address Address BY BY BY DATE DATE DATE STATE OF FLORIDA COUNTY OF The foregoing instrument was acknowledged before me this day of by as for (Signature of Notary Public- State of Florida) (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known_OR Produced Identification Type of Identification Produced i CONTRACT NO.:WUD 19-040 APPENDIX A-44 Rev 4-28-19 CHARGE AUTHORIZATION PROJECT: 2019 Pipeline Continuing Construction Contract WUD PROJECT NO.WUD 19-040 DISTRICT NUMBERS: CHARGE AUTHORIZATION NO.: TO (Contractor): DOCUMENT NO. CONTRACT DATE: NOTICE TO PROCEED: BUDGET LINE ITEM: You are directed to perform the following work and make the following charges to the applicable allowance accounts: 1. Total: NOT VALID UNTIL SIGNED BY BOTH OWNER AND ENGINEER. SIGNATURE OF THE CONTRACTOR INDICATES HIS AGREEMENT HEREWITH INCLUDING ANY ADJUSTMENT IN THE CONTRACT SUM OR CONTRACT TIME,AND NO ADDITIONAL COST OR TIME INDICATED HEREIN WILL BE RELATED TO THIS CHARGE. Total of Original Contract Allowances............................................................................... $ Contract Allowances previously granted.—............................... ........................ .............. ranted........................................................................... $ The Allowance Balance prior to this Charge Authorization was ........................................ $ Amount Allowance Accounts will be increased/decreased by this Charge Authorization The Allowance Balance after this Charge Authorization will be......................................... Execution of this Charge Authorization acknowledges final settlement of, and releases, all claims for costs and time associated, directly or indirectly,with the above stated modification(s), including all claims for cumulative delays or disruptions resulting from, caused by, or incident to such modification(s), and including any claim that the above stated modification(s) constitutes, in whole or part, a cardinal change to the contract. Palm Beach County Palm Beach County ENGINEER CONTRACTOR OWNER 8100 Forest Hill Blvd. 8100 Forest Hill Blvd. W Palm Beach, FL 33413 West Palm Beach FL 33413 Address Address Address BY BY BY DATE DATE DATE CONTRACT NO.:WUD 19-040 APPENDIX A-45 Rev 4-28-19 CERTIFICATE OF SUBSTANTIAL COMPLETION FOR THE 2019 Pipeline Continuing Construction Contract Project Number: WUD 19-040 WORK AUTHORIZATION NUMBER: CONTRACTOR: CONTRACT DATE: 20_ This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: TO: AND (County) TO: (Contractor) The Work to which this Certificate applies has been inspected by authorized representatives of the ENGINEER, along with the CONTRACTOR and that Work is hereby declared to be Substantially Complete in accordance with the Contract Documents on: (Date of Substantial Completion) A tentative list of items to be completed or corrected is attached hereto.This list may not be all-inclusive, and failure to include an item in the list does not alter the responsibility of the CONTRACTOR to complete all the Work in a good and workmanlike manner in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by the CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between the County and the CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: County: CONTRACTOR: The following documents are attached to and made a part of this Certificate: This Certificate does not constitute an acceptance of any Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR'S obligation to complete the Work in a good and workmanlike manner in accordance with the Contract Documents. Recommended by the ENGINEER: By: Date Professional Engineer Print Name CONTRACT NO.:WUD 19-040 APPENDIX A-46 Rev 4-28-19 CONTRACTOR hereby accepts this Certificate of Substantial Completion: By: (Signature) (Printed Name) Date: (Title) County acknowledges receipt of this Certificate of Substantial Completion: By: (Signature) (Printed Name) Director of Engineering Division Date: (Title) CONTRACT NO.:WUD 19-040 APPENDIX A-47 Rev 4-28-19 CONTRACTOR'S CERTIFICATION OF FINAL COMPLETION TO: PROJECT NAME: 2019 PipelineContinuinq Construction Contract WUD PROJECT#WUD 19-040 JOB NO. CONTRACT NO. ATTN: COUNTY: ENGINEER FROM: (Firm or Corporation) This is to certify that f, am an authorized official of working in the capacity of and have been properly authorized by said firm or corporation to sign the following statements pertaining to the subject Contract: 1 know of my own personal knowledge, and do hereby certify, that the work of the Contract described above has been performed, and materials used and installed in every particular, in accordance with, and in conformity to, the Contract Documents and approved changes thereto. The contract work is now complete in all parts and requirements, and ready for your final inspection. I understand that neither the determination by the Engineer that the work is complete, nor the acceptance thereof by the County, shall operate as a bar to claim against the Contractor under the terms of the guarantee provisions of the Contract Documents. Date of Final Completion: BY TITLE r (Printed Name) FOR Recommended by the ENGINEER: By. Date: Professional Engineer (Printed Name) County acknowledges receipt of this Certificate of Final Completion: By: Date: Director of Engineering Division (Printed Name) CONTRACT NO.:WUD 19-040 APPENDIX A-48 Rev 4-28-19 STATEMENT OF UNRESOLVED CLAIMS FOR PROJECT NUMBER WUD 19-040 WORK AUTHORIZATION NUMBER: RESOLUTION NO. R- PAYMENT APPLICATION NUMBER Contractor shall list, in detail, on this page and any required additional pages all outstanding, unresolved claims which Contractor has on this project. GONTRACT NO.:WUD 19-040 APPENDIX A-49 Rev 4-28-19 CONSENT OF SURETY FOR FINAL PAYMENT PROJECT NAME: 2019 Pipeline Continuing Construction Contract PROJECT LOCATION: System-Wide PROJECT NO.:—.: WUD 19-040 RESOLUTION NO.: R- CONTRACT DATE: WORK AUTHORIZATION NUMBER: CONTRACT TYPE: CONTRACT AMOUNT: ENGINEER'S PROJECT NO.: ENGINEER: In accordance with the provisions of the above named Contract between the County and the Contractor, the following named Surety: on the PUBLIC CONSTRUCTION BOND of the following named Contractor hereby approves of final payment by County to the Contractor, and further agrees that said final payment to the Contractor shall not relieve the Surety Company named herein of any of its obligations to the following named County, as set forth in said Surety Company's bond: IN WITNESS WHEREOF,the Surety Company has hereunto set its hand and seal this day of , 20_ (Attest) (Name of Surety Company) (Printed Name) (Affix corporate seal) (Signature of Authorized Representative) (Printed Name) TITLE: CONTRACT NO.:WUD 19-040 APPENDIX A-50 Rev 4-28-19 FINAL WARRANTY OF TITLE STATE OF FLORIDA } COUNTY OF PROJECT NUMBER: WUD 19-040 WORK AUTHORIZATION NUMBER: Before me, the undersigned authority, personally appeared who was duly sworn and says: 1. Affiant is the of a (hereinafter called the"Contractor"). 2. Contractor entered into a Contract dated the day of , 20_, (hereinafter called the "Contract") with the PALM BEACH COUNTY, a political subdivision of the State of Florida (hereinafter called the"County"), being Contract No. WUD 19-040 for the construction of certain improvements and the performance of certain Work more particularly described in the Contract Documents (such construction and performance being hereinafter collectively referred to as the "Work"), on property owned and or controlled by the County, located in System-Wide. 3. Contractor has fully completed the Work and all individuals, firms, and corporations furnishing materials, labor, equipment, tools, supplies, manufactured articles and services incident to the completion of the Work, and all payrolls, bills for materials,equipment,tools,supplies, manufactured articles, and all other indebtedness connected with the Work, have been paid in full, except for the following: None, unless set forth below: Amount Due or to Become Name Address Due and Unpaid (Attach additional sheets, if more space is needed) 4. Receipt by Contractor of the Final Payment from County in the amount of $ shall constitute a full release and discharge by Contractor to said County of all claims and liens of the Contractor against said County arising out of, connected with, or resulting from performance of the Contract or the Work. CONTRACT NO.:WUD 19-040 APPENDIX A-51 Rev 4-28-19 5. The undersigned further certifies that all non-exempt taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. 6. Contractor agrees to forever indemnify, defend, and hold said County harmless from and against all costs and expenses, including reasonable attorney's fees, including fees on appeal, resulting from individuals, firms, or corporations who claim to have not been paid for material, labor, equipment, tools, supplies, manufactured articles or services furnished incident to the Work. 7. This Affidavit is made for the purpose of inducing Final Payment from the County to the Contractor under the Contract in compliance with the Contract Documents. 8. Affiant has full authority to execute this Affidavit and to execute a full and final release of all claims and liens on behalf of the Contractor. Signed and Sealed in the presence of.- (Contractor) f:(Contractor) (CORPORATE SEAL) (Signature)) (Printed Name) (Title) (Witness) (Printed Name) (Witness) (Printed Name) Sworn to (or affirmed) and subscribed before me on the_day of 20 by who is personally known to me or has presented (type of identification)as identification. Notary Public Signature and Seal Print Notary Name and Commission Number Personally known or Produced Identification Type of Identification Produced CONTRACT NO.:WUD 19-040 APPENDIX A-52 Rev 4-28-19 PALM BEACH COUNTY WATER UTILITIES DEPARTMENT WORK DIRECTIVE To: Contractors Name Address Project Name: 2019 Pipeline Continuing Construction Contract Project No.: WUD 19-040 Resolution No. R- Work Directive No.: WORK AUTHORIZATION NUMBER: Work Directive No.: In accordance with your proposal dated you are authorized to perform the following scope of work Time and materials as specified in the Contract Documents Lump Sum Price of Note: This Work Directive will be incorporated into a Work Supplement that will be submitted to the Contract Review Committee, Board of County Commissioners or Palm Beach County Water Utilities Director for approval. Authorized by: (Printed Name) Title Signature Date CONTRACT NO.:WUD 19-040 APPENDIX A-53 Rev 4-28-19 This page is intentionally left blank CONTRACT NO.:WUD 19-040 APPENDIX A-54 Rev 4-28-19 Appendix B POST BID INFORMATION 2019 Pipeline Continuing Construction Contract PROJECT NO.: WUD 19-040 1. POST BID INFORMATION REQUIREMENTS If required by the County, this form must be completed and returned to the County within two (2) working days of the request by the low Bidder. Each Bidder is responsible for checking the Bid results to determine if they are the low Bidder. Failure to return this form within two (2) working days may result in rejection of the Bid by the County. Award will be made to the lowest, responsive, responsible Bidder. To be considered responsive, the Bid must conform in all respects to the conditions of the Invitation to Bid, to the Instructions to Bidders, Palm Beach County Code Sections 2-51 through 2-54, as amended and to Florida law. To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within two (2)days of the County's request, The Post Bid Information as may be called for herein. Each Bidder must, upon request, provide evidence that, as of the date of Primary Bid Document submission, Bidder, and the listed subcontractors,were qualified to do business in the State of Florida and Palm Beach County. 1. Contractor's Legal Name and Address: Name: S Address:LZj A 4J16,rykDr. City: ir-r+k State t-t- Zip Cade: 334GZ 2. Check One: Corporation: ✓ Partnership: LLC Individual: Joint Venture: 3. If a Corporation or LLC, state: Date of Incorporation or Organization : State in which Incorporated or Organized: T-Lar_zew. 4. if an out-of-state corporation or LLC which is cZAt—,Y, authorized to do business in the State of Florida, give the date of such authorization: 5. Names and Titles of Principal Officers or Managing Members (LLC) Date Elected`. LI t � � 1 r ►9�Z ►e.e PROJECT NO.:WUD 19-040 APPENDIX 8-1 Rev 7-11-17 II r15IZo,o 6. if a Partnership,state: Vt/A Date of Partnership: Type of Partnership(General or Limited): Names and Addresses of Partners: 7. If Joint Venture,state: �1 Date of Joint VentureshV. Names and Addresses of Joint Venturers: a. If Soie Proprietorship,state- Name and Address of Sole Proprietor: 9. List corporate names or business names under which each of the principals in the present corporation have done business for the last ten(10)years: 10. List all subsidiaries or holding companies: w/A PROJECT NO.:WUD 19-M APPENDIX B-2 Rev 7-11-1i {E} Status of Case: N JA (F) Provide an explanation of each claim by and against each party (Attach additional sheets as necessary. WA 14. Have you or any principal ofyour pany ever declared bankruptcy? No Yes If yes, provide dates and particulars: Date Reason �JlA 15. Have you ever failed to complete work awarded to you? if so, Where and Why? o 16. List some major subcontractors and suppliers from your completed or ongoing projects: c..�J�PP����5� i1,e+c�r �at�.nly-�s �- ��-� 4-ys.�s.�.� i-�r�i�;v►.t V�-ite},./ s�� ����5. Tw tt .,,. lus PROJECT NO.:WUD 19-040 APPENDIX 8-4 Rev 7-11-'17 11. Contractor`s License:(it,0y3ops? Primary Classification 0c, State License No.: (—QCeQq30A-7 Supplemental classifications held,if any: Name of Licensee,if different from(1)above: (Jr-- CLdk C. brge✓ 004 12 What is the maximum bonding capacity of your company? (A) Capacity(Dollar Amount): ��jC,xX3<<t)n� (B) Include the company name, phone number,address and name of the Florida Resident Agent of your current bonding company:/ 61 t a5� ��of-6-11bT t ri ke(l _u Ir. STE 1100, Kiuit-i a, 33i?1 0c,u�e4-f- - x-111 13. Has your organization or any member been involved in any litigation or arbitration within the last ten (10) years as a result of construction contracts, including but not limited to liens; defective performance or workmanship? If es, provide the following- information for each case (attach additional sheets as necessary): 3e (A) Style or caption of litigation or arbitration: �N- (B) All parties to such proceedings: (C) Names,Addresses,and Telephone Numbers of Attorneys for each party: (D) Date Litigation Started: PROJECT NO.:WUD 19-044 APPENDIX B-3 Rev 7-11-17 17. State the construction experience of your firm's principal members including, but not limited to, type, size and completion of projects, including project status (attach additional sheets as necessary): See, O�`1±6cL�Ae 18. State the construction experience of your organization including, but not limited to, type, size and completion of projects, including project status(attach additional sheets as necessary): 19. State the construction experience of the Superintendent to be assigned to this project including, but not limited to, type, size and completion of projects, including project status (attach additional sheets as necessary): l5i 16i crs)&—k WW.i—k , ({iQntractors a (Sig re) (-Title) L6 tot (Printed Name) (Date END OF SECTION PROJECT NO.:WUD f9-040 APPENDIX 6-5 Rev 7-11-17 This page is intentionally left blank PROJECT NO.:WUD 19-040 APPENDIX B-6 Rev 7-11-17 ioJ JOHNSON-DAVIS INC. "Construct with Confidence" EXECUTIVE SUMMARY Johnson-Davis Inc. is a full-service underground utility contractor specializing in projects such as water, sewer, and storm drainage systems, as well as highway and road construction usually associated with the utility construction. Our work expertise also includes installation of steel sheeting and dewatering systems. There is no other company in the south and central Florida region that can boast our experience and proficiency in this area. We are able to maintain long-term relationships with prime contractors, governmental agencies, consulting engineers, customers, and suppliers because we are dependable and strive to deliver superior customer service. Johnson-Davis believes that maintaining our credibility acrd integrity within the industry is our main concern. Johnson-Davis was founded in 1977 when Herb Johnson envisioned the need in Florida for a reputable specialty contractor. Herb and his sons, Scott and Chris, worked only in Palm Beach County, were based in Herb's garage, and had only three leased pieces of heavy equipment to their name. Based in Palm Beach County for more than 40 years, Johnson-Davis has worked continuously and successfully with County Governments and Utility Authorities. More than 40 years Fater, the Johnson-Davis name is now synonymous with quality work as well as tremendous experience, resources, and knowledge. The company has since transitioned to Scott and Chris Johnson. The corporate headquarters is in Lantana and covers more than four acres of land, and we have a small office in Fort Pierce. Our project teams are located in these two offices. Johnson- Davis has more than 15 crews and owns the equipment that supports these crews. Johnson-Davis is privately-held, owned by Scott Johnson, Chris Johnson, and Jeanne (Johnson) Cummings. Scott Johnson, President, and Bob Hopler, Vice President, both.earned their Bachelor of Science degrees in Civil Engineering from Bucknell University in 1976. As engineers, they enjoy projects that are technically challenging. They are both involved in projects at the executive level. Our Construction Manager, Robert Ueltschi, has 39 years of construction experience. He earned his Bachelor of Science in Civil Engineering Technology from Western Kentucky University. His extensive experience and knowledge support the Superintendents and Project Managers, and ensures crews are optimally scheduled and properly performing their duties, all while ensuring the highest levels of quality, safety, and customer satisfaction. �wo� r9 C� eau c�r� atuc�u=>e • CUC043087 • "�j ec�ex�xcu.Tzc�`�� ei ®�+�y`�y Main Office:604 Hillbrath Drive-Lantana,FL 33462•Phone:561-588-1970 •FAX 561-585-5252 '�9j 311 Ft.Pierce Office:863 S. Kings Hwy-Ft.Pierce,FL 34945•Phone:772-468-9200•FAX 772-468-9202 ��� JOHNSON-DAVIS INC. "Construct with Confidence" Our Superintendents oversee multiple crews and have been involved in utility construction for a combined total of 182 years. Having worked with the local utility authorities for many years, they are aware of the daily challenges faced by the crews. Senior Superintendent Leonard Dennis and Superintendents Joe Bagford, Robert Earnest, Thomas Linsley, Edric Martin, and Norm Weaver ensure their crews have the resources necessary to maintain their schedules. They are also tasked with ensuring the quality of the work meets or exceeds expectations. Our Project Managers hold an impressive 137 years of experience amongst them. They act as the main interlace between the customer and Johnson-Davis. Matt Crist, Rich Heller, Doug 1polito, Edwin Jacobs, Robson Lima, and Dennis Wheelin have the primary responsibility to ensure projects are completed on time and within the budget. Andy Thomson, Safety Director, has 33 years of safety and operations and previously served as a Health and Safety Director and Operations Manager. He holds many certifications including OSHA.500 authorized and 10 &30 hours construction safety trainer under OSHA. His knowledge and experience help Johnson-Davis Inc. maintain a safety culture that makes safety the responsibility of every employee, Ilene Passer, Human Resources Director, has worked in construction for 20 years, and the majority of her experience is with federal and municipal contractors. She holds her Master of Business Administration from Wake Forest University and SHRM-Senior Certified Professional and Senior Professional in Human Resources certifications. Our Estimating Team's focus on customer service and detail helps limit the need for change orders by addressing potential issues during the bidding process. Secretary/Treasurer Chris Johnson, Jim Amsler, Clark Cryer, Donatella Derival, and Walter Pfaffenberger have over 79 years of experience, and Scott Johnson is also actively involved in the Estimating process. We enjoy an excellent relationship with our bonding company, Liberty Mutual Insurance Co., with a single project capacity of$35,000,000 and an aggregate capacity in excess of$80,000,000. Our financial strength, technical expertise, and history of success in working with the FDOT have earned us a capacity rating in excess of$80,000,000 for underground utility work. We have also been listed in Engineer New Record's Top 600 Specialty Contractors nationwide for many years. It is clear that Johnson-Davis has both the experience and the key personnel necessary to successfully perform underground utility projects of all sizes and difficulty. ���' �� frrxnzf�xucfiry�a . CUG043087 Main 06ice:604 Hilibrath Drive-Lantana,FL 33462•Phone:561-588-1170 •FAX 561-585-5252 a Ft.Pierce Office:863 S.Kings Hwy-FL Pierce,F!_34945•Phone:772-468-5200•FAX 772-468-5202 ��� ila SCOTT J. JOHNSON JOHNSON-DAVIS INC. EDUCATION: BS — Civil Engineering Bucknell University, Lewisburg, PA EXPERIENCE: 1992—Present Johnson-Davis Inc., Lantana, FL President Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. 1981 - 1992 Johnson-Davis Inc., Lantana, FL Project Manager/Estimator 1977- 1981 Johnson-Davis Inc., Lantana, FL Pipe Foreman 1976- 1977 Palm Beach Utilities, Palm Beach Gardens, FL Utility Inspector/Land Surveyor RELATED ACCOMPLISHMENTS: National Utility Contractors Association of Florida (member and two-time Past President) Associated General Contractors (member and Past President, Florida East Coast Chapter) Underground Contractors Association of South Florida (member and three-time Past President) Certified Underground Utility and Excavation Contractor State of Florida — License #CUC043087 JAP ROBERT A. HOPLER JOHNSON-DAVIS INC. EDUCATION: BS —Civil Engineering Bucknell University, Lewisburg, PA MBA Rutgers University, Newark, NJ EXPERIENCE: 2006—Present Johnson-Davis Inc., Lantana, FL Vie President Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. 2004—2006 Nordic Contracting Co., Inc., NJ Controller 1983—2004 Stroud-Hopler, Inc., NJ President and sole stockholder Heavy/highway construction company Private and Public sectors 1980 -1983 Stroud-Hopler, Inc., NJ Project Manager—Site Supervisor 1978 -1980 Nichols Engineering and Research, NJ Project Engineer RELATED ACCOMPLISHMENTS: NJ Licensed Professional Engineer f s' J)( CHRISTOPHER JOHNSON JOHNSON-DAVIS INC. EDUCATION: BBA Stetson University, Deland, FL CPR Certified EXPERIENCE: 2008— Present Johnson-Davis Inc., Lantana, FL Secretary/Treasurer/Estimator Underground utility construction contractor specializing in water, severer, storm drainage systems, as well as highway and road construction. 1992—2008 Johnson-Davis Inc., Lantana, FL Secretary/Treasurer/Operations Manager Oversee field operations of 150 field personnel in seven southeast Florida counties. Scheduling 16 crews, coordinate the maintenance and transportation departments, monitor the overall effectiveness of the field operation. 1983 -1992 Johnson-Davis Inc., Lantana, FL General Superintendent Scheduling all field crews. Responsible for between 3 and 12 crews in the construction of municipal and private infrastructure improvements. 1981 - 1983 Johnson-Davis Inc., Lantana, FL Foreman Field supervisor responsible for 4 to 5 person crew installing water main, water services, and conflict crossings. I I JOHNSON-DAMS INC. �,rfircf tl 604 MLLBRATH DRIVE LANTANA,FL 33462-1694 PHONE.50-588-1170 FAX.561-585-5251 CU-C#43987 Palm Beach County Water Utilities Department 2019 Pipeline Continuing Construction Contract(WUD 19-040); The following pages cover 625 projects/contracts Johnson-Davis,Inc.JDI is working on or has completed over the past 3 years.We have been in business for over 42 years and have never been assed liquidated damages.We have demonstrated our ability and capacity on previous versions of this same contract over the past 9 years.Addltionally,we have never failed to complete a project or contract awarded. This extensive history is demonstration of our capacity to complete the 2019 Pipeline Continuing Construction Contract for the Patin Beach County Water Utilities Department If awarded,any additional information necessary will be provided. Thank you for your consideration. lyA1F�le l'4 _ f(G/'tiJLJy_�G!r.�tCJ�- Gl�L �-tL�£�tf•1fL lGtffLt Main office:604 Hillbrath Drive-Lantana,FL 33462•Phone:561-588-1170-Fax:561-505-5252 -- Ft.Pierce Office:863 S.Kings Hwy-Ft.Pierce,FL 34945-Phone:772-468-9200•Fax:772-468-9202 ��"" Work In Progress Report All Contracts Through Month:05119 Est Contract ic_) Contract Description Completion 71529 1529 CD01 PB Kennel Club $ 71529 1529 CD01 Gardenette $ 01;045. 1-0 45, Ma 9 te(7et�a " te(Ling $ 66,688.77 01.069. 1'089. fi�Pi~FUsiWGupbo'Limbo $ 7,425.00 01094._ 1834. Fk rli(ufa dtigo,Rd-TJewatefIhg Sock $-_ 8,740.00 01115_ 11-15. FPL Cathodic Repair $ 10,055.00 01=159. 1.152: S-9-TP 1e+ivptering:Sock $ 63,000.00 01 161; 1161; McArthur Farms Dewatering 3 '14,45520 01177. 1177. Sonoma Isles Sheeting $ 136,240.00 01178. 1178. SR 76 Retaining Wall Dewatering/Sheeting $ 256,700.00 01234. 1234. SR 70 Sock 5 25,678.80 01311. 13'11. SR 76 Sock $ 49,167.80 01358. 1358. Westlake POD©Dewatering Sock $ 12,652.50 01359. 1359. Villa Terra Dewatering Service 5 6,777.50 01369, 1369. Preston Sq.Dewatering Sock $ 25,880.00 01373. 1373. Cypress Creek/1-95 Bore Pits $ 70,290.00 01382. 1382_ Royal Palm Polo Dewatering Sock $ 15,746.00 01393. 1393. Alton Parcel G Dewatering $ 10,541,60 01400. 1400, 2014 Misc Jobs $ _ 01403. 1403. SW 12th Dewatering Sock $ 4,834.00 01424. 1424, 1-95 Express Lanes Dewatering $ 5,835-00 01431, 1431. Canopy Creek Sock Installation $ 10,618.50 01433. 1433. Village Royale Dewatering $ 19,700.00 01434, 1434. Royal Estates of Cooper City Dewatering S 8,696.00 01448. 1448. Alton Rd.Dewatering Sock $ 10,552.00 01482. 1482, Atlantic Crossing Ph.1 $ 946,470.00 01500, 1500, 2015 Misc.Jobs $ 96,357.68 01510, 1510 Hard Rack Cafe Sock $ 27,692.16 01537 1537. St.Lucie Airport Entrance Road $ 101,000.00 10975. 0975. Jupiter Utility Repair $ 522,230.64 101477. 0977. TOPB A-7 Pinewalk Forcemaln $ 471,027.08 11019. 1019. Park Trail Acres $ 659,401.03 11031. 1031. Tamarind Ave.Watermain S 2,563,538.15 11043 1043. Nottingham/Murray Rd.Transite Water Main Replacement $ 584,816.52 '11066. 1066. WPB Wetland Hydration $ 449,957.00 11068. 1068. Fairway Dr. $ 113,330.23 11086. 1086. Regional FM ARV MH Replacement 5 511.930.30 11091. 1091- Ramblewood Park $ 233,108.00 11093. 1093. Woodfield Country Club Sanitary MH Replacement $ '100,000.00 11095. 1095. CR Al from Jupiter Beach Rd.to US HWY 1 5 3,269,575.88 11108. '1108. 69170 Curlew Road S 8,139.00 11125. 1125 Pinnacle Village $ 18,510.00 11126. 1126. Town of Davie Emergency Interconnect-PO#084769 $ 379,401.67 11127. 1127. Southern Blvd.Weir Rehabilitation $ 79,524.45 11128. 1128. Dover-Lowson Culvert Lining $ 171,767.00 11136. 1136. Town of Palm Beach Forcemain Rehab $2,964,904.18 11141. 1141. Town of Lantana ICW FM Crossing $ 455,412.01 11167. 1167. 33rd Ave $ 38,200.00 11174. 1174. 1st St.,Greenacres Phase 1 Drainage $ 423,660.00 11193_ 1193. Duckbill Flex Valves $ 41,300.00 11218. 1218. Waterview Tower $ 232,024.61 11219. 1219. Pine Gardens South Drainage Improv(S1505) $ 328;561.70 11228. 1228. Ocean Av.Drainage Improvement $ 196.603.89 11231. 1231. North End Drainage Improvements $ 1,945,432.99 11237. 1237. Plaza Del Mar FH $ 3,950.00 11246. 1246. SW 9th Emergency Repair $ 12,000.00 11267. 1267. Original Section Drainage Improvements Ph.2 S 212,340.00 11271. 1271. 1000 S.Ocean $ 5,484.00 11290. 1290. 1230 Seaway Dr. $ 52,200.00 11296. 1296. Emergency Culvert Replacement 33rd Ave. S 98,131.00 11299. 1299. Palm Beach Villas Sidewalk Improvements $ 138,120.22 11302. 1302. TOPB Vertical Drains $ 101,900.00 11315. 1315. Wellington-40th St.WM Rept- $ 295,849.37 11328. 1328. North-South Rd. $2,006,966.25 11329. 1329. Riviera Beach Sampling Stations $ 49,170.32 11330. 1330. Lawrence Rd.L-17 Utility Relocate $ 218.536.78 11339. 1339. SR 809 WM Offset $ 24,089.63 11352. 1352. Ocean Inlet Drive $ 74,999.00 11353, 1363. Ocean Outfall Abandonment $ 499,31200 11366. 1366. Carandis Rd./Mango Circle $ 158,495.19 11388. 1388. 2017 Vertical Drains $ 99,311.66 11402. 1402 Ave.F 6th SL to US 1 $ 186,327.37 11406. 1406. SR 60 WM Replacement S 1,186,522.97 11408. 1408, Boulevards Drainage Repairs $ 320,061.00 11409. 1409. 27th Ave Headwall Outfall Replacement $ 128,550.00 11422. 1422. Military Trail WS Repair $ 24,878.00 11423. 1423. S.57th Ave.Drainage Ph.1 $ 121,443.00 11425. 1425. 7th St.&Ave.H $ 18,000.00 11429. 1429. Barbridge $ 117,536.42 11432. 1432. Margate Aerial Utility Crossing $ 539,777.35 11435. 1435. Nowate Road Sanitary Sewer S 39,300.00 11443. 1443. Avalon Ave $ 186,612.11 11467. 1467. North 13th!Ave Q $ 70,990.00 11502. 1502. Carandfs Road/Mango Circle $ 110,378.11 11504. 1504. Lake Osboume Estates 8 99,578.70 11515. 1515. Mayflower Canal Revetment $3,030,625.46 11518. 1518. Odg.Sect.4 Drainage Improvements $ 200,730.00 11533. 1533. Riviera FH Relocation $ 31,000.00 11538. 1538. US 1 Watermain Repair $ 38,000.00 1154& 1540. El Cid Water Service Remute $ 100,000.00 11550. 1550. Sara Sims Park Drainage $ 58,120.00 '1156'. '1561 21200 School Flashers WM Reloc $ 43,851.00 11562. 1562. Maplewood Drainage Improvements $ 245,011.4 III 565. 1565. Indiantown Rd.Valve Replacement $ 76,000.00 11576 1576. Lake Ida FM ARV Replacement S 179.300.50 '11578. 1578. City of Stuart Grinder Station S 2174,741.00 11582. 1582. Edwards Road Culvert Rehabilitation 5 466,910.00 11586. 1586, New Palm Wy.&Lake St.Storn�,v $ 198,790.00 11599. 1599 Seminole Drive Utility Relocat $ 254.072.00 11007 1607. Fraser Park Drainage $ 75,585.66 11610. 1610, 66 Lake Dr.FH Installation $ 16,580.00 11612. 1612, Central Blvd-Valve Replacement $ 450,000.00 21020. 1020. Misc.Drainage Repairs-St.Lucie Co. $ 11,502.90 21030. 1030 Kirk Rd.Bridge Repl/L9 $ 600,616.68 21055. 1055. Port of Palm Beach Cut In Valves $ 21,221,61 21075, 1075. Grandirlora/Central Blvd. $ 217,826.25 21077. 1077, Seminole Blvd./Oscaota Dr.Bridge $ 454,381.00 21080- 1080, St.Lucie West Basin 2C/3B Ctrl.Struci-Proj,-PO W&S 470598 $ 186,000.00 21081. 1081, Shady Lakes Repair S 28,725.00 21 131 1131. John Prince Park Sanitary Sewer Improvements $ 232,000.00 21138. 1138. S-24 Culvert Replacemem $ 216,848.85 21155. 1155. Beachland Elementary School Grading&Drainage Improvement` $ 100,391.73 21158, 1158, 45th St.Canal Enclosure $ 153,966,54 21168. 1168. Beeline CDD Fire Protection System Improvements $ 401,442.17 21186. 1186. Culvert Rehabilitation-Steeple Chase S 65,800.00 21215. 1215. St.Lucie West Canal 4E-5 S 570,239.00 21220. 1220. 8001 Indian River Dr. $ 643,566.31 21263. 1263. Orange Ave.@ Canal 4 t 1 $1,178,601.17 21270. 1270 Mandarin Blvd.Q Canci C $ '176,000.00 21273. 1273. N.Lennard Rd-Pond 1 $ 18,750.00 21292. 1292. Turtle Creek PH.1 $ 484,705.34 21293 1293. Hibiscus Ave.Gravity Sewer System $ '160,270.00 21342. 1342. Port of Palm Beach Line Stop $ 1,992.06 21375. 1375 Turtle Creek 15"Drainage S -12,782.23 21387 1387. Kirk Road Over L-5 Cana! $ 857,647.34 21401. 1401. Shawano Culvert Replacement S 683,315.75 21415. 1415. Brock Smith Rd. $ 55,796.92 21428. 1428. Palm City Gardens $ 6'15,138.89 21464. 1464. Congress Ave.North of Okeechobee Btvd. $ 715,777.94 21465. 1465. U31 Ballenisles West Island Av $ 21,000.00 21471. 1471 Culvert Replacement-74th,Ave. $ 168,441.54 21501. 150'1. Gifford Area Stormwater Project $ 215,935.32 21506, 1506, Beeline Comm.Dev-Fire Protect-Ph- $ 449,046.00 21507. 1507. US 1 ARV&24"FM Replacement $ 238,658.00 21517. 1517, McCarty Road Culvert Replacement $ 53,338.59 21521. 1521. Gordy Road Bridge Emergency Repair $ 31,400,00 21545. 1545. Culvert Repair CR15C-NE 304th St. $ 930,000.00 21549. 1549. NW 190th Road $ 184,955.00 21555. 1555. NE 48th Ave.Culvert Replacement S 128,772.00 21557. 1557. 45th St.Beautification Ph.11 $2,247,350.00 21559. 1559. Alt.A-1-A 16"FM Ext. S 1,384,000.00 21563. 1563. Structure 29-2 Replacement $ 326,982.00 21570. 1570. N-29A Canal Connector $1,145,900.00 30929. 0929. Kissimmee Ph.2-3 $ 504,106.18 30985. 0985. TOPB Ejector Station Upgrades S 300,491.29 31002. 1002. Econlockhatchee Trail $ 765,904,00 31034. 1034. OR 708 $ 415,060.00 31035. 1035. Mt.Dora Streetscape $ 795,481.40 31056. 1056. FAU Parking Lot 7 $ 177,173.65 31059. 1059. SW Femwood Forest $ 42,420.00 31085. 1085. 10th Ave.North&Military Tr. $ 76,510.00 31111. 1111. 23rd Street Force Main $1,793,930.14 31121. 1121. Mt.Dora Streetscape Ph.3-BCl 91418 $ 578,168.74 31134. 1134. Christensen Road $ 15,000.00 31135. 1135, North Ocean Blvd Seawall Replacement $ 184,006.00 31142. 1142. Military Trail/Bums Road $ 123,230.37 31144. 1144. Audubon Causeway $ 69,283.43 31145. 1145. Atlantic Blvd 1 Andrews Ave $ 20,400.00 31154. 1154. Lantana Airport LN 15-4-CAC 6911 $ 141,822.38 31156. 1156. TOPB Pump Stations D-4,D-10,€-6 $ 592,495.00 31164. 1164. PBIA Taxiway D&E RehabilitationtReconstruction $ 556,426.69 31172. 1172. Roadway Improvements on NE 3rd Ave S 274,292.77 31177. 1177. Palm Aire Sewer Repair $ 17,179.95 31182. 1182. Town Hall Square-Palm Beach $ 275,130.26 31187. 1187. SW 11th SL Culvert Replacement $ 37,350.00 31197. 1197. Crestwood Blvd $ t11,900.00 31199. 1199. Boca Airport Runway 5 S 73,8B0.00 31201. 1201. City of Sunrise P.S.2 Outfall $ 37,300.00 31206. 1206. Hiatus Road S 592,250.00 31213. -1213. Boynton Water Plant S 19,186.80 31214. 1214. Beaumont Ave. $ 601,584.15 31225. 1225. Coconut Creek Seminole Casino Repair $ 19,204.62 31227_ 1227. PBIA Taxiway W $1,045,613.88 31232. 1232. Saddle Trail Park South $1,520,566.84 31242. 1242. East Main Pl. $ 215,507.16 31244. 1244. Vero Airport Access Road Improvements $ 452,929.15 31245. 1245- Vero Airport Phase 3 $ 340,405.00 31248. 1248. NW 71st St.Sewer Repair S 23 437.30 31252. 1252. C-17 30"Crossing $ 165,274.00 31257. 1257. Varada Ditch Phase 4 Repairs $ 664,996.75 31258. 1258. Fairlane Farms Road&Stribling Way $ 41,300.00 31266. 1266. Goffview Infrastructure PBG S 1,246,223.55 31268. 1268. "B"Road $ 330,644.00 31278. 1278. Pierson Road Realignment S 61,655.00 31288. '1288. Toho Square S 1,175,957.99 31289. 1289. East-West Streetscape City of Hollywood Ph. S 260,790.54 31300. 1300. Lyons Road,Hillsboro Canal to $ 182,964.99 31308. 1308. Toney Penna Drive $ 449,107.00 3'131_2. 1312. NPBCID 16 Distribution Way $ 881,703.00 31323. 1323, 18th St to 22nd St Drainage tm $ 251,695.00 31326. 1326. American Heritage Off-Sit e Ale $ 103,125.00 31338. 1338. Osprey Point Golf Course S 136,670.00 31340. 1340. Australian Ave $ 52,875.00 31351. 1351. PBIA Runway IOR-28L Rehabllita $ 62,800.00 31353. 1353. Ocean Outfall Abandonment $ - 31356. 1356. PB 16-4 Taxiway A Rehabilitatl $ 166,100.00 31361- 1361. Pompano Airpark Extension of T $ 191,075.00 31364. 1364. Wallis Road Pathways S 303,788.21 31367. 1367. S.City Beach Park S 16,700.00 31371. 1371 PC-15 Culvert Replacement S 115,000.00 31372. 1372 Lake Harvey $ 129,666.00 31376. 1376. Bradley Park Improvements $ 9,930.04 31378. 1378, Northrup Grumman 3 423,782.67 31380. 1380. South Share Blvd NB Tum Lane $ 57,760.00 31386_ 1386 Lakeshore Blvd./Brinson Park $1,864,566.49 31389. 1389, Okeeheelee Park So.Boat Ramp $ 169,821.00 31390. 1390 Park Ave Pavement Repair S 28,613.00 31391. 1391. TOPB Undergrounding-Ph.1 South S 683,488.38 31398. 1398- Lake Trail Drainage lmprovemen S 2,899.10 31411, 1411. Flavor Pict Road $ 84.'128.75 31414. 1414. 5th Ave South Bikeways&Ped T $ 79,506.78 31436, 1436. North J,K,M Streets $ 1,234.090.53 31441. 1441. Sherwood Forest Blvd $ 226,37305 31458. 1459. City of Lake Worth Push Button Drainage $ 97,172.07 31463. 1463. District'I Year 2 Pushbutton P $ 227,950,00 31466, 1466, Grafton St,/Eastview $ 43,100.00 31477. '1477. Roebuck Road from Jog to Haver S 1,110,465.00 31479. 1479. Town of Jupiter Annual Asohalt S 2,250.00 3`1490. 1490. Linton&Federal $ 70,085.55 31491 1491 Big Blue Trace $ 281,330.87 31496 1498. NW/SW SRD DRAINAGE IM S 153,825.00 31505 1505. Clematis St_ $ 241,508.67 31509. 1509. NW 11thAve. $ 232,124.99 3'1512. 1512. Loggers'Run Track Drainage 5 37,360.00 31514. 1514. Witham Field Airfield Improvem $ 49,160.00 31530. 1530, Silver Beach Road 3 '1,655,432.00 31535. 1535. Atlantic Ave&Turnpike Inters S 959,332.00 31547, 1547. Taxi,,vay'C'@ Sebastian Airpor $ 75,072.00 31552. '1552. ALL SITE WILD FIRE MAIN CUT AND $ 19,500.00 31553, 1553, Hood Road $ 54,359.62 31556. 1556. Glades&Butts Intersection $ 73,068.00 31574. 1574. LW District 3,WO#6 S 400,392.00 31577. 1577. Vero Airport Taxiway E Extension S 436,350.00 31579. 1579. High Meadow Ave Resurfacing&Bike Lane $ 79,973.36 31580. 1580. Belvedere&Banbury $ 93,751.00 31589. 1589. Lantana Rd.&Edgecliff Ave. $ 29,774.00 31591. 1591. Riviera Beach Infrastructure Imp.-Ave O $ 899,592.00 31604. 1604. West Outfall Carnal Improvement $ 186,507.50 31611, 1611. Clematis St.Block 100-200 $ 887,755.00 40879, 0879. Flagier Memorial Bridge $1.492,80214 40895. 0895. FL Tumpike EBM99 Golden Glades to Hollywood $ 653,669.27 40952. 0952. SR 5 Cocoa $7,463,649.32 40972. 0972. 6595 Segment C Yard Drains $ 363,856.53 40979. 0979. T4344 Sheridan St. $ 189,787.26 40980. 0980. Lantana Rd.T4352 $ 68,125.92 40988, 0988. SR 811 $ 50,148.67 40989. 0989. SRA1A E4N85 $ 208,072.61 41012. 1012. 1-95 SR 512 to Brevard County Line $1,767,231.46 41016. 1016. SR838 T4356 Sunrise Bridge $ 268,105.76 41024. 1024. SR 710 Q Caloosa $ 124,336.54 41046. 1046. SR 7 Materials Office $ 119,626.62 41058. 1058. Lake Worth Osbourne WO#3 $ 24,891.00 41060. 1060. CR 714 T4389 $2,846,735.77 41061 1061. Tanglewood Village $ 79,187.44 41062. 1062. SR 60 Q Padgett Branch Marsh $ 270,451.00 41063. 1063. E41341 SR 715 $ 12,361.64 41064. 1064. E41341 SR 5 Lantana $ 61,600.00 41065. 1065. E41341 SR 5 Lake Worth $ 71,945.00 41067. 1067. SR 5 Juno Beach Cando $ 37,272.87 41069. 1069. 6200 N.Federal $ 75,848.96 41073, 1073. SR 802 Storm Repair $ 58,240.57 41074, 1074. SR 21 Blanding Blvd $ 87,600.00 41078. 1078. SR 804 Lining $ 27,063.97 41083. 1083. SR 518 E5T48 $ 113,994.12 41087. 1087. SR 70 T1570 $ 692,088.66 41105. 1105. SR 7 Rimore SL to South of Sheridan St:E4N82-CAC 6838 $6,982,372.87 41110. 1110. SW 10th St.Ramp#E4PO4 $ 215,139.51 41117. 1117. CR 68 E-1 N64 $ 41,684.00 41118. 1118. Turnpike AET-Phase 4B-FDOT Contract E8N60 $ 208,52328 41122. 1122. SR 520 T5497 $ 51,590.00 41143. 1143. Hypoluxo Ramp $ 87 267.00 41157, 1167. Donald Ross Ramp®1-95 $ 38,614.02 41162. 1162. 595 Grate Modification $ 15,000.00 41163. 1163. SR 80 E4Q82 $ 61,28.27 41166. 1166. SR 70 T 4408 $1,335,558.00 41170. 1170. 1-95 SB Rest Area E4Q99 $ 26,780.00 41184. 1184. SR 708/1-95 T4415 $ 37,300.00 411 c8. 1188. SR 710 T4418 $4,470,138.69 41196. 1196. Quadrille Blvd. S 10,350.00 412-9?, 122d. SR 60 EBP76 S 4,500.00 41226. 1226. SR 715 T4393 $ 60,993.90 41262. 1262. SR 70 T1645 Okeechobee County $ 336,956.61 41265 1265. SR 192 Valve Box Adiustments $ 5,950-00 41269. 1269. SR 766E4Q35 $1,968,324.53 41272 1272. 1-95/Woolbright Rd.Ramp Improvements $ 386,000.00 41274. 1274. 1-95 11 Oth Ave.N.Ramp Improvements $ 301,000.00 41276. 1276 PGA Interchange E8P93 $ 58,829.40 41277. 1277, SR 714 E4R44 $ 39,615.92 41283. 1283 SR 882 T4440 S 113,230.00 41317- 1317. SR 7 E4R89 $ 231,194.75 41335- 1335. SR 845 T 4392 $ 56,270.00 41343 1343. SR 710 T4444 $2,789 419.68 41344. 1344. SR 615/North 25th Sire $ 84.340.00 41379. 1379. SR 656 E4S29 $ 399,640.34 41396. 1396. Milling&Resurfacing E8045 $ 11,264.02 41404. 1404 Eau Gallie SB on Ramp'D'Ince $ 28,88000 41418. 14'18. US T4466 Tequesta S 157,144.85 41430, 1430. SP.50 Emergency Contact JIR24 S 52,100.00 41480. 1480. Turnpike AET-PHASE 5A E8093 $ 517,550.00 41481. 1481. Turnpike interchange E8Q91 $ 51,566.00 41500. 1500, SR 80 E4T01 $ 391,364..43 41508. '1508. SR 60 E4S80 S 129,197.60 41526. '1526. SR 713 8,619,155.13 41527. 1527. Turnpike E8P,18 $ 8,750:00 41575. 1575. Turnpike Shoulder Evacuation E $ 16,400.00 41594. 1594 Kanner Highway SR 76 E4T09 �, 1,815,362.20 41600, 1600. Indiantown Road T4496 S 23,700.00 41605. 1605. Jensen Beach Blvd.T4491 $ 273,130.00 51099. 1094, SR 845 @ SW 15th $ 58,086.0,1 51101. 1101. SR 70 Sheet Pile Installation $ 167,162.80 5'1114, 1114 Atlantic/Powerline Lining S 46,591.04 51120. -1120. Powerllne Rd-195 Culvert $ 33,320.47 51124. 1'124. US1/15th Place $ 18,130.78 51132 1132. Lantana Beach Crossing S 55,423,18 51133 1133. Lake Worth Outfall 3 73,530.85 51148. 1148. SR 80 Structure Repair S 26,030-92 51180, 1180. FL Turnpike MM 0 to MM 100 E8P57 $ 267,569.50 51189 1189. Jog Road Drainage Connection $ 30,700.00 51190. 1190. Florida Turnpike MP 192 S 8,265.43 51223. 1223. 18"Repair Yeehaw Junction $ 63,663.26 51260. 1260. MP 162.9 Jorgensen,FDOT $ 84,548.86 51301. 1301. Florida Turnpike MM 0-100 R-1 $ 418,229.80 51370 1370. EBQ46 $ 1,139,076.90 51405. 1405. Turnpike 0-100 R 2 c 478,367.25 51420 1420. indianw+ood Drive/SR 710 S 198,800.00 51516. 1516. CSX RAILROAD DITCH $ 525,418.81 60899 0399. Morse Life S 107,977.83 60915. 0915. First Holiness Church S 120,000.00 60944. 0944. Village Sq. $ 495,816.06 60963. 0963. Abacoa Town Center Ph 4 $ 1,197,600.12 60978, 0978. Tidal Wave Industrial Park S 324,11200 61004. 1004. Village Square Senior Center $ 98,400.00 61008. 1008. Tidal Wave-Sun Recycling S 69,040.00 61018. 1018. Briar Bay Entrance $ 6,300.00 61025. 1025. Delray Village Shoppes S 520,761.17 61028. 1028. Okeechobee Place $ 71,39425 61033. 1033. St.Vincent de Paul Regional Seminary $ 666,562.75 61041. 1041. Wallis Rd,-Cleary to Martin $ 128,100,00 61052, 1052. SBA Communications $ 47,415.00 61070- 1070. Osceola Sugar Mill $ 131,000.00 61088, 1088. Palm Beach Market Place $ 49,536.25 61092. 1092. Colony Reserve at Lake Worth $1,392,021.49 61096. 1096. Jamaica Bay L-22 Canal Repairs $ 58,300.00 61097, 1097, Oakbridge Building 23 S 28,000:00 61098. 1098. Roca Commerce Storm Repair $ 9,600.00 61103. 1103. Key Colony Drainage Repair $ 6,000.00 61104. 1104. Abacoa Driving Range 12°HDPE $ 16,000.00 61106. 1106. PC-09 Culvert Replacement $ 210,000.00 61107. 1107. Riverwalk Control Structure $ 9,250.00 61109. 1109. FPL-St.Lucie WM/Water Metering Station $ 202,400.00 61113. 1113. Juniper Terrace Paving and Drainage Improv-Cypress Creek $ 121,915.20 61119. 1119. Banyan Hangar Replacement $ 77,732.24 61123. 1123. Hendrick Honda $ 11,178.08 61129. 1129. Boca Commerce Center PIV Replacement S 8,179.92 61130. 1130. Penske Dealership S 6,600.00 61137. 1137. Turnpike Grossing $2,142,263.00 61139. 1139. Institute for Healthy Living $ 958,393.33 61140, 1140. South FI Fair FH Replacement S 5,500.00 61147. 1147. Southern Blvd.Turn Lanes $ 43,270.00 61149. 1149. Oakbridge Buildings 25&30 $ 60,394.00 61150. 1150. Florida Crystals 5 Barrel Culvert $ 47,000.00 61153. 1153. 1906 S.Ocean Blvd. $ 465,590.57 61160. 1160. Wellington Palo Preserve HOA S 15,400.00 61165. 1165: Kings Point Parking Expansion $ 12,250.00 61169. 1169. Key Colony Multiple Drainage Repair $ 6,000.00 61171. 1171. Sugar Farms Co-Op $ 189,355.00 61175. 1175- Vaileta Townhomes-JOB 80511 $ 210,750.57 01176. 1176_ Stonebridge $ 26,870.00 61194. 1194. Sem-Chi $ 16,460.00 61198- 1198. Mercedes Benz-Pompano Beach $ 27,626.35 61200. 1200. Lakeview $ 12,508.00 61202. 1202 Baggasse Processing Improvement; S 98,060.00 61204. '1204. Plantation Pointe 5 196,916.26 51207. 1207 Martin Health System North Campus 39,400.00 61209. 1209. Preserve Q Emerald Hills $ 190,126.69 61210 '1210. Woodfield Drainage Repair S 5,700.00 6112111. 1211. Scan Design-Boca S 41,513.42 61212, 1212. Reserve at Summit 5 326,303.54 61216. 1216. North Broward Prep School $ 158,814.80 61217. 1217. The Tower at Tradition Morse Life S 299,179,47 61221. 1221. Bagasse Entrance Road $ 27,550.00 61222 1222. Indian River Club $ 21,000.00 61230. 1230. Sinai Residences $ 27,000.00 61233. 1233. Mercedes of Palm Beach S 22,970.00 61235. 1235. '1402 W.13th St.Storm Repair S 8,500.00 61236. 1236. T-Rex 2016 FH $ 10,755.36 61238. 1238 Cobblestone $ 121,263.10 61239_ 1239 Miramar Blvd. $ 49,541.38 61247 1247 2773 Public Charter School $ 1,255,726.82 61249. '1244. Innovation Way $ 75,735.00 61250- 1250. 444 Bunker Road $ 84,615.00 61253. 1253. 35th&Davie S 750,422.19 61259. 1259. 1520 So.Ocean $ 899,48575 61261. 1261, Glades Correctional Water Service $ 10,335.41 61264. 1264 441 Lantana Storage $ 207,694.54 61279. 1279. Sonoma isles Closed Flume Inlet $ 19,500.00 6,1292. 1282. Woodfield CC 55th Diagonal $ 41,000.00 61284 1284. Palm Lake Co-Op $ 14,300.00 61286. 1286. SCGG Baling Plant $ 37,255.00 61291. 1291_ Gateway Commerce Park. $ 343,640.00 61294, 1294_ Riverwalk Storm repair $ 24,000.00 61295. 1295. Tanah Keele Scout Reservation, $ 65,275.00 61297 1297. Healthy Living Grease Traps $ 13,900.00 61238, 1298. Greentree Villas Outfall Replacement $ 170,200,00 61309. 1309 South Fla.Fairgrounds So.Midway Parking $ 52,102.53 6131 C. 1310. VI-Lakeside $ 58,240.00 61314. 1314. Cypress Greek Boynton Canal Outfalls $ 222,238.00 (31327. 1327. 245 Sedans Way $ 7,850,00 6;333. 1333. Old School Office Suites $ 6,600.00 61334. 133-1. Bella Vita S 8,000.00 61336, 1336. Griffith Stables $ 21,633.20 61337, 1337. Turnpike Crossing Bldg.6 $ 726,079.93 61345. 1345 Palm Beach Market Place S 175,355 83 61349. 1349. Boatman St Sanitary Sewer $ 61,665.00 61354. 1354, Whiteside Industrial Park S 394,571.50 61355 1355. 14181 Equestrian Way $ 6,000.00 61357 1357. Boca Corporate Rip Rap S 9,600.00 61360 1360 Florida Crystals Dist.Warehouse Expansion S 119,885.67 661368. 1368. First Presbyterian Church-Delray $ 106,480.57 61377. 1377. Country Club of FL Storm Drainage S 16,100.00 61383. 1383. Wells Fargo S 15,000.00 61392. 1392. Bop Corp Center Drainage Canal Repair $ 14,200.00 61407. 1407. Dania Pt.,Ph.i $1,308,000.00 61410. 1410. Hessler Paint Site Improvement $ 50,037.00 61416. 1416. Sands Commerce Center Ph.3 $ 697,618.08 61419. 1419. Palm Beach Park of Commerce-Beachball $ 195,272.00 61421. 1421. Floridian Golf Club Ph.6 $ 168,911.00 81437. 1437. 2721 R.J.Hendley Ave. $ 17,500.00 61438. 1438. 2017 SF FairS.Midway Parking $ 162,886.40 61447. 1447. Cypress Creek Sinkhole Repair $ 8,800.00 61451. 1451. Marriott-intematicnal Dr. $ 99,424.13 61457. 1457. Turnpike Crossing 5 $ 615,203.33 61458. 1458. Burger King-Congress Ave.,Palm Springs $ 92,065.00 61460. 1460. The Hangar Lots 9&12 $ 250,538.86 61461. 1461. Exeter Boynton North $ 365,393.69 61468. 1468. Blackwatch Farms S 206,035.43 61469. 1469. BRIC 2018 FH Replacement $ 20,123.46 61470. 1470. Tower--Ryna Drive Parking&Road Reconfiguration $ 25,880.00 61472. 1472. Haverhill Industrial Lot 2 $ 127,494.29 61473. 1473. Discount Tire $ 85,160.00 61474. 1474. Bleach Distribution Facility $ 23,940.00 61476. 1476. Kerrigan Subdivision S 47,230.00 61478, 1478. Osprey Point Goff Course Cafe $ 60,509.00 61484, 1484. Juno By The Sea Watermain Repair $ 17,100.00 61487. 1487. 1906 South Ocean Lift Station $ 18.000.00 61489. 1489, R&D Yard $ 65,040.00 61492. 1492, 1574 S.Ocean $ 139,500.00 61494. 1494. Hutchinson Island Placa Hotel $ 13,800.00 61496. 1496. 3200 South Ocean $ 7,gQ0,o0 61497. 1497. Waterway Club Storm repair $ 9,000.00 61503. 1503. Bear Lakas Grease Trap $ 8,000.00 61511. 1511, 3605 S.Ocean $ 16,038.00 61513. 1513. Country Club of FL 18°Flash Board Riser $ 23,000.00 61519. 1519. Crown Colony Serwer Repair $ 10,950.00 61520. 1520. Western BeeflHaverhill Lots 10&11 s" 224,366.71 61523. 1523. Wells Fargo Miami Shores $ 27,000.00 61536. 1536. City Place-Rosemary Sq.Ph.1 $ 267,869.03 61539. 1539. 324 Lott $ 65,350.40 61541. 1541. Addison Reserve Control Structures $ 106,000.00 61543. 1543. Former City Hall-Woodfield Apts. $ 42,091.00 61544. 1544. Rybovich Marina"Preliminary' $ 21,100.00 61548. 1548. Rybovich $ 801,187.18 61551. 1551. American Heritage Gymnasium $ 176,000.00 61554. 1554, Gunther Volvo $ 107,444.00 61560. 1560. JM Family Enterprises $ 181,797,30 61566_ 1566 Wyclit(Country Club $ 38,415.00 61567, 1567. Village Square&RCA Blvd Driveway $ 53,620,00 61568. 1568, 3833 South Ocean Blvd. $ 82,000.00 61569. 1569. Extraordinary Charities $ 69,925,00 61571 1571 Tower 155 $ 53,123.00 61572. 1572, Sun Recycling Phase IV $ 44,175.00 61573. 1573. TCCCA Boat Ramp Repairs a 9,300.00 61581. 4581. WatertawerCommons 3 104.341:00 61583. 1583_ Belle Glade WM Relocation $ 407,280.00 61584 1584. 7-11 Woolbright Rd. $ 85,120.00 6158-5. 1585, Turnpike Crossings Bid 3 S 670,197.00 611588. :588. Turnpike Crossings Bldg 4 a 357,043.00 51592. 1592. Organic Nutrition,Inc. $ 193,904.00 61595. 1595, 200 HIV Circle S 5,995.00 61596. '1596. LION COUNTRY SAFARI S 70,390.00 61597, 1597 Baywinds CS No,i a" 106,400.00 61598_ 1598, Rybovich Additional Water Service $ 9,003.53 61601, 1601. Rosemary Sq.Phase III $ 134,700.00 61615. 1615- East Atlantic C Inlet Add-Atlantic X-Ing $ 13,960.00 70897, 0897. PBCWUD-So.County Water Service $1,871,968.83 70949_ 0949_ Pioneer Road $ 212,554.39 70961. 0961. Temple Blvd.Water Extension $ 129,967.86 70966. 0966. Atlantic Commons $ 931,576.67 70982. 0982. 10th Avenue N Walermain Extension $ 287,181.46 7'1023, 1023. SW Belle Glade Zone 1 Ph 1 $ 214,430.02 71026. 1026. 14th St Water&Sewer Extension $ 135,539.93 71029. 1029. Boardman Rd&Crandon Rd WUD1.3078 $ 309,156.78 71042. 1042, Pimlico Dr W.S. $ 3,477.60 71043, 1048. 6"FM Relocate Florida Mango $ 277,514.28 71082, 1082. South County Ph.3 $2,351,640.23 71084. 1084 Water Sampling Stations Zone 6 $ 98,412.23 7'1102. 1102- Ben Eden Lane Watarmain Extension $ 83,331.55 71112. 1112. Jog Rd.&Le Chalet 16"FM Valve Replacement S 65,587.95 ;1145. 1146. WA#16 Belle Glade 12"WM Extension on S.Main St. $ 322,768.05 71159. 1159. Water Sampling Stations System Wide $ 63,990.50 71173, 1173, West Ave."A"WM Extension $ 174,471,59 71 179. 1179. 10"FM Replacement Sansbury Way&LWDD L-2 Canal $ 41,278,52 71181. 1181. 77th PI.N Watermain Extension S 100,186.58 71183. 1183 90th St.North Watermain Extension 3 145,185,71 71191. 1191. Water Sampling Stations System Wide Ph.2 S 73,424,89 71,192. 1192. Utility Abandonment SFWMD Canal R.O.W S 22,067.50 71195. 1195. Aerial Crossing Replacements Priority,j $ 642,748.00 71203. 1203_ East Hialeah WM Extension $ 56,610.09 71299. 1229. Belle Glade WM Improvement-Zone 2 West $1,295,115.4.: 7-1240. 1240. Tangerine Blvd.WM Extension $ 25,061.03 71241_ 1241. WROC-Offsite FM :$ 159,950.47 71243. 12,13 10"FM Replace-Lake Worth Rd&Sherwood $ 91,918.10 71255. 1255, WO#30 Utility Relocate Forest Hill&Kirk Rd. $ 48,345.69 71258. 1256. WO#31 Sample Pt Relocate Eastern Systems 2&8 $ 86,074.00 71280. 1280. Jag Rd.12"FM WTP No.B S 324,495.61 71281. 1281, 77th Ln.North WM Extension S 83,857.70 71285. 1285. South County Water Service Repl.Ph.4 S 1,395,553.47 71287. 1287. Haverhill&Okeechobee Valve Replacement S 139,728.85 71303. 1303. WM Extension®PBI Hilton S 47,001.92 71304. 1304. 40th St.Force Main Replacement S 652,527.25 71307. 1307. Lyons Road 16"WM Extension $ 513,654.30 71321. 1321. Haverhill Rd-/Wallis Rd.FM Connection $ 78,500.00 71325, 1325. Lyons Road 12'Forcemain $ 588,285.22 71346. 1346. 68th St.North WUD-013 S 189,695.97 71347. 1347. Torrey Island Bridge S 32,070.00 71362. 1362. Century Village WA 10 a 37,350.80 71365. 1365. WTP 11 RWL Repair WA#11 S 11,878.15 71384. 1384. Ponderosa Drive Ph.1 $ 915,500.22 71417. 1417. 52nd CL North $ 105,856.25 71439. 1439. Century Village Water System Vaive Program Yr.1(2017) $ 295,799.82 71440. '1440. 12"WM ExL Southern Blvd-Pike Rd.to Tpk.Ramp $ 46,244.54 71449. 1449. Forest Hill Blvd.16th Place Offset $ 38,385.85 71450, 1450. 295 1 st St. $ 5,370.23 71456. 1456, Tony Island Utility Bypass $ 386,73120 71462. 1462. 24'Valve Replacement S 87,372.60 71475. 1475. Fire Hydrant Installation 61st N $ 29,891.28 71495. 1495. Knotty Pines $1,081,987.00 71522. 1522, 61 st St.N-W.O.21 $ 27,779.68 71524. 1524_ 2018 Sampling Stations $ 59,092.00 71525. 1525. Lyons Rd.FM north of Palmetto Pk.Rd. $ 653,114.45 71529. 1529. WA2;WUD 15-013 CD01 Water Main Zones 1&5 Dist 2,6,7 $1,006,266.00 71546. 1546, 140th Ave.North Water Services $ 211,491.54 71587. 1587. Pine Ridge Lane Water $ 71,985.27 71608. 1606. Summit Blvd.Water Main Stub O $ 195,175.17 71608. 1608. Century Village Water System V $ 353,882.05 81005. 1005. Heartweii Road $ 2,416.42 81047, 1047. ATT US 1 Indian River Co. $ 23,251.68 81071. 1071. ATT Rock Road $ 5,227.52 81072 1072, ATT SR 68/No Name Street $ 1,539.00 81090. 1090. ATT Hollywood Blvd $ 3,530.00 81100. 1100. ATT Old Dixie 2nd St. $ 9,394.03 81116. 1116. ATT Relocate FPL Discharge Canal $ 43,895.74 81151. '1151. Juanita Ave.-ATT $ 21,349.91 81185, 1185. Ellis Road-ATT S 25,150.00 81205. 1205. 16th St.120th Ave.AT&T $ 5,104.00 81208. 1208. SR 70 ATT $ 20,040.00 81254. 1254. Babcock St Q Crate Creek S 3,530.68 81331_ 1331. SR 76 ATT Relocate $ 18,245.00 81399. 1399, North A-1-A ATT Repaor $ 38,500.00 81427 1427. ATT Juanita/21st $ 12,068.00 81499- 1499 Miramar Ave ATT 5 15,900.00 5155. 1558. AT&T Relocations Embankment SW 3rd/Sardalioot S 98,625.00 811590. 1590. ATT Miramar Ave.Phase II S 20,300.00 61593. 1593. Cave Rd.AT f Relocation $ 38,886.00 81603. 1603. Flying Cow Road @ SR 80 S 19,829.90 81609. 1609, ATT Midway Rd_@ 25th St. $ 11,000.00 86001. 6001. Riviera Beach 16th St./Ave.E S 244,86271 86002. 6002 Lake Clark Shores FM Repair $ 3,35321 86003, 6003. Garden Industrial Park S 505,000.00 56004. 6004. 30th Sl.Riviera Beach S 9,005.40 86005. 6005. Sugar Sands Sewer Repair 'a 44,072.55 860067 6006. Sugar Sands WM Repair $ 10,122.62 86007. 6007. Riviera Beach FM Repair $ 1.4-37.90 86008. 0008. Seminole Mannor Emergency Sewer Repair $ 31,037.18 86009. 6009. Sam Cooper Emergency Repair S 47,075.99 86010- 6010. Industrial FM Emergency Repair S 638,000.00 86011. 6011. Belleglade/Rio Bak Emergency Repair $ 13,469,79 86012. 6012. Riviera Beach Emergency ARV Repair Military Tr- 0 26,000.00 86013, 6013. Riviera Beach Emergency Repair Ocean Ave. S 5,243,48 86014. 6014. Gramercy Park Sewer Repair $ 18,500.00 91251. 1251. Jupiter Utilities WO#22 S 51,562.60 91275, 1275. City Hall Sewer Repair $ 10,043.43 91305. 1305. 214 Jupiter St.WO SD'I S 166,953.50 91306. 1306. 219 Juno Street WOSD2 S 16,687.00 9'1313_ 1313. 1005 Sioux St. WOSD#3 $ 18,714.00 91316, 1316. Toney Penna Dr.Storm Repair $ 39,300.00 91318 1318. MilitaryTrail WM Repair 3 21,094.00 91319. 1319 WO 423 403 n.Perry $ 13,322.20 91320. 1320. WO#24 Venus/Old Dixie $ 12,344.00 91322. 132. WO#25 Evemia St.&Old Dine S 7,054.00 91324. 1324 WO#26 1505 Commerce Lane S 0,332.00 91341 1341. 19323 Loxahatchee River Rd. $ 11,998.00 91348 1348 Island Way $ 4,108.38 91350 1350 Jupiter WTP WOSD6 $ 10,620.00 91363. 1363. 7th Street Drainage Repair $ 13,882.00 91374. 1374. Town of Jupiter WO#SD8 $ 33,291.52 91381, 1381. 309 Evernia St. $ 12,999,06 91385. 1385. Urdea Road WO#29 $ 15,416.34 91394. 1394 1300 Ocean Way $ 9,606.09 91395. 1395. 1000 US1 S 9,545 59 91397. 1397. Ocean Racquet Club $ 13,693.89 91400. 1400. Central Blvd.Pigging $ 16,293.13 91412. 14'12, 200 Ocean Way S 9,259.59 91413. 1413. 100 Ocean Way S 9,650.59 9'1426. 1426. Caristrom Alley S 7,741.59 91447 1442. Center St.&Hepburn Ave.Valve Replacement $ 21,34313 91444. 1444. Oak&Elm Circle $ 10,429.52 91445. 1445. Ocean Pines Terrace Valve Replacement $ 4,019.64 91 .146. 1446. Indiantown Rd.FH replacement $ 52,426.81 91452. 1452. Elsa Road Outfall $ 97,852.00 91453. 1453. Loxahatchee&Hibiscus Storm Repair S 11,153.00 91454. 1454, 215 Jupiter St. $ 11,076.80 91455. 1455. 505 Commerce Lane $ 22,113.80 91483. 1483, Public Meter Relocate $ 12,322,94 91485. 1485. Center Street Fire Hydrant S 5,653,00 91486. 1486. Work Order SD 15 505 Commerce $ 15,563.00 91488. 1488. Owl Point Circle Drainage Repair $ 9,822,50 91493. 1493. Jupiter Water Plant Emergency Repair $ 19,206.23 91531. 1531. Congress Park to Clnquez Park $ 32,248.19 91532. 1532. Drainage Repair Center St.@ N.Pennock Ln $ 12,336.50 91534. 1534. Hepburn Ave.Storm Repair $ 28,598.20 91542. 1542 Brentwood Drainage Outfall $ 14,463.50 91564, 1564. Town Hall Drainage $ 78,836.72 91613. 1613. 401 Douglas Dr.Drainage Repair $ 26,786.00 91614. 1614. Pinewood Court $ 26,919.00 3 i S i Jar �G NORMAN E. WEAVER JR. JOHNSON-DAVIS INC. EDUCATION: Confined Space Entry & Non-Entry Rescue Certification Trenching & Excavation Competent Person Certification Florida DOT Maintenance of Traffic Advanced Certification EXPERIENCE; 2012 —Present Johnson-Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction, Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews. 2009 -2012 Johnson-Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew i installing storm drainage, sanitary sewer, water, and force mains. 1970 — 2009 Belvedere Contracting, Jupiter, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. JAP JOSEPH W. BAGFORD JOHNSON-DAVIS INC. EDUCATION: Santaluces High, Lantana, FL Confined Space Entry & Non-Entry Rescue Certification Trenching & Excavation Competent Person Certification Asbestos Awareness Florida DOT Maintenance of Traffic Advanced Certification OSHA Trench Safety Certified State of Florida Class B Water Technician EXPERIENCE. 20'11 —Present Johnson-Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews on multiple projects &job sites. 2001 -2011 Johnson-Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains, lift stations, sheeting, fire hydrants, HDPE pipe fusing, box culverts/underground tunnels, bridge drains, large jack and bore projects under highways, and arch bridge construction. Projects include DOT, municipalities and counties, SFWMD, LWDD, Army Corp of Engineers, airports, and private sector jobs. 1999 -2001 Centerline Utilities, Jupiter, FL Foreman Field supervisor responsible for 5 to 7 person crew installing storm drainage, sanitary sewer, water, and force mains. i i i rf LEONARD DENNIS JOHNSON-DAVIS INC. I EDUCATION: Newcomerstown High, Newcomerstown, OH Confined Space Entry & Non-Entry Rescue Certification Trenching & Excavation Competent Person Certification Florida DOT Maintenance of Traffic Advanced Certification EXPERIENCE: 1995 — Present Johnson-Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in DOT projects including water, sewer, and storm drainage systems, as well as highway and road construction. Responsible for between 5 and 9 crews in the construction of municipal and private infrastructure improvements. Liaison between Project Manager and Foremen overseeing field operations. 1990- 1995 Johnson-Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. RELATED ACCOMPLISHMENTS: Design/build projects up to 20 miles in length Jack & Bore — Directional Boring All phases of construction of Bebo bridges and Conspans Bridges and Approaches Banks and Shoreline Stabilization Laser Profiling Dewatering Proficient/knowledgeable of DOT standards and specifications Plan and review project work, scheduling, project layout, equipment, and manpower utilization Coordinate, direct, and monitor activities of subcontractors and suppliers Maintain EEO compliance Maintain excellent safety and security practices for entire project JAP ROBERT EARNEST JOHNSON-DAVIS INC. EDUCATION: Princeton High, Princeton, NC Palm Beach State College- 2 years EXPERIENCE: 2018— Present Johnson-Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews. 2017-2018 Johnson-Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, water, and force mains. 2015-2017 Mancil's Complete Sitework, Palm City, FL Underground Supervisor Underground utilities installation for a full-service sitework contractor. 2012-2016 PlpeCon, Pompano Beach, FL Construction Foreman Foreman responsible for underground utility installation. j 2008 -2012 C.A.N. Construction, LaBelle, FL Construction Foreman Foreman responsible for structural/mechanical repair on water and sewer plants and installation of new pumps on water control structures. JAP EDRIC MARTIN JOHNSON-DAVIS INC. EDUCATION: South Fort High, Stuart, FL CPR Certified OSHA Trench Safety Certified Confined Space Entry & Non-Entry Rescue Certification Trenching & Excavation Competent Person Certification Asbestos Awareness Florida DOT Maintenance of Traffic Advanced I Certification EXPERIENCE: 2007— Present Johnson-Davis Inc., Lantana, FL Superintendent Underground utility construction contractor specializing in water, sewer, storm drainage systems, as well as highway and road construction. Liaison between Project Manager and Foremen overseeing field operations of storm drainage, sanitary sewer, water, and force main crews. 2002 —2007 Johnson-Davis Inc., Lantana, FL Foreman Field supervisor responsible for 7 to 10 person crew installing storm drainage, sanitary sewer, wafter, and force mains. 1998 —2002 Johnson-Davis Inc., Lantana, FL Heavy Equipment Operator and Operator Trainer Operate track excavator, rubber tire backhoe, and front-end loader, and train employees on same. 1990 — 1998 Hardy Construction, Davie, FL Pipelayer/Heavy Equipment Operator Coordinate the installation of water, sanitary sewer, and storm drainage pipe as well as operate track excavator, rubber tire backhoe, and front-end loader. r , Y ' F7, �� M �Y.. �:,'� n °tiawy��.► A "I jr ^E.r Ir � •' .� �. I n��l n � �. ��Ti � ry��r rte, i � r S"ra Q , • • • • • • 13 J V ANN E M. G A N.','O N_ P.O.Box 3353,West Palm Beach,FL 33402-3353 —LOCATED AT- CONST-1-1 UTIONAL T"CONSTITUTIONAL TAX COLLECTOR www.pbctax.com rai:(561)355-2264 Serviay Palin Beach Coun lie 604 HILLBRATH DRIVE Serving t,ol.t. LANTANA, FL 33462-1656 T'fPE OF SUSINESS Oi�NER CERTIFICATION x RECEIPT:,DATE PAID. .AMT PAto EtLL�a 23.0137 GW UNDERGROUND UTILITY d JOHNSON SCOTT J C00043087 I U16,594651-07116,18 S185.85 I 540139445 1 his document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY E32•_32462018/2019 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number. 199306318 JOHNSON DAVIS INC EXPIRES: SEPTEMBER 30, 2019 604 HILLBRATH DR LANTANA,FL 33462-1656 This receipt grants the privilege of engaging in or managing any business profession or occupation within Its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. I ANNE M, G A N N O N P.O.Box 3353,West Palm Beach,FL 33442-3353 "LOCATED AT" .i, CONSTITUTIONAL TAX COLLECTOR www.pbclax.com Tel:(561)355-2264 604 HILLBRATH DRIVE B�•eCh Corrntn LANTANA. FL 33462-165E Servingyou.ou. TYPE OF BUSINESS OWNER CERTIFICATION# I RECEIPT#IDATE PAID A1,11-PAID I3!LL 23 JCm7 UNDERGROUND UTIL[T!&EXCAVATION JOHNSON SCOTT J CUC043087 I U18.594651-07116118 $99.00 1 540139444 This document is valid only when receipt ted by the Tax Collector's Once. STATE OF FLORIDA PALM BEACH COUNTY B3 3216 2018/2019 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 199306319 JOHNSON DAVIS INC EXPIRES: SEPTEMBER 30, 2019 604 HILLBRATH DR LANTANA, FL 33462-1650" This receipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. W.l J+D JOHNSON-DAVIS INC. "Construct with Confidence" April 29,2020 Mr.David Tinoco Water Distribution&Stormwater Public Utilities Dept. Village of Tequesta 345 Tequesta Dr. Tequesta,FL 33469 Re:2019 Pipeline Continuing Construction Contract Project No. WUD 19-040—Piggyback Contract David, As requested,this letter is to serve as our allowance for the Village of Tequesta(VOT)to utilize the 2019 Pipeline Continuing Construction Contract Project No. WUD 19-040 contract held by Johnson-Davis,Inc.for piggyback purposes. If you have any questions,please contact me at(561)588-1170 ext.322 or at 561-718-4531 (cellular)cMergiohnsondavis.com . Sincerely, /s Wm.Clark C. Cryer Estimator �`.�p6ENFAA�cB� NUCA Rl6 �fANEREG� Main office:604 Hillbrath Drive-Lantana,FL 33462•Phone:561-588-1170•Fax:561-585-5252 U@IIV SEACAVAiIOVCOY@AROSS THE SOUTH FLORIDA AGC Ft.Pierce Office:863 S.Kings Hwy-Ft.Pierce,FL 34945-Phone:772-468-9200•Fax:772-468-9202 SOUTH FLORIDA