Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 15_2/11/2021Agenda Item #15. Regular Council STAFF MEMO Meeting: Regular Council -Feb 11 2021 Staff Contact: Matthew Hammond, Utilities Department: Utilities Director Authorize Piggyback Agreement with Centerline Drilling, Inc. for Water Supply Well Rehabilitation The Utilities Department, throughout the year, has a need to complete rehabilitation activities on the 11 surficial (shallow) aquifer wells. These activities can include brush cleaning, acidization, air surging, development, chlorination, etc. Well rehabilitation ensures the Village achieves the longest life and highest performant of its investment into production wells. To ensure the lowest possible price, staff is recommending that the Village piggyback the current City of Coral Springs contract that was awarded to Centerline Drilling, Inc. This selection by Coral Springs was completed through a competitive selection process — Water Supply Well Rehabilitation - Term Contract (Bid #16-B-062F — May 10, 2016). The original term of the agreement extended through July 30, 2018 which the City of Coral Springs has subsequently exercised renewal through July 30, 2022 Piggyback contracts are a form of intergovernmental cooperative purchasing in which an entity is extended the pricing and terms of a competitively awarded contract by another federal, state or municipal government. When used correctly, piggyback contracts can save Village time and resources and leverage spending through economies of scale. Utilities Staff reviewed several piggyback options with multiple contractors and found the pricing and scope of the City of Coral Springs contract to be very competitive with a reputable local contractor. If approved, the Village would accept Centerline Drilling's pricing by piggybacking the City of Coral Springs contract including all terms, conditions and pricing therein. The term of the contract is set to expire on July 30, 2022. Authorize piggyback agreement with Centerline Drilling, Inc. for Water Supply Well Rehabilitation. Proposed Agreement - Water Supply Well Rehabilitation - Centerline Drilling, Inc. Page 258 of 403 Agenda Item #15. The following documenti*s presented in a non= ADA compliant format. Please contact the Village Clerk's office if you would like to receive an ADA compliant version of this document. Page 259 of 403 Agenda Item #15. VILLAGE OF TEQUESTA AGREEMENT FOR WATER SUPPLY WELL REHABILITATION SERVICES THIS AGREEMENT FOR WATER SUPPLY WELL REHABILITATION SERVICES ("Agreement") is entered into and effective this day of February, 2021, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469, organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village"; and CENTERLINE DRILLING, INC., a Florida corporation with offices located at 1696 Old Okeechobee Road, 3 C, West Palm Beach, Florida 33409, 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, on an as -needed work order basis, certain water supply well rehabilitation services and repairs, including but not limited to brush cleaning, acidization, air surging, development, and chlorination. The Parties agree to enter into this Agreement and piggyback for water supply well rehabilitation services and repairs at the unit prices described in the Agreement between the City of Coral Springs and Centerline Drilling, Inc. for Water Supply Well Rehabilitation ("City of Coral Springs Contract") awarded through Bid No. 16-B-062F. Said contract, including its terms, conditions, specifications, and attached Exhibits and Amendments, are hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". The Contractor's authorization to piggyback on the City of Coral Springs Contract and attached Exhibits 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 Contractor's Response to Bid. No. 16-B-062F, as listed in Exhibit "A". The Parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the City of Coral Springs Contract, as referenced by the Contractor's Response to Bid. No. 16-B-062F in Exhibit "A". Page 1 of 7 Page 260 of 403 Agenda Item #15. 3. TERM; TERMINATION; NOTICE: Pursuant to the City of Coral Springs Contract, the original contract term expired on July 30, 2018. Coral Springs subsequently renewed the original contract for two (2) additional two-year terms, through the First and Second Amendments to the City of Coral Springs Contract, extending the term until July 30, 2022. The Village may terminate this Agreement for convenience upon seven (7) calendar days written notice to the Contractor. In addition, the Village may terminate this Agreement for cause if the Contractor is in default of any of the Agreement's terms, obligations, restrictions, or conditions, and so long as the Village terminates in accordance with the following procedures — If the Village provides the Contractor written notice of the Contractor's default and five (5) calendar days thereof to correct or take action to correct such default, and if the Contractor subsequently fails to timely correct the condition of the default or if the default is not remedied to the satisfaction and approval of the Village, the Village shall have all legal and equitable remedies available to it, including but not limited to termination of this Agreement for cause, in which case the Contractor shall be liable for all costs and damages arising from the Contractor's default as permitted by law. Notice shall be considered sufficient when sent by certified mail, return receipt requested, to the Parties during regular business hours at the following addresses: Village Contractor Village of Tequesta Centerline Drilling, Inc. 345 Tequesta Drive 1696 Old Okeechobee Road, 3C Tequesta, FL 33469 West Palm Beach, FL 33409 Attn: Matthew Hammond, Attn: John Say, Jr., 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 Page 2 of 7 Page 261 of 403 Agenda Item #15. 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 2 8 7.13 2-13 3, 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 (36) months immediately preceding the date hereof. This notice is required by Section 287.133(3)(a), 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 agrees 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. S. INSPECTOR GENERAL: Pursuant to Sections 2-421 2-432 of the Palm Beach County Code of Ordinances, 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. E-VERIFY ELIGIBILITY: The Contractor warrants and represents that it is in compliance with Section 448.095, Florida Statutes, as may be amended. No later than January 1, 2021, the Contractor shall: (1) register with and use the E-Verify System (E-Verify.gov) to electronically verify the employment eligibility of all newly hired workers; and (2) verify that all of the Contractor's subconsultants performing the duties and obligations of this Agreement are registered with and use the E-Verify System to electronically verify the employment eligibility of all newly hired workers. The Contractor shall obtain from each of its subconsultants an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an Unauthorized Page 3 of 7 Page 262 of 403 Agenda Item #15. Alien, as that term is defined in Section 448.095 (1)(k), Florida Statutes, as may be amended. The Contractor shall maintain a copy of any such affidavit from a subconsultant for, at a minimum, the duration of the subcontract and any extension thereof. This provision shall not supersede any provision of this Agreement which requires a longer retention period. The Village shall terminate this Agreement if it has a good faith belief that the Contractor has knowingly violated Section 448.09(1), Florida Statutes, as may be amended. If the Contractor has a good faith belief that the Contractor's subconsultant has knowingly violated Section 448.09(1), Florida Statutes, as may be amended, the Village shall notify the Contractor to terminate its contract with the subconsultant and the Contractor shall immediately terminate its contract with the subconsultant. In the event of such contract termination, the Contractor shall be liable for any additional costs incurred by the Village as a result of the termination. 10. SCRUTINIZED COMPANIES: For Contracts under $1 M, 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. 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. Page 4 of 7 Page 263 of 403 Agenda Item #15. 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 & 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 that are associated with the performance of the work described in the Scope of Services. 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 performance of the work described in Scope of Services 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 Page 5 of 7 Page 264 of 403 Agenda Item #15. confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-06859 OR AT lmcwilliams(&,tequesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 16. HEADINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 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 seven (7) page Agreement, including any Exhibits, 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. Page 6 of 7 Page 265 of 403 Agenda Item #15. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. WITNESSES: ATTEST: Lori McWilliams, MMC Village Clerk CENTERLINE DRILLING, INC. By: John Say, Jr., President (Corporate Seal) VILLAGE OF TEQUESTA By: Abigail Brennan, Mayor (Seal) Page 7 of 7 Page 266 of 403 Agenda Item #15. EXHIBIT A Page 267 of 403 Agenda Item #15. AGREEMENT BETWEEN THE CITY OF CORAL SPRINGS AND CENTERLINE DRILLING, INC, FOR WATER SUPPLY WELL REH BILITIATI N THIS AGREEMENT, made and entered into this � day of _ . 2016 by and between: CITY OF CORAL SPRINGS 1 west Sample Road Coral Springs, Florida 33065 (hereinafter referred to as "OVVNER"t AND CENTERLINE DRILLING, INC. 1696 Old Okeechobee Road West Palm Beach, Florida 33409 (hereinafter referred to as "CONTRACTOR") WITNESSET : IN CONSIDERATION of the mutual covenants and conditions as herein expressed and f the faithful performance of all such covenants and conditions, the parties do mutually agree as follows; A TICI N 1 THE CONTRACT DOCUMENTS 1.1 The Contract Documents, attached hereto and made a part hereof, consist of the Invitation to Bid, Instructions to Bidders, Construction Services General Conditions, Drawings, Plans, Specifications, Bid Form, CONTRACTOR'S Bid (including documentation accompanying Bid and post Bid documentation submitted prior to the Notice of Award), Qualifications Statement, Contract, Addenda, the record of the Contract award by ONER!S City Commission, the Notice of Award, and any additional documents which are required to be submitted under the Contract, and all amendments, modifications and supplements issued on or after the effective slate of the Contract. ARTICLE SCOPE OF THE WORD 2.1 CONTRACTOR shall fumish on as needed basis, all materials, equipment, tools and labor and incidentals necessary to perform certain water supply well rehabilitation services and repairs, as authorized through periodic purchase orders/work orders issued by the City in writing, subject to and in accordance with the terms, conditions and provisions of the Contract Documents. The CONTRACTOR shall perform the work Page 1 of 12 Doc. 131053 Page 268 of 403 Agenda Item #15. complete, in place, perform tests where applicable, and ready for continuous services, and is fully responsible for repairs, replacement, and restoration required as a result of damages caused during construction and agrees to provide said services in accordance with the terms and conditions of this Agreement. ARTICLE TERMS ,1 This Agreement will com aence on date of award and shall terrninate on July 30, 2018, unless otherwise terminated pursuant to Section 18 of this Agreement. The CITY reserves the right to renew this contract for two 2 additional two 2 year periods based on CONTRACTOR'S acceptable level of performance and approved and available funding. 3.2 The CITY also reserves the right to remove specific locations on a temporary or permanent basis, as may be required. This removal will reduce the invoice amount from the contract amount for this specific location(s) on the next invoice submitted for payment. 3.3 The CITY also reserves the right to add specific locations on a temporary or permanent basis, as may be required. The CITY representative will contact the CONTRACTOR ACT responsible for the area impacted by the additional property. The CONTRACTOR will be required to provide the CITY a reasonable and fair cost for services for the additional property. The cost of service for the additional property must be the same as or similar to similar areas as designated in the Agreement. If no section of this Agreement contains a comparable area to the additional property, the cost of service for the additional property must be reasonable and fair. Final cost for service and final ward of the additional property and the total number of servicing will be determined by the CITY and will be based on the cost of services supplied by CONTRACTOR and the availability of funds. I _A I Col P WA! COMPENSATION 4.1 CITY agrees to pay to CONTRACTOR for services as per prices listed in Exhibit "A" 4.2 All payments for services shall be in accordance with the unit cost as designated in CONTRACTOR'S response to Bid No 16- -0 2F, Exhibit "A�1. Invoices shall be submitted to the Department of Public Works, City of Coral Springs, 9551 west Sample Road, Coral Springs, Florida 33065, Attention: Najla Zerrouki, Civil Engineer, Public Works, Page 2 of 12 Doc. 131053 Page 269 of 403 Agenda Item #15. ARTICLE RECORDS AND AUDIT .1 CITY reserves the right to audit the records of CONTRACTOR relating to this Agreement any time during the performance and tern of the Agreement and for a period of three years after completion and acceptance by CITY. If required by CITY, CONTRACTOR shall agree to submit to an audit by an independent certified public accountant selected by Cr Y, CONTRACTOR shall allow CITY to inspect, examine and review the records of CONTRACTOR at any and all times during normal business hours during the terra of this Agreement. 5.2 CONTRACTOR agrees that it shall keep accurate and complete records with regard to all services as proposed hereunder. All original records related to the services provided under the terms of this Agreement are the propel of CITY and accordingly those records are subject to the Florida public Records Law. 5.3 CONTRACTOR shall preserve and make available for inspection by CITY personnel, or by personnel duly authorized by CITY, computer data and other records related to the services provided under this Agreement. The records will be made available during normal business, hours upon twenty-four hours' notice by the CITY. .4 CONTRACTOR understands, acknowledges and agrees that it shall, pursuant to Section 11 , 0 01, Florida Statutes, as mended from time to time,, do the following: g .4.1 Deep and maintain public records that ordinarily and necessarily would be required by CITY in order to perform the same service being rendered within this Agreement; .4.2 Provide the public With access to public records and at a cost that does not exceed the cost provided within Chapter 119, Florida Statutes, as mended from time to time, or as otherwise provided for by law; 5.4.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and 5. .4 Meet all requirements for retaining public records and transfer, at no cost, to CITY all public records in possession of CONTRACTOR upon termination of this Agreement. Further, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided. to CITY in format that is compatible with the then current CITY computer systems. 5.5 CONTRACTOR understands, acknowledges and agrees that CITYis required, pursuant to Section 11 .001, Florida. Statutes, as amended from time to time, to ensure compliance with, this section by enforcing the terms of this Agreement. As a result of the Page 3 of 1 Doc. 131053 Page 270 of 403 Agenda Item #15. foregoing, any violation of this section shall be a material breach and this Agreement may he terminated by CITY without any penalty. 5.6 Prior to termination, CITY shall give Witten notice to CONTRACTOR R that it is in violation of this section. CONTRACTOR. shall have fire business days to cure a violation of this section. 5.7 Notwithstanding any other provisions in this Agreement to the contrary, CONTRACTOR shall be liable for any and all damages, including but not limited to, consequential and incidental damages, that may arise out of breach of this section of the Agreement. ARTICLE CONFLICT OF INTEREST .1 CONTRACTOR covenants that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal fmancial interests, direct or indirect, with CITY. CONTRACTOR further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed. Any such interests, on the part of CONTRACTOR or its employees, must be disclosed writing to CITY. 6.2 CONTRACTOR is aware of the conflict of interest laws of the Municipal Code of the City of Coral Springs, Broward County and the Mate of Florida, Chapter 112, Florida Statutes o l , as amended, and agrees that it Will fully comply in all respects with the terms of said lags. 6.3 CONTRACTOR warrants that it has not employed or retained any person employed by CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay, any public official or person employed by CITY any fee, commission, percentage, brokerage fee or gift of any find, contingent upon or resulting from the award of this privilege. ARTICLE ASSIGNMENT .1 This Agreement is not assignable or transferable in whole or in part without the prior expressed written consent of the CITY which consent cannot be unreasonably withbeld. ARTICLE g INDEPENDENT CONTRACTOR STATUS .1 CONTRACTOR and its employees, volunteers and agents shall be and remain as independent contractors and not agents or employees of CITY, with respect to all of the Page 4 of 12 Doc, 13105 Page 271 of 403 Agenda Item #15. acts and services performed by and under the terms of this Agreement. This Agreement shall not in any gray be construed to create a partnership, association or any other kind of joint undertaking or venue between the parties hereto. ARTICLE COMPLIANCE WITH LA�� .1 CONTRACTOR shall comply with all statutes, laws, ordinances, rules, regulations and lam orders of the United States of America, Mate of Florida, City of Coral Springs and of any other public authority, which may be applicable to this Agreement. .ARTICLE 1 VENUE 10.1 Any claim, objection or dispute arising out of the terns of this Agreement shall be litigated in the Seventeenth Judicial Circuit in and for Broward County, Florida and the prevailing party to any resultant judgment shall be entitled to an award of all reasonable attorneys fees, interest and court costs incurred by such prevailing party against the losing party including reasonable appellate attorney's fees, interest and taxable costs. ARTICLE 1.1 GOVERNING LA 11;1 The validity, construction and effect of this Agreement shah be governed by the lavers of the Mate of Florida. ARTWIN, 1 PERMTS, FEES AND NOTICES 12.1 CONTRACTOR ACTO shall use its best efforts to obtain the necessary permits as soon as possible after the Notice to Proceed is issued. Any delays in obtaining permits must be brought to the attention of the CITY'S Purchasing Administrator without delay. ARTICLE 1 INSOLVENCY 13.1 1n the event that either party shall become insolvent, make a general assignnment for the benefit of creditors, suffer or permit the appointment of a receiver for its business or its assets or shall avail itself of, or become subject to, any proceeding under the Federal Bankruptcy Act or any other statute of any state relating to insolvency or the protection of ruts of creditors, or become subject to rehabilitation, then, at the option, of the other .Page 5 of 1 Doc. 13103 Page 272 of 403 Agenda Item #15. party and immediately upon written notice, this Agreement shall terminate and be of no further force and effect. ARTICLE I ENTIRE AGREEMENT 14.1 This Agreement contains the entire understanding of the parties relating to the subject muter hereof superseding alI prior communications been the parties whether oral or written, and this Agreement may not be altered, amended, modified ied or otherwise changed nor may any of the terms hereof be waived, except by a written instrument executed by both parties. The failure of a party to seek redress for violation of or to insist on strict performance of any of the covenants of this Agreement shall not be construed as a waiver or relinquishment for the future of any covenant, term, condition or election but the same shall continue and remain in ill force and effect. ARTICLE 15 SEV RARILITY 15.1 Should any part, term or provision of this Agreement be by the courts decided to be illegal or in conflict with any law of the State, the validity of the rernainl'ng portions or provisions shall not be affected thereby. ARTICLE 1 NONDISCRJMINATION AND E UAL OPPORTUNITY ITY MPL 1 ENT 16.1 During the performance of this Agreement CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The CONTRACTOR will take affirmative action to ensure that employees are treated during employment, without regard to they race, creed, color, or national original. Such action must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. ARTICLE 17 CUMULATE REMEDIES 17.1 The remedies expressly provided in this Agreement to CITY shall not be deemed to be exclusive, but shall be cumulative and in addition to all other remedies in favor of CITY now or hereafter existing at law or in equity. Page 6 of 12 Doe. 131053 Page 273 of 403 Agenda Item #15. ARTICLE 1 TERMINATION 18.1 Termination for Convenience. Upon seven calendar days written notice delivered by certified mail, return receipt requested, to the CONTRACTOR, Cr17Y may without cause and without prejudice to any other right or rennedy, terminate the Agreement for the CI'TY'S convenience whenever the CITY determines that such termination is in the hest interest of the CITY. where the Agreement is terminated for the convenience of the CITY the notice of termination to the CONTRACTOR must Mate that the Agreement is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the Notice of Termination for convenience, the CONTRACTOR shall promptly discontinue all wort at the time and to the extent indicated on the Notice of Termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Agreement and refrain from placing farther orders and sub -contracts except as they may be necessary, and complete any continued portions of the wort. 18.2 Termination for Cause. In the event CONTRACTOR shall default in any of the terms, obligations, restrictions or conditions in the Contract Documents, the CITY shall give CONTRACTOR written notice by certified mail of the default and that such default shall be corrected or actions taken to cefreet such default shall be commenced within five (5) calendar days thereof, In the event CONTRACTOR has failed to correct the conditi u s of the default or the default is not Teethed to the satisfaction and approval of the Cam, the CITY shall have all legal remedies available to it, including, but not limited to termination of the Agreement in which case the CONTRACTOR shall be liable for all procurement and reprocurernent casts and any and all damages permitted by law arising from the default and breach of the Agreement. ARTWIS 1 NOTICES 19.1 All notices or other conununications required by this Agreement shall be in writing and deemed delivered upon mailing by certified mail, return receipt requested, to the following persons and addresses: CITY: Rich Michaud, Director of Public worts City of Coral Springs 9551 west Sample Road Coral Springs, Florida 33065 (954) Page 7 of 1 Doc. 131053 Page 274 of 403 Agenda Item #15. CONTRACTOR: John Say, Jr. Centerline Willing, Inc. 1696 Old Okeechobee Road West Palm Beach, Florida 33409 COPY TO: Angelo Salomone Purchasing Administrator City of Coral Springs 9551 west Sample Road Coral Springs, Florida 3305 ARTICLE 20 PROGRESS PAYMENTS 0.1 The CONTRACTOR may requisition payments for work completed during the project at intervals of not more than once a month in accordance with Article 13 of the Construction Services General Conditions. The COI TRACTOR's requisition shall show a complete breakdown of the project components, the quantities completed and the amount clue, together with properly executed Releases of Liens by all subcontractors, suppliers and rnaterialrnen who were included in the CO TTRACTOR's current and previous applications for payment and any other supporting documentation as may be required by the Contract Documents. Each requisition shall be submitted in triplicate to the OWNER for approval. The OWNER shall make payment to the CONTRACTOR within thirty 30 calendar clays after approval of the CO1 TRACTOR's requisition for payment. 20.2 Ten percent 10% of all monies earned by the CONTRACTOR CTOR shall be retained by the OWNER until the wort is totally completed as specified and accepted by the OWNER except that after fifty percent 50% of the work has been completed, the OWNER may reduce the retainage to five percent 5%of all monies earned. 2.3 The OWNER may withhold in whole or in part, payment to such extent as may be necessary to protect itself from loss on account o ; 20.3.1 20. 3.2 20.3.3 20.3.4 20.3.5 Doc. 131053 Defective work not remedied. Claims filed or reasonable evidence indicating the probable filing of claims by other parties against the CONTRACTOR. Failure of the CONTRACTOR to make payment to subcontractors or suppliers for materials or labor. Damage to another contractor not remedied. Liability for liquidated damages that has been incurred by the CONTRACTOR. Page 8 of 1 Page 275 of 403 Agenda Item #15. 20.3,E Reasonable evidence that the work cannot be completed for the unpaid balance of the Contract Sure. 20.3.7 Reasonable evidence that the work will not be completed within the Contract Time. 20-3.8 Persistent failure to carry out the work in accordance with the Contract Documents. When the above grounds are removed or resolved or the CONTRACTOR provides a surety bond or consent of surety satisfactory to the OWNER, which will protect the OWNER in the amount withheld, payment may be made in whole or in part. ARTICLE 21 FINAL PAYMENT 21.1 Final payment, constituting the entire unpaid balance of the Purchase Order, shall be paid by the OWNER to the CONTRACTOR in accordance with the provisions of Article 13 of the Construction Services general Conditions when the work has been completed, and a final Certificate for Payment has been issued by the ENGINEER. ARTICLE 22 MISCELLANEOUS PROVISIONS 22.1 Tenns used in this Agreement which are defined in the Construction Services General Conditions of the Contract shall have the meanings designated in those Conditions. 22.2 The validity, construction and effect ofthis Agreement shall be governed by the lags of the Mate of Florida. Any claim, objection or dispute wising out of this Agreement shall e litigated rn the Seventeenth Judicial Circuit in and for Broward County, Florida, 22.3 Should any part, term or provision of this Agreement be by the courts decided to be invalid, illegal r in conflict with any law f the State, the validity of the remaining portion or provision shall not be affected thereby. 22#4 CONTRACTOR shall not assign or transfer the Contract or its rights, tale or interests therein Without OWNER'S prior written approval. The obligations undertaken by CONTRACTOR pursuant to the Contract shall not be delegated or assigned to any other person or firm unless OWNER shall first consent in writing to the assignment. Violation of the terms of this Paragraph shall constitute a breach of Contract by CONTRACTOR and the OWNER may, at its discretion, cancel the Contract and all rights, title and interest of CONTRACTOR. shall thereupon cease and terminate. Page 9 of 12 Doc. 131053 Page 276 of 403 Agenda Item #15. 22.5 No guarantee 1s expressed or implied as to the total quantity of nn iiti F services t be purchased under any open end contract. The CITY preserves the right to issue purchase orders as and when required or issue a blanket purchase order for individual agencies and release partial quantities or any combination of the proceeding. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Contract in duplicate. THIS AGREEMENT will be effective on 52016. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] Page 10 of 12 Doe. 131053 Page 277 of 403 Agenda Item #15. CITY OF CORAL SPRINGS., FLORA Walter Cyr 6rdpKojgy�, Mayor ATTES Llh f6,w UAW 19 Ir V - Debra Thomas, CMC, City Clerk APPROVED AS TO M: Sherry Whitacre eputy City Attomey Page 11 of 12 Doc. 131053 Page 278 of 403 Agenda Item #15. CENTE INE DRILLING, INC, State of: bounty of.ffiaxul O n this, the day f , 2016, betbre me, the undersigned Notary Public of the State of k 6C:2m......� the foregomng instnment was acknowledged bymha (name of corporate officer), (title), of . �,. name of corporation), state ofcorporation) corporation, on bh f of the corporation. WITNESS my hand and official seal Notary Public, State of Printed, typed or stamped name of Notary Public exactly as commissioned ❑ Personally known to me, or ❑ Produced identification: (type of identification produced) �tilllll�t� 19M DE 1 * " �4fCOMMISSION # FF 97p20119 70 *�,.. EXPIRES: November 1 , 1 BMW Thru Notary Public Ur dwwr ters Page 12 of 12 Doc. 131053 Page 279 of 403 Agenda Item #15. CORAL SPRINGS EVERYTHING UNDER THE SUN DATE: May 25,2016 BID NO,: 1--0F ADDENDUM NO, 1 WATER SUPPLY WELL REHABILITATION -TERM CONTRACT . The bid opening date has delayed until further notice. THIS ADDENDUM BE RETURNED WITH YOUR BID, WHEN THE DUE DATE IS ESTABLISHED, S*A-ru r I C I X Company Q. /U7 za [�l(p Date Leonardo Bermudez Purchasing Agent II CITY OF CORAL SPRINGS, FLORIDA a FINANCIAL SERVICES DEPARTMENT TMENT a PURCHASING DIVISION 1 W. Sample Road l * Coral Springs, FL 33065 * Coral p6ng .ar Pharr-44-110 * Fax 954-344-1186 Page 280 of 403 Agenda Item #15. CORAL SPRiNGS - EVERYTHING UNDER THE SUN --- DATE: June 1, 2016 BID NO.: 16-B-062F ADDENDUM ENDUM . WATER SUPPLY WELL REHABILITATION -TERM CONTRACT . The attached documents are being made part ofthe addendum in response to Request for Information. 2. bid opening date has delayed until June 8 2016, at : 0 P.M. THIS ADDENDUM SHOUL2 BE RETURNED EI WITH YOUR BID, DUE JUNE 81 01 AT 2:00 P.M. Sip, lure Cen�' i Y12 V,41. Company /90-12- Date Leonardo Bermudez Purchasing Agent II ITT OF CORAL SPRINGS, FLORIDA a FINANCIAL SERVICES DEPARTMENT TMENT * PURCHASING DIVISION 1 W. Sample Roach a Coral Springs, FL 33065 * CoralSp6ngs.org Phone 4-344-1 1 * Fix 4-344-118 Page 281 of 403 Agenda Item #15. ECKLER ENGINEERING, INC. Dow ADDENDUM NO, 2 Cate: June 1, 2016 TO THE CONTRACT DOCUMENTS Project Number: tuber: 5-.GE Annual 1J el field Maintenance Bid Number r: 16-B-062F City of Coral Springs T: All Plan Folders Gentlemen: The following clarifications, changes, additions and/or deletions are hereby made a part of the Contract Documents for the Annual Well Maintenance Contract dated Apfil 29, 2016 as fully and completely as if this same were fully set forth therein: i, SPECIFICATIONS A. Section 01025, Articie 1.1 , A: 1. Question: Mat is the size of ool mn pipe's Answer: A drawing of each well to be rehabilitated has been included with this Addendum. The size of the column pipe is listed on the drawing for the specific well to be rehabilitated. The depth of the current pump setting is also shown on the drawings. The type of column pipe is PVC, erta-Lok drop pipe as manufactured by Certainteed corporation. Certa-Lok drop pipe couplings With gaskets and nylon splines as manufactured by Certainteed Corporation are to be used. . Question: What type and gouge of new power cable? Answer: Each pump shall be provided with the properly sized,, manufacturer's standard power cable, running from -the motor terminal cable, neoprene coated, flat plug to the surface junction box. Cables shall be sized for 1 % of the full load current of the motor, The cable stall be 10 feet longer than the length required to reach the terminals in the control panel. Cable shall be hot spliced at factory, where required. Field spiking of motor lead cables to power cable will not be permitted, . The cable shall be armored in the area extending from the motor to one foot above the pump discharge flange. . The cable shall be secured to pump column at tern foot maximum intervals using stainless steel straps. �. The cable must meet all requirements of the National Electfic Code for submerged cables. Cdebmting our 30 th Year of Service to South Morida Cam. SPRWW, FL MW FM O&VM R74 t Page 282 of 403 Agenda Item #15. Addendum Flo. 75-.GE unel ..J.-2016 Bid No. - -06F 6. The horsepower and type of motor is shown on the diagram for each well attached to this Addendum. B. Section 01025, Article 1.1 - Post Microbiological Analysis 1. Question: What pre -microbiological analysis is required? Answer: The pre -microbiological analysis shall Include bacterial identificatfion, I PC, fecal coli or , total oofi arr , fungal count, and algae tests. All analyses to be completed by Micrim Labs, C. Section 02730, Article 3.12, Post Microbiological Analysis t . CLARIFICATION: Post Microbiological Analysis should also include pre - microbiological analysts of the well prior to the start of rehabilitation. This Pre -microbiological analysis should Include HP , bacterial count, fecal oli orm, total coliforrn count, fungal Identification, and algal tests, All tests are to be completed by I i rim Labs, All Bidders shall acknowledge receipt and acceptance of Addendum No. 2 by submftfing the Signed Addendum wfth the Bld package. Proposals submitted without this Addendum will be considered informal. Page 283 of 403 agenda Item #15. WE - L. L - . 5 Certs-Lok piping ExMng 2W Steel Casins DatMfn 35.80 NGVD D-00 Top of Flan .; 11.55 NGVD 4 24' b!f 55TWebead i - bl# Static Water Level 1 Tranyrducer Well Pump :f -52.00 NGYD 67AW b1( 10attom of Transducer Stta0nar Motor 4y j /may NGVD �a1l�r 174I * 72. b11�i�� .�Y� 4 'T f 5 060.40 NGVD 76.2D' blf bo tom of Motor k e . d 3 45440 NGVD 81 2V blf Top of C r1 1 ■ -73.60 RWD 89.6(' b1f Bottwn of Casing WELL DATA TAU F=01M U M DESIGN GPM TCrrAL DYMMC HEAD Irn III SPRI IC CAIPACM (6PMMI 3514 PUMP MWUFACtUKK ODULDS PUMP MWEL RTNLC NOMR MANUFACTURER Hhuhl IY OMR MODEI 14404S6 IMPEULER DIAME'Tn JIM) $ 2 RP1A (AAA 26DO HoltEEPU1hFElI An VOLTS/PHASE mows Y 1•, x r :. 11' SST Well 5crean f is Gravel Pack r - WELL hPlh%. GRAVEL AND SOON COLUMN API GlrlMLUR r GXAVELSIZE 3 RRtr�Nn WELL SGRES��ZE l0'=0, 6A'= III3•�Ia# .�5.4D NGVD tStY. gyp' bl Bottom of Slot Screen Page 284 of 403 Agenda Item #15. WELL 7 levation Datums tier ILMM P 16 30 NGVD 000 Top of Flange 8 01 NGVD 9 29' b1f SSTWellhead 3- 62f i bif Static Water Level Certa-Lok Piping EA stJ ng 2W Steel Casl nj Transducer :A Well Pump -088 WM ED-18' bif Bottom of Transducer Strainer Motior 46 88 NGVD 65.1f b1f Pomp Intake -51.88 NOVO 68 IV b1f Bottom of Motor t WELL DATA TABLE WELLNUMBU 7 DE51614,611M 70D TOTAL DYNAMIC HEAD Irn so SKCIFICCAPAC" (GPMIM 3566 PUMP MANUF&-MREN rNIDU= PUMP mom $11PULC MOTOR VASUPACTURER Kuehl MOTOR MODU 14404S6 IMPELLER DiAMENIt JINJ 5 3r IRPM wMi NORSEPOWER 35 VEKTI/PHME 460 -56-68 NGVD 73. 10' b1f -62.88 NGVD 79. 18' b1f 12'" SST Wel Screen Gravel Pack Top of Screen Bottom of Casing W w ELL PIPING, GRAVEL AND SCREEN column PIPE DIAMEYEA lomn P r Vt $12 GRAVEL $12f I 44?arn WELL SCREEN SLOT Stu 1w - 0- ShK 50 - 6D 414t f. -126.88 NGVD 143.x8' bif Warn of Wslat Screen Page 285 of 403 Agenda Item #15. FWELL 12 11,8700 FOREST HILLS BL D _ a S erta-Lak piping 4 IIlSiFR$"Steel RnB y 4� s� 3 Transducer ,a f Well Pump Motor " 7 M x r travel Perk 1" SSA' Well Screen WELL FIFA , GRAVEL AND CRM DIAMETER r i WE T ,• I�•Slai� �D'» B6'�Rot - IEI mation ,Datum �....�_.QCscr ikon 14.93 NGVD 0.00 Tap of Range blf Static Water Lew -65.97 NGVD 81.9i' bif Pump intake -66.97 hGM $1. 0' b1f Bottom of Motor -7&82 NM 85.7F b1f Top of Screen -7&05 WGYD 93.98' b1f Bottom of CiWng WEU DATA TABLE NUflumm 22 I �YN MIC HEAD (FT) I3 SPEOFIC ACnY JOPM0 f P MARfUFACIVNER 30.00 Goulds PUMP MWEL 71V #oTOR IMA�kNLIFACT1JitiEp IiRx�ehR 1,A01'#!1� I MpREI IRM PELUN IMAMETERI JIM) N 6 606W RRAR IMA 36 VOLTSIPPIM -U6.07 N VD 131 W blf Bottom of Screen sk1 Page 286 of 403 Agenda Item #15. .Y:. w.�. "YL[�. -VIL: ,�: �f',�:r'rS ':.+r.-}-t : �� :. .i�a.�w:a.v7 tS, P' Ji ia�: ' _ .� El ti D Datum i WELL 13 14.69 NGVD D.00 Top Df Flange 3181 CORAL LADE LN r .a F � a #, _ Cerra-lak Piping :i E Wistir 3D" Steel Casing Grout 5 ti A r Transducer , S j r i well Pump "+ a Strainer ' • Motor l i r � - 4 +J $" PVC l.lner placed inside of 1 2' lap �. pipe, since Ir lap pipe contains holes s } R a * F ♦ *i Craval Pack . 5 4 1 " 55T Well Screen 4 a. fit g e�Vlr F ii ll WELL PIPING GRAVEL AND SCREEN CCXUMN PIPE DIAMEFER r 60AVEL SIEE 6114 WILL L SCREEN SILT SIZE a � •�y r I F 14 1.31 NGVD .37` blf Static Water Level -25.02 NGV0 AV #elf Bottom of Transdt r -30 94 NGVD 45- t Wf Pump Intake -34-32 NGVD 49W blf knom of Matar -4115 NGV0 .83' blf Top of lap Pipe -6 .15 NGVD 74-83' blf Top of Screen -6111 N VO 77.79' b1f Bottom of CiWnj WELL DATA TABLE WEM NUMBER 13 raNOPM sm fiMAL MAR! DEAD (FT) S SRI`dFICC1PAWY lGR 27.17 PUMP MAWFAVURER acums KPMP MCIER R MAM) URER Hkathl I (MMUR btAMLFER (Ili) 606 RPM IMA1) W IER %nLyr- HASE 460/3 -215.40 NGVD 130.00, blf Bottom of Screen Page 287 of 403 Agenda Item #15. �. ,i�r— sT=R•�.,.e� �cu-nrr�r rr�•r:� �• a•��•r.; .r..�.r:. �a . 'i^.fi#'�' V'�"' ='^ IV�_.r�YN�IY`'+M'. a4:L�� •1R'�]'114f �! WELL 2400 RIVERSIDE DRIVE A I ' i i 1 r f3:O ' brf Ststic Water Lever Certa-Lok Piping ' y }3 f ExWng 2W Steel Coons Grout . 3 New 16"' SCh. 40 PVC liner � Y • -t Transducer ry Well pun i Strainer .� ` 1 motor � w " :x • 4 'a PVC Uner fits 8"-10" 1DV9F the exi tin8 1 " lap pipe allowing a " pp between the lap pipe end ltiner. • k k k ^f :r GravelPack 1 " SST Well Screen •' � � • y '�4:�"�^_1.'Lrf._F2_.'�u�_�i�Y':F�^h.C�`:7':-!�T�+ati9:�91CT•ti'.''.4�' ,.k."tc�Yir.. '�:d-�vii►'.'•'•.K.x:.x;y3r; .� ..¢ ^_ .t . Elevation Datum Description w w��w rrrrrr�a ��i I�r• 2433 NGVD 0.00 Top of Flange WE11.PIPING, CRAVF-L AND SCREEN COLUMN PIPE DIWMR so C MVEL i2 WELL S[ EEN SLOT 329 f � w . r Ff .+ F a+ 4 -24.38 N&D . 2' b#f battom o(Transducer -29.38 NGVD 44.3r b" Pump Intake -32.56 NGVD 47.43' bIf Bottom of Motor •37. 4 NGVO 52-1 r b1f Top Df Lap Pipe •83 40 NWD 83.' blf Top of Screen - 7.01 NGVD 91 W hlf Bottom of Gasbag WELL DATA TABil WELL NUMBER 17 DESIGN GPM a�0o TOTAL VMIIaIIC HEAD I log SPICINC ACM ISPM/M 2 0 PUMP MMUFACTUR t Gauld$ PUMP MODEL V -7-w MMOR VAAWFACfAlA TOR M0011. Hl4AI HU 6 IAAI�l1t��yyE DIAM R JIM) 547 FSIr POWER �+OL7'� 46W3 •13q.03 NGVD 145.01' blf Bottom of Scmen Page 288 of 403 Agenda Item #15. ClTY OF CORAL SPRINGS, FLCililDA SUBMIT 131D TO; PU4SLrSWl7 i/ElON 8551 WEST SAMPLE ROAD COR+4L, SPRiNW, FLORIDA 33()% IPMTATION T4 BID s"5 GENE CONDrWNS �� '�TRLcr'0w AmSTAmARD FOR ALL S" FM c0mmwMEs'wRvcE$ mum To THE WNTRAPM BM Tw a �* W m ft��� faoff �. 8 ft m, O w ita nwb. �� �� wWmW,M,w suIo ft. SWww� kw*Atft SW im wd as any spsM uam c=* wtth &Nbieio d I NSTWXTHM TO FRS: BID NO.: ENDS WILL BE OPENED : P* (EST) ,Mav2L � comm"W folkm" date wW *u. w9&3erMwiw 964.344-i 101 TyPr=aMwrM NjV& s* At1tFfQR€iFD AWN7': \ ' '$&*� 4 334oq PHONE too: l IF, --Oct s SECURITY NUMBER OF EWDDER - 17 $weee"ft or aa,r any corpora ,lien Of Rfsm subm"ng s 81d for #e same Mtnrncdi6W MrAces, and is 6n ir11 e+esAects Tyr aW wftj�cwt aoNwian or fraud. E agree fa PAP I of 5 , . No Eld vdi be =, nor %V OW Contred be L"n Is � dm"w by de# as MW �WWMY*ors mter. 3-2 AspwtofftWd&jAA*pjpr006s CjTf"My mldm arrewrd dwrk by C-wW SP*48 PO4W DOParbrMft EWdaes Page 289 of 403 Agenda Item #15. r" submission of a Bid constitutes acknowiedgment of the 6.2 If the Bidder should be in doubt as to the meaning of any process and consent to such investigation. CITY shall be the sole judge in determining Bidders of the Bid documents, or is of the opinion that the plans qualifications. and/or specifications contain errors, contradictions or 4. Tlrl F BID 11lIlTS reflect omissions, Bidder shall submit a written requestE�AIII directed to the Purchasing Division to be forwarded to 4.1 Before submitting a Bid, each Bidder must a examine the appropriate person or department for interpretation or clarification. interpretations or clarifications deemed the Bid Documents thoroughly; (b) consider federal, state and local laws, ordlnance , rules and regulations necessary by the Purchasing Division in response to such questions will be issued in the form of written that may In any manner affect cost, progress, performance, or provision of the commodities and/or addenda, mailed to all parties recorded by CITY'S Purchasing Division as having received the Bid services; (c) study and carefully correlate Bidder's observations with the Bird Documents, and d) notify documents. The issuance of a written addendum by the Purchasing Division shall be the only official method Mrs Purchasing pivision of all conflicts, errors and whereby such an Interpretation or clarification will be discrepancies In the Bid Documents. made. 4.2 The submission of a Bid will constitute an 7. PRICES BID inoDntro erUble representation by Bidder that Bidder has ..� complied with every requirement of this Article 4, that without exception, the Bid Is premised upon performing 7.1 Prices shall be shown In both unit amounts and extensions whenever the services -and/or furnishing the commodities and applicable. In the event of discrepancies wasting between unit amounts and material's and such . means, methods, techniques, extension or totals, unit amounts shall govern. sequences or procedures as may be indicated in or required by the Bid Documents, gknd that the Bid Documents are sufficient in scope and detail to Indicate 7.2 Discrepancies In the multiplication of units of work and and convey understanding of all terms and conditions of unit prices will be resolved In favor of the knit prices. Discrepancies between the indicated sum cf any column performance and furnishing of the goods and/or of figures and the correct sum thereof will be resolved in services. favor of the correct sum. S. SPECIFICATIONS 7.3 All applicable discounts shall be Included In the Bid price .1 The apparent silence of the Specffcations as to any for materials and services and Will be considered a determining factors in recommending an award in case detail, or the apparent omission from the Specifications of tie Bids. Discounts extended to CITY shall include but of a detailed description concerning any point, shall be not be limited to those disoounts normally extended to regarded as meaning that only the best commercial governmental agencies as well as the private sector. practice is to prevail and that only material and workmanship of the finest quality are to be used. All 7.4 Chain discounts are not aooeptable and will not be interpretations of the Specifications shall be made on the basis of this statement. considered in determining an award. Bidders may bid only one 1 discount far each item on the Bid Form. Firm discounts and prices are to be quoted for the term 5.2 For the purpose of evaluation, the Bidder must indicate of the Contract. any variance or exceptions to the stated Specifications no matter how slight. Deviations should be explained in detail. Absence of variations and/or corrections be 7.5 Bidder warrants by virtue of bidding that prices, terms will Interpreted to mean that the Bidder meets all the and condition in the Bid will be firm for acceptance for a period of ninety 90 calendar days frorn the date of Bid Specifications In every respect, opening unless otherwise stated by the CITY. 5.3 Anymanufacturers' names, trade names, brand names, 7.6 The Bid price shall Include all permit fees, royalties, Information and/or catalog numbers used herein are for license fees and other costs arising from the use of such the purpose of describing and establishing a general design, device or materials In any way Involved in the standard of quality, performance and characteristics and work as well as all costs of packaging, transporting and arse not intended to limit or restrict competition. The Bidder may offer any brand which meets or exceeds the delivery to the designed location within the City of Coral Specifications for any Items . If Bids are based on Springs. equivalent products, Indicate on the Bid Form the B. OCCUPATIONAL HEALTH & SAFETY manufacturer's name and catalog number. Bidder shall F submit with his Bid complete and descripflve literature 8.1 Bidder shall comply with all State and federal standards and/or specifications. The Bidder should also explain in detail the reason(s) why and submit proof that the and requirements regarding the transport, use, Installation, disposal, generation, and/or delivery of any proposed equivalent will meet the Specifications and not toxic substance as defined therein. be oonsider+ed an exception thereto. The determination of equivalency shall nest solely with the CITY. if Bidder g. SU MV ISSION of BIDS falls to name a substitute, it will be assumed that Bidder is bidding on and will be required to furnish comrnodiVes 9.1 Bids shall be submitted at or before the time and at the identical to Bid standards. place indicated in the Invitation to Bid and shall be . f1TBRPFETATIChl ID ADDENDA submitted in a sealed envelope. The envelope shall be clearly marked on the exterior "BID FOR (PROJECT .1 To ensure fair consideration for all Bidders, CITY TITLE) THE CiTY of CORAL SPRINGS, FLORIDA, oPE ....(insert date given in invitation to Bid) and shell prohibits communication to or with any department, officer or employee during the submission state the name and address of the Bidder and shall be process except as provided in Paragraph 6.2 below. accompanied by any other required documents. No re ponsiblitljr will attach to the Purchasing Division for the premature opening of a Bid not properly addressed and identified. Page Page 290 of 403 Agenda Item #15. 9.2 Bids must be typed or printed In ink. Use of erasable Ink material and substantial mistake in the preparation of its Bid, or that the mistake Is clearly evident on the is not permitted. All blanks on the Bid Form must be face of the Bid but the intended correct Bid is not completed. Names must be typed or printed below the similarly evident, then Bidder may withdrew its Bid signature. Facsimile Bids wit/ not be accepted. and the Bid Security Mill be retumed. 9.3 In accordance with Chapter 119 of the Florida Statutes 12. REJECTION QF BIDS (Public l eoords Law), and e=ept as may be provided by other applicable state and federal law, all Bidders should be aware that the invitation to Bid and the 12.1 To the extent permitted by applicable state and federal laws and regulations, CITY reserves the right responses thereto are in the public dornain. However, the Bidders Ere requested ta lden#k s ffil to reject any and all Bids, to waive any and all any information contained in their Bids which they consider Informalities, Irregularities and technicalities not involving price, time or changes in the cornrnodities confidential and/or pmpfletary and which they believe to be exempt from disclosure, citing specifically the and/or services, and the right to disregard all nonconforming, nonresponsive, applicable exempting law. unbalanced or conditional Bids. Bids will be oonsidered irregular and 9.4 All Bids received from Bidders in response to the may be rejected if they show serious omissions, alterations in form, additions not called far, conditions Invitation to Bid will become the property of the City and will not be returned to the Bidders. in the event of or unauthorized alterations or Irregularities of any kind. contract award, all documentation produced as part of the contract shall become the exclusive property of the 12.2 i1Y reserves the right to reject the Bid of any Bidder CITY. if CITY believes that It would not be in the best 9.5 The submItted Bid shall constitute a firm offer on the part interest of CITY to make an award' to that Bidder, whether because the Bid is, not responsive or the of the Bidder to furnish the commodities and/or services Bidder is unqualified or of doubtful financial ability or requested. fails to meet any other pertinent standard or criteria 10 BID FORMS established by CITY. 10.1 The Bid Form is included with the Bid Documents and 12.3 More than one Bid received for the same work from an individual, firm, partnership, corporation or must be used by the Bidder. Failure to do so may cause association under the same or different names will not the Sid to be rejected. The forms must be submitted In be considered. Reasonable onable grounds for believing that good order and all blanks must be completed. any Bidder. Is interested in more then one Bid for the 10.2 The Bid must be signed. by one duly authorized to do so same worts will cause the rejection of such Bids in which the Bidder is interested. If there are reasonable and In cases where the Bid is signed by a deputy or subordinate, the prinelpal's proper written authority to grounds for believing that collusion exists among the Bidders, such deputy or subordinate must accompany the Bid. the Bids of participants In such volluslon will not be considered. 10.3 Bids by corporations must be executed in the corporate 1 . The foregoing reasons for rejection of Bids are not name by the President or other corporate officers intended to be exhaustive. accompanied by evidence of authority to sign. The corporate address and state of incorporation must be 1. OPENING shown below the signature. 10.4 Bids bypartnerships must be executed in the 13.1 Bids wili be opened publicly on the date and at the loca#lon and time specified In the Invitation to Bid, partnership name and signed by a general partner Bids will be read aloud and an abstract of the amount whose title must appear under the signature and the of the base Bids will be made available after the official address of the partnership must be shown below opening of the Bid. the signature. 11 MODIFICATION AND 1 lTHDRAWL OF BIDS 14. BIDS TO REMAIN OPEN 11.1 Bids must be modified or withdrawn by an appropriate 14.1 All bids shall remain open for ninety (9 calendar days after the day of the Bid opening, but CITY may, document duly executed In the manner that a Bid at Its sole discretion, release any Bid and return the must be executed and delivered to the place where Bid Security prior to that date. Bids are to be submitted at any time prior to the deadline for submitting Bids.A request for withdrawal or a modification must be n writing and signed by i '1 . Extensions of time when Bids shall remain open beyond the ninety (90) day period may be made only person duly authorized to do so and, in a one where by mutual written agreement between the CITY, the signed by a deputy or subordinate, the principal's successful Bidder and the surety, If any, for the proper written authority to such deputy or subordinate successful Bidder. must accompany the request for withdrawal or modification. Withdrawal of a Bid will not prejudice 15. AWARD F CONT fi the rights of a Bidder to submit a new Bid prior to the Bid date and tlrne. After expiration of the period for 15.1 If the contract is to be awarded, it will be awarded to receiving Bids, no Bid may be withdrawn or modified. the most responsible and responsive Bidder for the 11.2 If, within t ent -four ) fours after Bids are opened, any Bidder files a duly signed written notice with CITY base Bid whose evaluation by CITY Indicates to CITY that the award will be in the best interests of the CITY and within five () calendar days thereafter and not necessarily to the lowest Bidder. demonstrates to the reasonable setsfaction of CITY by clear and convincing evidence that there was a Page 3 of 5 Page 291 of 403 Agenda Item #15. 15.2 Criteriautilized by CITY for determining the most Contract and for any renewal period unless subject to respon 'ble and responsive Bidder includes, but Is not price adjustment specified as a '"special condition" limited to the foilowing: hereto. a Ability of Bidder to meet published 17. NSURANCE specifications. b Bidder's experience and references including, 17.1 The insurance requirements contained In this Bid represent the minimal protection necessary for the but not limited to, the reputation, Integrity, CITY as determined by the CITY's Risk Management character, efficiency, experience, skill, ability Coordinator. The successful Bidder shall be required and business judgment of the Bidder, the to provide proper proof of Issuance to the Purchasing quality of performance of Bidder under Division prior to award. No award will be previous contracts, any sub -contractors and recommended until a written determination Is made by other persons providing labor or materials to CJWs Risk Management Coordinator that the proof Bidder. of insurance submitted by the Bidder is acceptable c Bidder's qualifications and capabilities, from a Risk 1anage nt perspective. Further rnodifi a#on of the requirements may be made at the Including but not llrnfted to, the size, financial sole discretion of the CITY if circumstances arr°an#p history, strength and stability of the business to perform the work of the Contract, the 18. TES possession cf necessary facilities and equipment and the quality, availability and 18.1 The successful Bidder shall pay all applicable sales, adaptability thereof to the particular use(s) consumer use, and other similar taxes required by required. law. (d) Whether Bidder can perform the Contract 19. AUDIT l l l•iT promptly or within the time specAed without delay or interference. 19.1 The CITY reserves the right to audit the records of the successful Bidder for the commodities and/or services (e) Previous and existing compliance by Bidder provided under the Contract at any time during the with laws, ordinances, and regulations relating performance and term of the Contract and for a period to the oommodities or services. of three ( year after completion and acceptanoe b f Pace. the CITY. If required by the CITY, the successful Bidder agrees to subm it to an audit by an independent 15.3 If applicable, the Bidder to whom award is made shall certified public accountant selected by the CITY. The successful Bidder shall allow the CITY to inspect, execute a written Contract prior to award by the City examine and review the records of the successful Commission. If the Bidder to whom the first award Is Bidder in relation to this contract at any and all times made fails to enter into a Contract as herein provided, during normal business hours during the term of the the Contract may be let to the next lowest Bidder who Contract. is responsible and responsive in the opinion of the CITY. 20. CONFLICT, F INTEREST 16. EN -END CONTRACT 20.1 The award hereunder Ls subject to the provisions of 16.1 No guarantee is expressed or implied as to the total Chapter 112, Florida Statutes. Bidders must disclose with their Bid the name of any officer, director, partner, quantity of comrmodiesfservices to be purchased proprietor, associate or agent who Is also a public under any opera and Contract. Estimated quenfitles officer or employee of the CITY or any of Its agencies. will be used for Bid comparison purposes only. The Further, all Bidders must disclose the name of any CITY reserves the right to issue purchase orders as public officer or employee of the CITY who owns, and when required, or, Issues a blanket purthase directly or indirectly, an Interest of five percent ° or orderfor individual agencies and release partial more in the Biddees firm or any of its branches or quantifies or any combination of the proceeding. affiliate companies. 16.2 ORDERING: The CITY reserves the right to purchase 21. N N- LLUSI E.AFFIDA111T commoditle /services spec ied herein through Contracts established by other govemmental 21.1 Each Bidder shall complete the don -Collusive agencies or through separate procurement actions Affidavit and Include It with the Bid Form and shall due to unique or special needs. if an urgent delivery submit this Form with the Bid. Failure of the Bidder to Is required within a short period than the delivery time submit this document may be cause for rejection of specified In the Contract, and if the seller is unable to the Bid. oom ply therewith, the CITY reserves the right to obtain such delivery from others without penalty or 22. SUMMARY OF DQCUIVIENTS IQ BE SUBMITTED prejudice to the CITY or to the Bidder. BY BIDDERS 16.3 CONTRACT PERIOD: The initial Contract period shall 22.1 Th-e following is a suimmary of documents, copies of start with the expiration date of the previous Contract which may be included in the Bid documents, which or date of award, whichever is latest, and shall are to be completed and submitted by Bidders: terminate two ( years from that date. The CITY may renew this Contract far two two year periods a Bidder acknowledgement. subject to Bidder acceptance, satisfactory b) Bid Form performance, and determination that renewal will be in c) Non -Collusive Affidavit the best Interest of the CITY. Ail prices, terms and conditions shall remain firm for the initial period of the Page 4 of Page 292 of 403 Agenda Item #15. r" d CerUfed Resolution or other duly executed document evidencing authority to sign on behalf of the Bidder. (e) Qualification Statement, if required by the Special Conditions. M Bid Security, if required by the Special Conditions. g Cercates of Insurance, if required by the Special Conditions. h) Cert1fication of Non -Segregated Fa iliges, If required by the Special Conditions. Page 5 of Page 293 of 403 Agenda Item #15. BID FORMS SUBMISSION GHBCKLIST Projed Name: W�-WELL REHABILITATION EE&VIC-E Bid Has, 6-R-W Bidders Cwnpimy N 0 Tbje follow'ng form mould be MnPlded and rdUned with the bid eve projecto . 0 Bid sub m ch a f 0 Bid Ac4mowlaWmUmt (page one 0Wy) Bid Form �.. city En&cw conswtw 5. C�cd melon 6. NonAaCollusive Affidavit Quahficadons Suftment 81 i Cerfificate 10. 0 Foreign (non-Plofida) Corp. 11, 7 Cover Page (ifreqWred) Page 294 of 403 Agenda Item #15. ................... CORAL S,PR-INGS --� EVERYTHING UNDER THE SUN DATE: May 10, 2016 NUMBER:BID NVUATION TO BID ALL EN'TE ESTED PARTIES: The City of Coral Springs, Florida, hereinafter referred to as the CITY vn"Il receive pealed Bids at the office ofthe Purchasing Administrator, r, C Hall 9 1 West � . � � ample Load, coral Springs, Florida 330, for. WATER SUPPLY WELL REHABILITATION Sealed Bids must he received and time sty the Purchasing . p * � Administrator, either � mail or hand deli eM no later than :00 p.m. local time on MLednesday., 1a 2. 2016 A public opening will take place at or before 2:15 p.m. in the CityCommission • Chambers located at ��t Hall on the same date. Any hies received after 2:00 .m. local time p n said date will not be accepted under any circumstances. Any uncertain regard- - the time areceived. � bid i will be resolved against the Bidder. The CITY reserves the right to reject any or all bids to waive an informalities . , . crrregulartes and technicalities not involving price, time or changes in the work, 1, in and hi the ��T�. d received, to re - advertise for bids or take any other such actions that may he deemed to a the hest interests of Leonardo Bermudez Purchasing Agent II CITY OF CORAL SPRINGS, FLORIDA a FINANCIAL SERVICES DEPARTMENT 0 PURCHASING DIVISION 9551 W. Sample Road • Cora! Springs, FL * CorarSprin.rg Phone -34-1100 * Fax 54-3-1 1 Page 295 of 403 Agenda Item #15. � WATER. SUPPLY WELL R. MA ELUATI 1 1-- INSTRUCTIONS To BIDDERS 1. QUALIFICATIONS of BIDDERS 1. I Each Bidder shall complete the Qualifications Statement and shall submit the same with the Bid. Failure t submit the Qualifications Statement and all documents rewired thereunder together with the Bid may constitute grounds for rejection of the Bid. 1.2 Sample of items, when required, roust be unished by ]Bidder free of cage to Cam. Each individual sample must be labeled with Bidder name and manufacturer's brand name and be delivered by within ten 10 calendar dais of the Bid offing unless the schedule indicates a different time and unless submission is required before the Bid opening. I samples are required ' g red subsequent to the Bid opening they should be delivered within ten 1 calendar dais of the request. CITY will not be responsible for retuming samples. 1.3 City reserves the right to consider the availabilityof arts and , . � service facilities for the equipment offered. The failure of the Bidder to maintain a sufficient line of Parts to service the eqlupment within a reasonable distance to the CITY may be cause for rejection of the bid. 1.4 CITY reserves the right to consider a Bidder's history o citations . ns and/or violations of environmental regalations in determininga Bidders responsibility, and further reserves the right to declare a Bidder not responsible if the' history of violations warrant such determination, Bidder shall submit with Bid, a complete history of all citations and/or violations, notices and dispositions sp s thereof. The nonsubmission of any such documentation shall be domed to be an affirmation by the Bidder that here are no citations or violations. Bidder shall notify SIT immediately of notice of any citation or violation that Bidder may receive after the Bid opening date and during the time of performance of anact contr. at awarded to Bidder. 2. SF CI ICAnONS 2.1 Items shown on the plans but not noted in the Specifications, and d items noted m the Specifications but not shown on the Plans, are to be considere d as both shown on the Plans and noted in the Specifications. An errors or ornissi . � ons m the Specifications or on the Mans, as to the standards of the work, shall not relieve the CONTRACTOR of the obligation to furnish a satisfactory first class job '� in strict conformity with the hest practice found in structures or in the work of a similar type. The failure of the Bidder to direct the attention of the CITYs Purchasing as�ng Page 1 of 1 Page 296 of 403 Agenda Item #15. Agent to efrors or discrepancies will not relieve the Bidder, should Bidder be awarded the Contract, of the responsibility of er'forrni� the satisfaction of the Cam. �' work to e 3. BID FORM 3.1 The Bid Forrn, together with the Invitation to Bid the Instructions to Bidders, constitutes an offer from the Bidder. If any or all parts of the Bid are accepted by the City of Coral Springs, an authorized officer of the Ci • ty shall affix his/hersigture hereto and this document, together with the Invitation to Bid, the Instructions to Bidders, any Drawings, Plans and Specifications issued prior to the execution of this Bid Form, and any Purchase order issued the Ci • � � after execution of this Bid Form, shall constitute the written agreement between the parties and shall together comprise the Contract Documents. The Contract Docents are complimentary and what is required by one shall be as band . g a if required by all. 4. AKA1D of Co C' 4.1 If the Contract is to be awarded, it will be awarded to the most responsible and responsive Bidder for the Bid whose evaluation by CITY indicates to oITY that the award will be in the best interests of the CITE and not necessarily to the lowest Bidder. 4.2 Criteria utilized by CITY for d .n the most responsible spnsrble and responsive Bidder includes, but is not limited to the followin g (a) Ability Of Bidder to meet published specifications, (b) Bidder's experience and references includin but g not limited to, the reputation, integrity, character, efficiency, experience, skill ability an business judgment of the Bidder, the quality of performance ' 1 � p e of bidder under previous contracts, any sub -contractors and other persons p providing labor or materials to Bidder. Payment historywith sub -contractors actors under previous contracts. (C) Bidders qualifications and capabilities not including but . 1lnirted to, the size, uncial history. strength and stability of the business to cr p orm the work of the Contract, the possession of necessaryfacilities and egmpment and the quality, availability and adaptability thereof to the particular uses required, (d) Whether Bidder can perform the Contract PrOmPtlY or within the time specified, Without delay or interference. Page 2 of 1 Page 297 of 403 Agenda Item #15. (e) Previous and existing ' corn liance by Bidder with laws ordinances regulations relating to the goods or services. (fl Price. 4.3 The CONTRACTOR must execute the required contracts prior to award by the City Commission. After City Commission award the CONTRACTOR will be issued a Notice of Award. Within fifteen 1 days thereafter, the CONTRACTOR must deliver the required bonds and certificate of insurance t OWNER. within ten 10 days thereafter, OWNER shall deliver one 1 fully executed contract to CONTRACTOR along with a Notice to Proceed. The fully executed contract will be accompanied by a complete sit o(ifdrams required). 4.4 If applicable, the Bidder to whom award is beyg m re ended shall execute a written contract prior to contract award. If the Bidder fails to enter into a Contract as herein provided, the recommended award Will be let to the next lowest Bidder who is responsible and responsive in the o m1on of the City. � ' p ty Such Bidder shall fulfill every stipulation embraced herein as if he were the original party to whom the award was made. . PUBLIC ENTITY CRIMES INFORMATION STATEMENT 5.1 A person or affiliate who has been laced n the convicted p vendor list following a conviction for public entity crime may not submit a bid on a contract ct to provide any goods or services to a public entity, may not submit a bid on a contract with th a public entity for the construction or repair of a public buildingor -public c work, may not submit bids on leases of real �p� to public entity, �, may not be awarded or perform work a contractor, supplier, subcontractor pP � r consultant under a contract with any public entity, and may not transact business usrness with any public entity in excess of the threshold amount provided in Floes p d Mate statutes, Section 287.017, for CATEGORY TWO fora enod f months s from the date of being placed on the convicted vendor list. 6. CONTRACT TEE .1 The work to be performed under the Contrast shall be commenced upon issuance of Purchase order and after all applicable permits are obtained p by contractor. .2 The time of completion for spices authorized under each Purchase Order/Work Order will be established at the time of issuance of Purchase order fork order, 6.3 13Y virtue of the submission of his Bid, Bidder agrees and f11 y understands that the completion time of the work of the Contract is an essential ' fiat and material condition of the contract and the time is e of the essence. The Successful .�. - cessful rdder Page 3 of 12 Page 298 of 403 Agenda Item #15. ( � agrees that a wort shall be prosecuted regularly, diligently and Uninterrupted errupted at such rate of progress as Will ensure full completion thereof wi thin tile time specified. failure to complete the work Within the time period specified shall be considered a default. 7. LI UIDATED DAMAGES FOR BREACH OF CONTRACT See Construction Services General Conditions, Paragraph 11.4 for details. � etarls. . SAFETY .1 The Successful Bidder shall be responsible for initi t1ng, maintaining and supervising all safety precautions and programs in connection with the work. The Suecessful Bidder shall comply, with the rules and regulationsf the FloridaFlor ]department of Commerce regarding industrial s(Fla Statutes Section on 440.56) and with the standards set forth in the Occupational Safety and p � Health Act of 1970 (OSHA) and its amendments. .2 The Successful Bidder shall take all reasonable precautions for the safety of and shall provide all reasonable proton to prevent damage, �or loss to. (a) A11 employees on the work site and all other persons who maybe affected thereby. (b) The work and all materials and equipment incorporated th .erern. (c) Other proper at the site or adjacent thereto including � , � g trees, shrubs, lawns, walks, pavements, structures, irri tion s tes gird utilities utilities not designated for �remo al, relocation or replacement ement in the co urse arse of the work. . WARRANTIES 9.1 Wamantv of Title: The S c essf l Bidder warrants to the CI TY that all goods and materials fished under the Contract will be new Mess otherwise specified period and that Su cessU Bidder possess good, clear, and marketable title to said goods and there are no pending liens, claims or encumbrances Whatso ' ever against sand _ goods. All work not con orrrling to these requirements, including � � g substitutions not properly approved and authorized may be considered defective. 9.2 Barran of eci cations: The Successful Bidder warrants that all goods, materials and workmanship f rnihed, whether firnihed the Success ' � Successful Bidder or its sub -contractors and suppliers, will comply with the ' specifications, dr�.ng and other descriptions supplied or adopted. Page 4 of 12 Page 299 of 403 Agenda Item #15. � 9.3 Warranty of Merchantabili The Successful Bidder warrants that the goods to be supplied pursuant to the Contract are merchantable, of goad qualityand free from na defects, whether patent or latent in material or wor anship. .4 Wwantv of Material and Wor n anshi 'The Successful Bidder warrants all material and workmanhlp for a ` ' um of one(1)year from date o ro ect completion and acceptance by'� the CITY. If within one 1 . year after acceptance by the Cam, or within such larger period of time as may be prescribed p y law any of the work is found to be defective or not in accordance with the Contract Documents, the Successful Bidder shall after receipt of a Witten notice from the CITY to do so, promptly correct the work unless the CI has previously ' p � given the Successful Bidder a mitten acceptance of such condition. 9.5 The Successful Bidder warrants to the CITY that it will c Mn 1 with � all applicable federal, state and local laws, regulations and orders in carrying out obligations hgations under the Contract. 9.6 The Successful Bidder warrants to the Cthat it is not insoly ent, 1t is not in bankmpt y proceedings or receivership, nor is it engaged in or threat ` threatened w1 any litigation, arbitration or other legal or 'stratiproceedings a or investigations f any bind which would have an adverse effect on its ability to perform its obligations under the Contract. 9.7 The Successful Bidder warrants to the CITY that the consummation of the work provided for in the Contract Documents wfll not result in the breach of any t erm or provision of, or constitute a default under any indenture, mortgage,contract agreement to which the Successful Bidder is a party. 9.8 The Successful Bidder warrants that there has been no violation of ' c�glit or Patent rights either In the United Mates of America or in foreign countries in connection with the work of the Contract. 9.9 All warranties made by the Successful Bidder together with service . g warranties and guarantees shall run to the CITY and the successors and assigns of the CITY. 10. RISK OF LOSS 1.1 The risk of loss injury or destruction, regardless f the cause f the g casualty, shall be on the Successful Bidder until the completion of the project for water Well rehabilitation Services and inspection and acceptance the project Cam. � p o� ect by 11. F RMTSFEES AND NOTICES Page 5 of 1 Page 300 of 403 Agenda Item #15. � The Successful Bidder shall secure and be responsible to ay any mall permits and licenses that may be required for the proper execution and completion of the � work. The Successful. Bidder shall use their best efforts to obtain all necessary pen -nits as soon as possible after the slate of Contract award. An delays in obtaining permits must be brought to the attention of the Purchasing Agent without delay. 11.2 The Successful bidder shall give all notices and comply with all laws ordinances dinance, rules, regulations and lawful orders of any public authoritybearing on the performance of the work. The CITY shall not be responsible for monitoring the Successful Bidder's compliance with any laws or regulations. 11.3 The Successful bidder shall secure, complete and file with the Clerk of Courts of Broward County, a Certified Notice of Commencement required per chapter 9 - 838, Laws of Florida. This notice roust be on file with the Coral Springs Building Division, and be displayed on the job site prior to the first inspection. 12. CLEANING UP 12.1 The Successful Bidder at all tunes shall keep the remises free from accumulation p ulat�on of waste materials or rubbish caused by Bidder's operations. At the completion of the work Bidder shall remove all waste materials and rubbish from and about the site as well as all tools, equipment, machinery and surplus materials and provide final cleaning and return the space to condition suitable for use b the COY. 13. DEI-AYS AND EXTENSIONS of TAIE 13.1 The Contract time may only be changed by a change order or a written amendment. Any claims for an extension or shortening of Contract time shall be based upon written notice delivered by the party maidng the claim to the other party not more than three 3 calendar days after the occurrence of the event giving rise to the claim and stating the general nature of the clamp otherwise i shall be waived. 13.2 No claim for damages or any cla.ina other than an extension of ` time shall be made or asserted against the CITY by reason of any delays. 14. DEFAULT 14.1 In the event the SuccessU Bidder shall default in an of the terns obligations, � g ons, restrictions or conditions in the Contract Documents, the CITE shall give the Successful Bidder mitten notice by certified mail of the default and that such default shall be corrected or actions taken to correct such default shall be commenced Within five calendar da thereof. 'In the event the Successful Bidder has failed to correct the condition(s) of the default or the default is not Page 6 of 1 Page 301 of 403 Agenda Item #15. � remedied to the satisfaction and approval of the CITY, the CITY sMI have all legal remedies available to it, including, but not limited to termination of the Contact inwhich case the Successful Bidder shall be liable for all procurement and reprocurernent costs and any and all damages permitted by law arising from the default and breach ofth Contract. 15. LEMM-WATION FOR CONVENIENCE OF CITY See Construction Services General Conditions, Paragraph 13.13 for details. 16. ASSLGNMEENT 16.1 The Successful Bidder shaft not assign or transfer its rights, title or interests in � � the Agreement nor sha11 Successful Bidder delegate anY of the duties or obligations undertaken by Successful Bidder without OITY's prior vnxtten approval. 17. APPLICABLE LAWS ORDINANCES, RULES CODES AND RE LTLATIO 17.1 Familiaritv with Laws; Notice is hereby given that the Successful Bidder must be familiar with all federal, state and local laws, ordinances rules,codes and regulations that may affect the work. Ignorance on the part of the Bidder will in no way relieve him from the responsibility of compliance therewith. 18. EOUAL EV2LOYMENT" OPPORTUNITY RE UI EI�1ENT WOR IATION. 18.1 A copy of tie order no, 1124 , "Notice ofRequirement forAffirmative . Acton t Insure Equal Employment Opportunity" is on file in the Citys Department of Development Services, 9551 W. Sample Road Coral Springs, Florida � p g rida 3 06 . All bidders must consider those requirements nior t submitting g a bid. Those requirements shall be incorporated into and made a part of the Contract. 19. MENINIFICATION 19.I -GENERAL ,L RqDENWMICAT'IO . The parties agree that one percent(1%) of the total compensation paid to CONTRACTOR for the workthe Contract f hall constitute specific consideration to CONTRACTOR for the indemnification to be provided under the Contract. To the fulf.est extent permitted by laws and regulations, CONTRACTOR shall indemnify, save and hold harmless the OWNER, its officers, agents and employees, from or on account of all claims damages, losses, liabilities and expenses, direct, or consequential, includin g, but not limited to, fees and charges of engm*eer, architects, attomey's, consultants and other professionals and court and arbitration costs arising out of or resulting from . g the performance'of ence of the Work excluding the sole ne h of OVER. g g Such indemnification shall specifically include but not be limited to clams darnages, Page 7 of 1 Page 302 of 403 Agenda Item #15. r r losses and expenses arising out of or resulting from a any and all bodily injuries, sickness,, death, disease; b) Miury to or destruction of tangible personal property, including the loss of use resulting therefrom; c other such damages, liabilities or losses received or sustained by any person or persons during or on account of any operations connected with the construction of this project including the warranty period; d the use of any improper 'materials; a any construction defect including patent defects; i) any act, omission or default of CONTRACTOR or his subcontractors, agents, servants or employees; g the violation of any Federal, state, county or City laws, -laws, ordinances or regulations by CONTRACTOR, his subcontractors, agents, servants or employees; (h) the breach or alleged breach by CONTRACTOR of any term of the Contract, including the breach or alleged breach of any warranty or guarantee. 19.2 PATENT AND COPYRI MITT INDEMNIFICATION: : CONTRACTOR agrees to indemnity, save and hold hannless the OTTER, its officers, agents and employees, from all such claims and fees, and from any and all sites and actions of every name and description that may be brought against OWNER, its officers, agents and employees, on account of any claim, fines, fees, royalties, or casts for any invention or patent, and from any and all suits and actions that may be brought against OWNER, its officers, agents and employees for the infringmnent of any and all copyrights or patent rights claimed by any person, �, or corporation. 19.3 Pmuant to the requirements of Florida Statute 7 2.06, as amended, the indemnification from liability for damages caused in whole or in part by any act, omission or default by OWNER as contained in Paragraph 20 above, shall be limited to the monetary amount of comprehensive general liability insurance, which CONTRACTOR is required to obtain under the Contract. All other indemnification rewired hereunder shall not be limited to the amount of required comprehensi a general liability insurance or any required excess insurance. 19.4 CONTRACTOR shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever, -excluding only those in which the damages arose out o the sole negligence of OWNER, in connection with the foregoing indemnifications, including, but not limited to, reasonable attorney's fees and costs to defend all claims or suits in the name of the OWNER when applicable. 19.5 OWNER reserves the right to select its own legal counsel to conduct any defense m any such proceeding and all costs and fees associated therewith shall be the responsibility of the CONTRACTOR under the indemnification agreement. Such indemnification shall not be limited to the amount of comprehensive general liability insurance that CONTRACTOR is required to obtain under the Contract. Nothing contained herein is intended nor shall it be construed to waive OWNER's rights and immunities under the common later or Florida Statute 768.28 as amended from time to time. This obligation shall not be construed to negate, Page 8 of 1 Page 303 of 403 Agenda Item #15. abridge, or othervn0a reduce any other night or obligation of indemnitythat would otherwise exist as to any party described in this Paragraph U and its subparts. 20. INS 20.1 Bidders must submit copies of their current certificate of insurance together with the Bid. Failure to do so may cause rejection of the Bid. 20.2 AT 'THE TEMIE of EXECUTION OF THE CONTRACT SUCCESSFUL BIDDER SHALL SUBMIT A CURRENT C RTCA'T OF INSURANCE EVIDENCING T REQUIRED'COVERAGES AND SPECIFICALLY PROVIDING THAT THE CITY OIF CORAL SPRINGS IS AN ADDITIONAL NAMEED INSURED WITH RESPECT TO THE RFQ JERED COVERAGE AND T OPERATIONS OF THE SUCCESSFUL BIDDER UNDER THE CONTRACT. a Companies e selected must be acceptable to the CITY. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty 3 0 calendar days written notice has been given t CITY by certified mail. 20.3 The Successful Bidder shall procure and maintain at its own expense and beep ' �n effect during the full term of the Contract a policy or policies of insurance p that must include the following coverage and limits of liability: (a) Worlees Coin ensation Insurance for statist obligations imposed � p b Worker's Compensation or occupational Disease Lays, including,where applicable, the United Mates Longshoremen's and Harbor Wores Act the Federal Employer's Liability Act and the Homes Act. xn to er's Liability Insurance shall be provided with a nuffinimum of Two Hundred Thousand and xx 100 dollars $200,000.00 per accident. Successful Bidder shall agree to be responsible for the em to en conduct and p � control of its employees and for any injury sustained by such employees in the course of their employment. (b) Com rehensive Automobile Liabilily Insurance for all owned, non -owned and hired automobiles and other vehicles used by the Successful Bidder in the performance of the work with the following r ini un lbanit of .l.�aability: I - 000 000 Combined Single Limit, Bodily Injury and prop erty Damage Liability per occurrence (c) Comprehensive General Liability with the following um limits of liability: Page 9 of 1 Page 304 of 403 Agenda Item #15. r $1.000"000 Combined Single Limit Bodily Injury and Pro perty Damage Liability per occurrence Coverage shall specifically include the following with urn limits not less than those required for Bodily Injury Liability and Property Damage: 1. Presses and Operations; . Independent Contractors; . Product and Completed Operations Liability; 4. Broad Form PropertyDamage; . Broad Form Contractual Coverage applicable to the Contract and specifically confirming the indemnification and hold harmless agreement in the Contract; and . . Personal Injury coverage with employment contractual exclusions removed and deleted. 20.4 The required insurance coverage shall be issued an insurance . y company authorized and heensed to do business in the Mate of Florida with the following . a i. nUmmum qualifications n accordance with the latest edition of A.M. est's Insurance wide: Financial Stability B+ - + 20. , All required insurance policies shall preclude any underwriterts rights of li recovery or subrogation. against CITY with the express intention of the parties being that p g the required insurance coverage protects both .pales the coverage a for any and 0 losses covered by the above described insurance. 20.6 The Successful Bidder shall ensure that any company issuing insurance to cover the requirements contained in this Contract agrees that they shall have no recourse ag&Lnst CITY for payment or assessments in any form on any policy of insurance, p � 20.7 The clauses "other Insurance Pmvisi n " and " nsurers Dines in the Event of an Occurrence, Claim or Suitt as it appears in any policy of insurance in which CITY is named as an additional named insured shah not apply to Off. O� Pp shall provide Witten notice of occurrence vn fifteen I woffing days of CITYs actual notice of such an event. 20.8 The Successful Bidder shall not commence work under the Contract until after he has obtained all of the ` ' um insurance herein described. 20.9 The Successful Bidder agrees to perform the work under the Contact independent contractor, and not as a sub-cOntract0r. agent or employee o f CITY. Page 10 of 1 Page 305 of 403 Agenda Item #15. 20.10 Violation of the terms of this paragraph and its subparts shall constitute breach of the Contract and Cam, at its sole discretion, may cancel the Contract � d all rights, tale and interest of the Successful Bidder sal thereupon cease and tenninate. 20.11 OVVN 's Liability and Insurance: OWNER shall not be responsible. for purchasing and maintaining any insurance to protect the interests o CONTRACTOR, subcontractors or others on the Work. OTTER specifically reserves all statutory and common law rigbts and irn nunities and nothing herein is intended to limit or waive same including, but not limited to the procedural and substantive provisions of Florida statute 768-28 and Florida statute 95.11. 1. CONTRACT Rm 21.1 The initial terns of this contract will be two (2) ears with n option t r � p enema for two 2 additional two 2 year time periods for a cumulative total of sip (6) years, using the sarne terms, conditions, and pricing of the original agreements provided that funds are available and appropriated by Ci 's Concession. 22. CaNT ACT ADYUSTMENTS 2.1 The cost(s) shall remain firm for the initial two (2) year contract term. y Costs for any extension term shall be subject to adjustment only if increases occur in the industry; such increases shall not exceed % or, whichever is greater, the latest yearly percentage increase in the All Urban Consumers Price Index(CPI-U) aspublished by the Bureau of Labor Statistics, U-S, Department of Labor. � The yearly increase or decrease, in the CPI shall be the latest index published and va able ninety days prior to the end of the contract year then in effect ffect compared to the index for the comparable month one year . riorAn r uested p � cost increase shall be fully documented and submitted to the CITY at least ninety (90) days prior to the contract anniversary date. Any approved cost adjustments � eats shall become effective upon the anniversary date of the contract. In the event the CPI or the industry costs decline, the CITY shall receive from the Contract or, a reduction in costs, accordance with the term and conditions for adjustments detailed above. 23. ADDENDUM An addendum, if needed, will be issued prior to the o enin of bids. The intent of these addenda is to clarify, correct, or change the scope of work and/or bidding documents. It is the responsibility of the bidder to view the website to determine if an addenda ends have been issued or to contact the Purchasing Division to determine if an addendum lu � nBaas been. issued. In some cases, where the addendum has a direct effect on the scope f work r or a Page 11 of 1. Page 306 of 403 Agenda Item #15. � chmge in the cast of the project, the omission of the signed addendum b effig re wed with the bid submittal may cause the bid to be considered as non -responsive. Page 12 of 12 Page 307 of 403 Agenda Item #15. � SECTION 01010 SUMMARY F WORK PART 1 GENERAL 1,01 WORK INCLUDED A. All of the work under this contract is located within existing rights -of -way, utilityeasements, i or other such CITY property. B. Provide materials, equipment, and incidentals necessary for completion of t Proper co pro rn the Work re aired � � by the Specifications and s shown on the Drav4ngs, using qualrffed labor and supervision. C. Perform the work complete, in place, and ready for continuous service and include repairs, testing, permits, cleanup, replacements, and restoration required as a result of damages caused during this construction. D. Materials, equipment, skills, tools, and labor which are reasonably and propedy inferable and necessary for the proper completion of the work in a substantial manner and in compliance with the requirements stated or implied by these Specifications or Drawings sharll be furnished and installed b the CO y RACT-0 whether specifically indicated in the Contract Documents or not. E. Comply with local, County, State, Federal, and other codes which are applicable to the proposed construction work. 1,02 GENERAL DESCRIPTION of WORK A. The project consists of the rehabilitation of up to five raw water supply wells numbers including gravel, development, disinfection and removal and replacement of motor, pump and column pipe. 1,03 DETAILED DESCRIPTION of COMPONENTS A. The wells are located in the Coral Springs wellfieid as shown on the attached map, B. Furnish and install all siteworkir demolitiont mechanical, and electrical improvements p s required for the complete rehabilitation of the wells. C. Provide for the discharge of all development water to the nearest catch basin or canal. Provide all slit barriers in canals where water is discharged. D. Provide all equipment and materials for the development of the wells, including but not limited to cranes, compressors, piping, gravel, chlorine. E. Provide all required traffic control. 21 1 27 - 0.GE 1010 SUMMARY OF WORK Page 308 of 403 Agenda Item #15. F. G. Provide for mobilization to the City of Coral Springs water treatment plant and then toach of the individual well sites. Provide all equipment and materials for th. a complete chlorination of each well. H. All other required work whether implied or incidental to the proper completion � p orr of the project. PART 2 PRODUCTS - Not Used. PART 3 EXECUTION w Not Used. END OF SECTION 4/29/16 01010 OF WORK Page 309 of 403 Agenda Item #15. ' r SECTION 01025 MEASUREMENT AND PAYMENT PAl T I GENERAL 1101 WORK INCLUDED A. The work outlined is for one individual well. Several wells may be included under this contract, but the pricing shall be on a per well basis. B. Payment for the various items in the Bid Form as furthers specified herein all compensation � � , shall include I n to b received by CONTRACTOR ACT for furnishing all tools, equipment, supplies, and manufactured articles incidentals • and for all labor, operations, end incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all inaccordance P u with requirements of the Contract Documents, including all appurtenances thereto, and including all costs of corn Hance with re of public agencies � � � p gelation p e having jurisdiction, including Health and Safety Requirements of the Occupational Safety and Health Administration of the U- S. Department of Labor(OSHA), SFVI , Bro wrard County, end F EP. No separate payment will be made for an it that i not specifically set forth i the Biel � � ern . Schedule, and all costs! therefore, shall be included in prices named in the Bid Schedule for various appurtenant items of the 1JIlorl. 1.02 MOBILIZATION AND DEMOBILIZATION (BAD ITEM NO, 1) A. Measurement for payment of mobil izartion/demobilization is based up on rs the r • . � completionof mobilization and/or demobilization to the City of coral springs well site. This is an overall expense to get all needed equipment, material, and personnel to Coral S to rehabilitate any grid all wells in the project. Mobilization prangs p Mobilization includes but is not limited to the following principle items: I. Mobilize men, materials, and equipment to the City of Coral Springs. . Removing all equipment, material and personnel from the CitY of Coral Springs. B. Payment for mobilization/de mobil ization shall b'e made as follows. The Con . Contract unn�t pace nerved shell be distributed for completion of mobilization at 6 % and demobilization t 0%. Payment will constitute as full compensation for the provision of work as listed above plus all other appurtenant or incidental work required to properly corn rriobilizationde .. p p plate the rrobilnzation phase. The following are prices for each Individual well site authorized for rehabilitation: 1.03 MOBILIZATION AND DEMOBILIZATION (13113 ITEM NO.2) A. Measurement for payment of mobilization/demobilization is based upon of mobilization p the completion r ation and/or demobilization to any of the well sites in the Coral Springs wrellfield from the coral Springs water treatment p g eatiment plant or previously rehabilitated well. This is an overall expense to get all needed equipment, material, and personnel to a well site to rehabilitate. Mobilization includes but is not limited to the following p rincip le items; 1 6-o O.GE 01025 MEASUREMENT AND PAYMENT Page 310 of 403 Agenda Item #15. I. Mobilize men, materials, and equipment to the well site. 2. Removing all equipment, material and personnel from the well site. B. Payment for mobilization/demobilization shall be made as follows. The Contract unit price named lull a distributed for completion �demobilization � of mobilization at �� and at %. Payment will constitute as full compensation for the provision of work as listed above plus all other appurtenant or incidental work as requiE. red to pro ed complete the mobil ization/demo�bili at•ron phase. P p 1,04 SETUP AND REMOVAL of EQUIPMENT AT A WELL SITE (BID ITEM[ NO. 3) A. Measurement for payment for setup is based on the completion of the setup at each well site as described below: 1. Provide temporary site fences and silt and erosion control. . Provide required traffic control. 3. Prepare and layout site. . Have the CO TRACTOR's superintendent on the job site full time. . Have qualified personnel experienced in well rehabilitation n the Provide temporaryjob site full time. 6. wellhead and discharge pipe to appropiratei discharge location. . All miscellaneous costs not Included in other individual bid items, including but not limited to taxes fees etc. . Remove temporary construction facilities at each site. . Remove temporary site fencing and silt and erosion control facilities from each site. 10. Remove equipment and excess materials, including discharge pipe. e. 11. Restore any disturbed sod or broken sidewalks, curbs, or pavement. B. Payment for setup at each well site shall be at the unit price outlined in the Bid For and shall constitute as full compensation for the provisions of work a listed above plus all other appurtenant or incidental work as required -to piled complete the setup phase. 10.05 REMOVE PUMP, COLUMN PIPE, WELLHEAD, TRANSDUCER (BID ITEM NO, 4) A. Measurement and payment will be for the removal of the pump, column and wellhead pipe from each well and the transducer from the monitoring tube. Keep these p rote ted and out of the dirt on site for replacement at the end of the work. B. The payment will be made at the contract unit price named which rice will constitute ate full compensation for providing all material, labor, equipment and incidentals required to propel perform the removal of � p he mpg column pipe, wellhead and transducer f�-orrr this well. 7.06 ROTARY BRUSH CLEANING EXISTING WELL CASING AND SCREEN (BID ITEM NO.S) A. Measurement and payment will be based upon the total number of hours of actual brushing provided, exclusive of setup and take down of equipment. The cost of u seta of equipment shall be included in the hp hourly rate for brushing of the well casing and screening. -o o.GE 2 MEASUREMENT AND PAYMENT Page 311 of 403 Agenda Item #15. B. The payment will be made at the contract unit price ruined which price will constitute full compensation for providing all material, labor, equipment and incidentals requireduird to properly perform rotary brush cleaningfor this well. 9.07 ACID[ZE EXISTING WELL SCREEN WITH SUI.FAMIC ACID (BID ITEM NO.6) A. Measurement for payment for acid i ation of the well screen with 2 0 % sulfamic-acid shall be the total cost for providing the acid, mix!n the acid, and pu m p i ng the acid into the well. This includes all personnel• and equipment required to complete this portion of the project, B. The payment will be made at the contract unit price named which rice will constitute full I compensation for providing all material, labor, equipment and incidentals required to properly perform acidition for this well. 7.08 AIR SURGING (BID ITEM NO.7) A. Measurement nt for payment for surging the well will be based upon the actual number f hours the well is surged a clusive of setup and takedo ern of equipment. The cost of setup of equipment shall be included in the hourly rate for air surging of the well. B. Payment will be made at the contract unit price named. This price wrill constitute full compensation for provfding all materials, labor, equipment, and incidentals required to proper) perform the surging of q p the well. het up of the equipment required to complete this task shell be included in the hourly rate. 1109 FURNISH AND INSTALL TEMPORARY LAP PIPE OVER SCREEN BID ITEM[ NO, A. Measurement for payment for the installation of a temporary lap pipe shall be based upon � n the completion of the installation. This will require the lap pipe to be installed over the existing screen and brought to the surface of the well with appropriate piping to allow surging of the well. B. Payment will be made at the contract lump sum price named. This rice will constitute full compensation � for providing all material, labor, equipment and incidentals required to properly install the temporary lap pipe. 1110 ADD GRAVEL To WELL, COMPLETE (BID ITEM NO. 9) A. Measurement for payment for gravel pack shall be based upon the cubic feet of gravel pack placed in the well. Al! in ,accordance with the requirements of the Contract Documents. B. Payment for gravel pack will be made at the contract unit price named. i This rice p !1 i constitute full compensation for providing all material, labor, equipment and n dentals required to properly supply and install the gravel pack material for this well rehabilitation. 1.11 AIR DEVELOPMENT WELL, COMPETE (BID ITEM N0.10) A. Measurement for payment for air development of the well shall be based upon the hours of redevelopment completed p pleted exclusive of setup and takedown of equipment. The cost of setup of equipment shall be included in the hourly rate for well development. 2 /1 02 275-050.GE 3 MEASUREMENT AND PAYMENT Page 312 of 403 Agenda Item #15. E. Payment will be made at the contract unit price named. This price will constitute full compensation for providing all material, labor, equipment and incidentals required to properly perform the development of this well. 1,12 REMOVE EXCESS GRAVEL PAC K AN D LAP PIPE BID ITEM IN0. 11 A. Measurement for payment for removal of gravel pack and lap pipe shall be based upon the completionoof the removal P al of the gravel pack and lap pipe upon completion of air development. B. Payment will be made at the contract lump sure pride nar ned. This price will constitute full compensation for providing all material, labor, equipment and incidentals required to properly remove the graver pack down to the top of the screen and the removal of the lap pipe from the well. 1,13 PERFORM POST PUMP DEVELOPMENT, STEP DRAWDOWN AND SAND TEST ON WELL (BID ITEM NO, 1) A. Measurement for payment for pump development, step drawdo wrn test and sand test shalt be based upon the number of hours of actual pump runtime completed. B. Payment will be made at the contract unit price named. This price will constitute as compensation for all costs, providing and operating the test pump, power and fuel, discharge piping, meters, fittings, and other equipment and labor necessary to operate step drawdown tests and sand tests and to control and direct the flow to final authorized discharge point. 1,14 PRE AND POST TELEVISION VIDEO SURVEY of WELL (BID ITEM NO, 13) A. Measurement for payment for performing the television video survey Will be based upon the completion of the television video survey of the well prior to beginning work and at the completion of the required work. B. Payment will be made at the contract unit price named. This price will constitute full compensation for providing all material, labor, equipment and incidentals required to properly perform the television video survey of this well. 1.1SUPER CHLORINATION. (BID ITEM NO, 14) A. Measurement for payment for super chlorination of the well shall be based upon the completion of the chlorination in accordance with the contract documents. E. Payment will be made at the contract lump sum price named. This price will constitute as full compensation for providing all materials, labor., equipment and incidentals required to properly perform the super chlorination of this well. 1,16 ADD 1FEET COLUMN PIPE (BID ITEM NO, IS) A. Measurernent for payment for adding up to 10 feet of column pi pe and a new power cable complete, for this well. 4/29/16 01025 7 -O O.GE 4 MEASUREMENT EI T AND PA I IEI T Page 313 of 403 Agenda Item #15. r B. Payment Will be made at the contract lump sum price named. This price will constitute full compensation for providing all materials, labor, equipment and incidentals required to properly add up to 10 feet of column pipe and new power cable for this well. 1.17 REINSTALL WELL PLUMP, COLUMN PIPE, AND TRANSDUCER (BID ITEM No, 16) C. Measurement for payment for reinstalling the pump, column, pipe, wellhead and the transducer removed at the beginning of the project, complete, for this well. D. Payment will be made at the contract lump sum price named. This price will constitute as fall compensation for providing all materials, labor, equipment and incidentals required to properly install. pump, column, wellheadIr transducer, and make all the piping and electrical connections for the proper functioning of this well system. 1,18 POST MICROBIOLOGICAL ANALYSIS (BID ITEM 17) A. Measurement rement for payment for biological analysis shall be based upon the successful completion of post microbiological analysis of the rehabilitated well. E. Payment for the microbiological analysi will be made at the contract lump sure price named. This prig will constitute as full compensation for providing all materials, labor, equipment and incidentals required to successfully perform the microbiological analysis for this rehabilitated well. There will be a total of ten 10 coliform tests rewired plus the first test shall include bacterial identification, HPC, fecal coliform, total coliform, fungal count, and algae tests. All analysis to be dome by Micrim Labs. 1119 PROJECT ALLOWANCE (BID ITEM NO, 18 A. Measurement for payment for project work allowance shall be as agreed upon between CITY and CONTRACTOR and as formalized in a contract modification. ND of SECTION 4/29/16 01025 2 ^o o-GE 5 MEASUREMENT AND PAYMENT Page 314 of 403 Agenda Item #15. SECTION 2 WATER SUPPLY WELL REHABILITATION PART 'I GENERAL 1101 The CITY has certain wells which may need to be rehabilitated under this contract. The following is the rehabilitation methods to be used on each well to bring the well back to appropriate production levels. Wells Crary from 1 -inch steel casings to 24-inch PVC casing from 50 to go feet deep and screens are !cal! 12-inch telescoping typically open stainless steel screens 40 to 60 fast in length. Specifics of the well will be provided when you are authorized to rehabilitate a well. REHABILITATION PROCEDURE FOR EXISTING WELLS THE CONTRACTOR WILL BE HANDLING DANGEROUS CHEMICALS DURING THESE PROCEDURES. ES. THE CONTRACTOR Is RESPONSIBLE FOR PROVIDING THE REQUIRED OSHA PERSONNEL PROTECTIVE DEAR TO PROTECT ITS WORKERS, PREVENTING SPILLS, AND !DUST HAVE THE APPROPRIATE EQUIPMENT To CLEAN UP ANY SPILLsr ALL EQUIPMENT AND MATERIALS ENTERING THIS WELL MUST BE PROPERLY CHLORINATED WITH A SOLUTION OF 6,000 MILLIGRAMS PER LITER (mg/L) OF SODIUM HYPOCHLORITE. PART 3 ERECTION 3.01 REMOVE PUMP, COLUMN PIPE, WELLHEAD AND TRANSDUCER A. Remove the pump, column pipe, welrhead and trensduc r and store at the water lant or at the well site off of the r p ground and free of dirt and debris, while the work on the well is taking place. 3,02 ROTARY BRUSH CLEAN CASING AND SCREEN A. Using nylon bristled brushes, brush the casing with the proper diameter by 2-foot long brush from the top of the casing to the bottom of the casing. The brush should,be rotated and moved up and down the well casing. This action should be performed multiple times either in 20 foot segm ents or over the entire column length, if possible. This action should be performed several times while pumping with a 2-'Inch CONTI ACTORIS pump p A to remove some of the debris removed from the screen and casing. B. !.Utilizing nylon bristled brushes, sized to fit the screen by 2-foot long, brush the well screen from the top of the screen to the bottom of the screen. The brush shall be rotated and moved up and down the screen simultaneously. The screen can be brushed in 20 foot segments or over the entire length of screen. This archl�on should be rf r ed several times while pu mpi ng with a 2-inch CO NTRACTO I 's purnp to remove some of the debris removed from the screen. 42'15 275-050. G E 0273 WATER SUPPLY WELL REHABILITATION ILITATION Page 315 of 403 Agenda Item #15. � 3,03 ACIDI E WELL A. Make 3,000 gallons of 20% sulfamic acid solution and place into the well at the top of the screen. This will req uir � � e 2,000 pound of dry sulfamic acid, 9 .9 o strength. The solution can be made by dissolving granular acid in a plastic container and discharging it into the well at the top of the screen. Approximately 500 gallons of this solution should be placed at the top of the well casing as it is being prepared. Approximately 6 o gallons of this solution needs to be placed into the monitoring tube to remove the calcium carbonate buildup at the entrance of the monitoring tube into the well casing. ,4 AIR SURGE WELL A. Once the acid has been placed in the well, the CO TRACTOR will need to install a fla ng e on the wellhead on top of the well and then repeatedly pressurize and release the pressure on top of the well. Air- surging must begin immediately upon completion of the installation of the acid and be completed the sane day the work began. The pressure will be supplied with compressed air up to 20 psi to push the water out into the Aquifer. The air will then be released and the process repeated every 10 minutes for four hours. The well will sit for 46 hours. 105 P RNI H AND INSTALL TEMPORARY LAP PIPE OVERSCREEN EEI ND ADD GRAVEL A, The CONTRACTOR shall place a removable lap pipe over the screen and bring the temporary lap pipe to the top of the well casing. The type of connection between the temporary lap pipe and the screen should be determined from the preconstruction video. E. The CONTRACTOR is then to maintain at least 10 cubic feet of gravel pack in the annular space between the temporary Nap pipe and the well casing. 3,06 WELL DEVELOPMENT T A. The CONTRACTOR ACTOR shall actively develop the well by surging with compressed air using g an air compressor capable of developing 750 SUM at 250 psi or greater and a 250 gallon surge tank. Development shall continue until no sand is being removed from any portion of the screen. Air development shall start at the top of the screen and move in 6- foot increments toward the bottom of the screen, Each -foot increment shall be developed until no sand is being removed from that section of the screen. At that time the air pipe shall be lowered 5 feet and the process repeated. The level of the gravel panic must be monitored throughout this process and shall never be allowed to drop below the top of the original screen. The water from the development process can be discharged onto the ground or to a drainage structure. A silt screen must be placed in the canal when the water is being discharged in order to prevent pollution of the canal. 3,07 REMOVE EXCESS GRAVEL PACK AND LAP PIPE A. Upon completion of the air development, any excess gravel pack shall be removed by air lifting out of the well and then the lap pipe shall be removed. The gravel pack should be left at the top of the original screen. 9/ 16 02730 2 -o6 -GE 2 WATER SUPPLY WELL REHABILITATION Page 316 of 403 Agenda Item #15. � 108 PERFORM POST PUMP DEVELOPMENT, STEP DRAWDOWN AND SAND TEST A. Upon completion of the air development, the well shall b pumped, usingthe O lTf SOT R' � pump, developed for hours using a pump capable of pumping at rate of 1,500 gallons per minute. This water shall be discharged on the ground or in a drainage structure. B. when well development is complete, step drawdcwn tests, and sand production tests shell be performed on the well.. C. The Engineer and/or Geologist will be performing Various tests on the water as the pumping test and step drawdown tests are being performed. 3,09 TELEVISION VIDEO SURVEY OF WELL A. The well will be videotaped from top to bottom after the COI TRACT R's urn P has been p removed and before the CITY's pump is reinstalled under static and pumped conditions to be sure the well is in like -new condition. B. if there is debris in the bottom of the well, it shall be removed bpumpingor air lifting. 3,10 SUPER CHLORINATE WELL A. The well shall be chlorinated with 6,000 mg/L of sodium hrpochlrite. This will be a total f 350 gallons of sodium h rpochlorite .nixed in 2,500 gallons of water. This solution shall be placed at the top of the screen and 14 at the top of the casing. Twenty gallons shall be placed at the top of the monitoring tube. After the chlorine has set in the well for several days, potable water shall be added to the well until the chlorine has dissipated to approximately 50 parts per million. ,11 REINSTALL WELL PIMP AND TRANSDUCER A. Reinstall the CITY°s pump, motor and column pipe in the well and p complete piping in and p electrical connections. Remember, all material entering the well must bero ed cleaned and disinfected n the i � p inside and outside with a � �� solution of sodium h rpochiorite. Add the necessary amount of column pipe and motor paver cable to put the bottom of the motor at the to p of the screen. 3,12 POST MICROBIOLOGICAL ANALYSIS A. Pump the well to waste at the desired production rate until all of the chlorine has been removed. At this time, bacteriological testing samples will be taken and sent to Micrim Labs for a full analysis. The first test shall include HPC, bacterial count, fecal coliform total col iform count, fungal identification, and algal tests. The net nine tests taken at least six hours apart for the next four days and will only be for total coliform. B. If the well does not pass the bacteriological clearance, then the CONTRACTOR must retest and/or re -chlorinate the well until the bacteriological tests clear. All of this extra work is at the C ITI ACT R's expenses. 4/29/16 273 275-050.GE 3 WATER SUPPLY WELL REHABILITATION Page 317 of 403 Agenda Item #15. C. Once the test results of the bacteriological tests are clear, the well can then be placed back into service, END OF SECTION 4129/16 02730 275-050.GE 4 WATER SUPPLY WELL REHABILITATION Page 318 of 403 *40P 41 4& om w je 49' w ems', -0 pq ipp k p A�w _qF 4 A- 11 41 I• ff do bk. p 4 ap 4v ■ q� p �p Op -T kk 46 ip -0 All. 'P 40 3 'r op P MP 4 JL P k lop le d do 49P p p VIII I I u Card in a 1 .-R 0'. Ad 1- 5W RY-P I dk p IL � IL IP v . . - -4 ' - I p Ilk ik • if"I L Ill dr Op k Mr. 4L P-14 31:. IMP Lk is -p-dur dip IL a 161 Of lb lb j," Op 4-1 .,P k I d t. S_ a. P. ,�:� > 4 bpi 4IF lk 1 b Iot IF j. Vt .4p 111 0 @F'b MA Op IL IP mI ek IP rb ICU IN j OF > cc do INA eA. 19 OF 04 I M, p lb to LCF L�L Agenda Item #15. FORM FOR WATER SUPPLY WELL 4REE"HATA'HON SFAVICM BED Ns &B-46 SLTB: City of Coral Spfinp 9551 West Silo RJDad Coral Sys Morida 3306.5 T"'D mxkrkgried N"Aw PrOPX= Md agmes,i-feis Bid awqt4 toeatform aH woik as spa�ified in the Bid Dwmmu for ihe Prioc(s) and widAn ft time �cated in Bid in a-cmidimwith the temis and n&ow of the Bid Documents,, this Bid mm0of the tm.� condidow off invitaflon to Bid and Ingm0flons tobduding wiffilt limitadon dXM PWWniOg tD the, dispoddoni 3, Bidder oxminod the site of the project become My - ed conceming &c looal wndifions, and nature and eumt of wo& Bidder cramiwd ft dwmgespro ff any, ffie bond and ' i withovtnn, O .. wriMm notice alleo�� ,r. diswqwides it disc*vared in the Bid &orContaa dooments the wfitten rwolutkm thereofby the Purchgoing A IetDBid. 5. Bid proposm to Emmish all ; too asuPP* , and avervision fbrthe wc& desm` d as folaows: WATER SUPPLY WMIL.MHA_ ILIT'A1TC7�{ 5,,w�cm �r Bidder wM*DM .Pldt ffie work for the fo0o ' :? � pn*• See Exhibit 7< GOAL INFORMATION CQNCERNM THE USE OF A MISCET. �E3US WORK ALIDWAN�E A miwellanww wcwk dlowa= is a doUv mount ed as a Ene item on the hid form. This amount will only be used to cover fae wst of anymforemm condffio= that may Oom during the projea and wiU orda. This mkodimeous work allpwance wiH- not be. paid to the mrxmfb1 con&actor as put of the bid ffi*rmittaL qw-amPles Of the MiscaUaneew work allowance baffig ustd due to unforeseen condifiom wed be replaemot of detezionaed • additional hhor and to a w*H ce%w Ved4 or replacemmt of leakiXg des. W I of 4 Page 320 of 403 Agenda Item #15. Aff work UM9 flw wUwwus, work Amance and the Public Worlm-Utffitice MvWon bc&rc my &ManW work wfilbe 81 The undaw"vmd Bidder w f1w �e= t i 90VCMM=1 49mcies located in the St.aw of Florida od coves by this ow, jfrCq*0i Yes NO 9. c& is hey ma& of the ID1(idenfified by numb&) received � the Invitaflon to IN& Addoxhm No. 'Date F3 / 2,5 /,a L-Nj tc Addendum..No. DdeUaj_gCLL(0 AddendumNo. DaW 10, PLEASE HAVE YOUR INKMANCE REPRESENTATWE CAREFULLY REVIEW THE MLTRANCE COVERAGE CONTAR41M IN THE INSTRUCTIONS TO ]BIDDERS PRIOR TO STJ'M0 YOUR BID TO ENSLTRE CON2LJANCE WnH ALL INSURANCE REQLTMEMENT'S, The Crly reswves 66 ri& tO awaxd ft conftW on the b of any combbation of the -eve tems�, or all t=i in which the CITY dems in its b W 2. Commudcations con shall be addressed Name: (ZffA�\%yy ID 1 N 1 Nt T %A r V.% � i ►drea: l L . 33Q n Q Teles&aae No.: fax No.: 13. The followsag documanft are attacW to and made as a ocndition to this Hid: (a) Form Bicidea's cerkificafion (b) Ceci reao%tfon (omporWion, pmtnwAdps) �c3 C�t(s) oii= (d) Non-cQUUsive affidavit (e) Bidclefs ion heart M Bilmell Forcip (NonftFlorida) corporate statment (9) Ref er (h) Key Subcontrador Lisping Page 2 of 4 Page 321 of 403 Agenda Item #15. 1103 INK -m- "M 7 W BII3DERtS 99&TIFICA�nmN� S In css whemg the Biddr cxwuted Bid Form this day of 2 01.6 tum ot Inof wi Prhftd Nye of hufivival A�Kr�TOWLEDGFMENT Side Of County of The ias�ment was �ck�aw geed 1� me this � cif of �1��. 2t31 l�o by � Chu xs sally known to me or who hiss produced as identification and who &d aatj tyke an oath. Q] Ca seW* ...+� MM W COMMISSION 0 FF WW z EXPIRES; November 11, 2w „ w Bonded Thtu add" Puhie U[sie )ns (Nwle of Notary Public: P63#1 Sump, ow type as Comwissionei) Pap Page 322 of 403 Agenda Item #15. BIDDER C �ICATK1N In Wtu" WbgMt the Bidd9T OxecuW this Bi day of' allr) e, 201 Us tMs ----.Mown dame C ` Pwb=Np� Fim yr) S0Printed Name of Owner . (6 q (n e) VA C) J�A SC, _Wes� on R�nah.. 1P 33 LkoOt cityfSswmp N^ �) (n t 5 - Octag Btisinm Phone Nm Stft of F I Cx % (AOL.,.. County of J41n Thy fare$�i�g • wasac�Wleag�. before, � � a$ of 2(#l�.,t, (Name), (Title) of who h� produced (Name of company) Whois kaovtm to m� or -- .- ..... as identification and via did (cis aot) tyke an ASS my hand and of%ia1 seal. -"JDSERER DIY COMMON # FF M70 EXPIRES: November 11, 2oj BMdad Thru Notary Pubic undue (Nme of NWy Public: Pdn% Stamp, or type as Cdmmiskoned) Page Page 323 of 403 Agenda Item #15. SECTION 00300 BID FORM Existing ROW WNtRE SURRIV Weil Rehabilitation Unit Price o I MObIWA10n and Demoba e. Getdng to a Wei she in Coral Sprhas LS 1 000- 00 The fOlf0wingftm a f Individu8i WON sfts wkhln the City: Wbiftdon and lbmftn a# MWng to a we# site in Cow Springs LS Setup and removal of equipmeft at a "I EA , 4 Remove pump,, cdumn pipe, ahead, I EA o 1co transdoor Rotary brush dean exleflng weN ouft a Hr IC)D �. 00 and sm, comps Addize 8xiSfing weU 3wmn Wth Suffamic 2 EA k 5CO • 00 .� , ..�.�_ *� Acid, completo Ak Surfing Hr ur ish and install to po lap Pi [ L &—),� over screen Add graYSI tD WSH so GF CX5 10 Air dew weU so Hr sjq�.Ll (X),, 00 I I Remove MOM gnwd pack and lap pipe I LS i o 50 -()o 12 l e om pmt pump devebp ent, qWp 8 Hr . O�D dnnvdom, and nd tee on wmU 13 PM and Post TahMI n Video Surveys of I LS -$-15PO *00 We 14 Super ChWnathn 1 L y 1DO -00 is Add0-feet cokAmn p1pe I LZ M sue. 00 Is leIrWd WeR pump, Column pipe & 1 LS $qw, 0 ■ (:50 .Tram 17 Pre and Post � iobg� antis I L' fi is 'ProjedAffamn:e LS 2.000.00 19 SU13TOTAL ffEMS 248 40. 0 TOTAL ITEM 14XITEM 1 4121 27"50.GE 00300 BID FORA Page 324 of 403 Agenda Item #15. U rl-ON STATEMMWT T& owfifics =Wcr Oa& dw buth wd coffc�Mm of aU statments of aU aww= to questiow SUBMUTM To; City of Coral Spdry f%nchasing # ~ suator) ADDRESS: 9551 West Saqple Road cmd SPdqP5 Florida 33065 CAM SUBY:260n Coqwatiou NAME !C'l w, putmsbip Y\.(:x a IVi&W ADIDRMS.: Qha -01&. nt&rin �)O Sc nUPHONENO....5(Ok--- FAX NOc) B-MAJL ADDRESS:co vin _ CA r-A e tra nme of . m�' #� or fi:ldfious n unda wbich Wu do bows wd the a&lrm of flaw of bm The =red nme off Bides : t The addrm Gf the�� `L e-%-I. V-v" 0 -VCAIY I )Q, r - - L.- - !4' • 2�, � �� crpmfi, answer the following: aW of Inowpomfion-, 2L. St C. Nesideofie: f vice ftekdawn 52�60 12M6 SecretarymM. reMircefie: .M:!h= Page I of 5 Page 325 of 403 Agenda Item #15. Name and adds of Resident Agent: 3. If Bid is an inffividual or a partnasbip, answcr the foot: a. Date of orgmizefi, b. Name� ad&m and owncosIMp uafts of 0 State�� ;mtnasb1*p: 4 ., if�� ffia an individual, the oWnizadon &e ffie name and i Bid is om under us nmiro, submit fence of ammoance with the Florida Fickdous Name Ste# # How many yam. Yom orsmftafion bew in business mda its pvsmt businm nm Unda wbat Odw kma names your orpmizafion opmW? i j I q 7, ln&oft numb or owtic&e numb= for the buskesm o �fiw&iO= K&jed 'ffiis IN& Ply aftwh m aft =&or sUft R ion COYAEaaec aV2 of 5 Page 326 of 403 Agenda Item #15. $. Do you eve a r=plete set of dommenb, including drawings sIdmda? • Havo you tvcr hiled to (*Mplete gmy work aadcd Ifs staft when., why and why 0. List the pafinent expe== of the key inffividuals of your on continue on �sheetvifnwmarydr Staft the nme of ffie fiuhvidW who will have penmd supm"vimon ofthe wort: 2. Wi� � the � five �s any ohm or u i� ever � an oano on when it fi&ed to oomft a contraW If so =plain fWly, . Stae ffie ngm-e = oWoey, *f any, fDr the businm off 0fferon. Pap e- �- bor) Page 327 of 403 Agenda Item #15. 4. State the u=cs addremea of a Tessa an&or individuals who own an interest of Mon five (5%) Bites � �rAte wned of cwh mch busimm for individual: 154 Statethe nmnes, �=sa and the type of businem of all firms flWam pmtiaUy or wbolly owned byBid Page 4 of 5 Ut.c., Page 328 of 403 Agenda Item #15. THE BIDDER ACKNOWifEDQIES AND UNDERSTANDS THAT THE WF4RMA.'1'I4H CONTAII4ED IN RESPONSE TO THIS QUALWICATIONS STATEMEN`I' SHALL BE RED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY BIDDER TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEN&Wr T14AT MATERIALLY AFFECTS THE BIDDF,WS QUAIMCAnONS 3`a PERFORMUNDER THE CONTRACT SHALL CAUSE THE a� 20 �cT THE gym, AND JF AFTER iBE AWARD TO CANCEi. AND TERMINATE THE AWARD ANDfUR CONTRACT. ig finbummtwas � l� �� meday Of 7_t -9 f 2�ndl F (did wt) t*e an oaft . WUNM my Be&. NOTARY C FE IN FEDERER r COMMSSION # FF =70 EXPIRES: Nmember 11, 2019 amded Thm * d Pu* U brs p W I _ .Nam of Notary Public* PriM Stmn cw type ' a te Page Page 329 of 403 Agenda Item #15. CE04 N In der to eve Bid ud � � n on thproposed � .:. 0 ... folio SbaW be cm-rO r hLd. Ibis infbmation may be used in &q. . the Bid Awad for wsftwt s�it'll :xrk Q a ` owl ll ...... ...... &Irtm of nit facWtv. Lia (5) con4xwesor Wva=iental agmmks whm dme products swvim have been 4; - 1 e# # J r # f Company Name:� d d r e Address: 0 .011V U) F _ aai(r�q i i Tel i _ Contact Person: i kwo Tifle-1.. Products Sold: ib)h I 51 -I LLIE Companyte 2. Nama. nk"I M1 ✓k i 7,C)a d TelcphoneNo: 5W-U �40,,4000 Cvf 41 -4 Contact Femn.C= ON a. ri —T Ttle,,CAI 2 C)31* ■ # DateProducts I 3. companykme: F I Cx-kda,, C L la... I C9 al?.:N C1 Telephone Nos- ( 40 x + cont1 #t w i ,7psu S 0- Title: Dde Products SoUr tg I b Page 330 of 403 Agenda Item #15. KEY SlTMi'OT{Tt+s R ��7'rnir TIV BMdor Wqxan dw cm (1) of the Mowing kboonftacft ftm or in each - be cWjffv pr= to comnMO-M � �� KeY SubcoWacwr Lisin of any o the dOW N= nw be caum for ffisPWifiuton of a &m?a bj& 4* (Portion W iN� or of dd= (Ph�e No.) (portion of WO* (Name of Subcmftmr) . one N. (Nam of Subc=Uaaor) (A Ami vm) O%OW No.) 'k 4 (Portion of W (Na= of Subconftuctor) (Name d&msn . (portion of Work)'•. (Nme of subcon�r) (A ss) (Phone No-) (Nam of S o tor) (Address) pop I Of I Na.} Page 331 of 403 Agenda Item #15. FCi GN(NON— RIDA 3�tS MUST CO LEM = FORM OF STATIE CoRpoRATjB CHARTER No. T+� is .exempt the I m eint ofSectkm 607.15017Flc6da t� MST gMAMBEIDW I&M oonba dw Deparkned of Sbft, Divi*u of Corj*radow at (M) 245-6051 for asfiaa= a� (1) All, C0qQMti= MAYMt Mwt busimm iu this aftft it obmins a omtftate of fium to Dqmbmcd Owe. (2) The oR ' ' tmos���do not * ��� e �.,.-.�.r.. a r r # � any pro # AL N Wr T40))dkg thi g gi oftheboard of'Ovotm or sbarcholdw or canylAg on otbu acdvides oonoerning bw& aeooun'M ..,..�� dD r • ` '� offwm or IW * far d3e ftwnfw, 1.� �. , s t of ' o wn dimin or MR Pik Sdft am* . , conhactom solid or 0 ordm, wWew by maM cmpyaM agues., or o6mviw, if the ordam 4b acoijowe outside this state befim fty del � Mhe Pt of a blo nff fim. �a- wd Contmlfing a ., 3n cr stae or vow &c sbock of any — which it bas UmM �� � � r� It and dud= of UWM, real aW PMS=81 - (3) The list of aces 2 na . em dMk ow of to fDlkmft if ycwfim is a 0) _ , Jc&t Vim, FAft or TrW Sow -per NOTE: This ibeet hAbeenclosed with ymryou oa ors ibon, If YOU Wt check I or 11 ebav% ym &m will be couddmmd a opq�� and Md*d 10 aii. i. BIDDERS CORRECT 1ZGAL RAW $IGNATURIE OF ALTMORLZM AGE OF BEDD Page 332 of 403 Agenda Item #15. CERTUM RESQLiJ'I`IpN 'T SOL dV- (Name), the My el�c�. Shy of ����C � � �ne. 1�. �,164 (Co*rate `rtle), a �r�rsdan 4r�z� ar�d existing user the haws of the State of �� � do ��tifYtt�tt� MMMMMMW� f�llewnsg Re�ai�ionwasrimou�lya�np�d, aad P&qsed gtumn= afthe Board of Dfiwtm of *e Md corpo�ation at a �eeti� held in acco;dsnce with and She bylaws of the said cc�rpor��n, "ITIS Y RESOD THAT q .(Nm The dWy C1eCW Ine (Title Of Officed of ClnlL � I Lac -III Tide) be is hey to e we submit a Bid wd Bid Bond, ff=h bocity of Cmal SpfiW suoh o&cr instments in mm."ting as mybenemsmyonoft ffid tbo BicL Bid gond� wd other m instru pAbyI�►er shaU be b upon W its own acts and dftd& The seaeWy Caffy the -and sipatum o to act by the forqping Motion. The CitY Of Qwal befiMrejyiAg W= MWh Mtificafimo le � - Ming MM or smwmg M of hanodug the of aay so certified or for rddsipg to honor any 9 so catied, certifythe above resoludon in ke met and not bm rcVs4 eked or resdndzdL certify 9W the follow are the �, titles a.ad official of thm pemns authofized to act by the foreping on. N�.ME � S�GNA'I'i11tE CAven =der my the of the sm"d =po'rafion t .. day o 2(wt (SEAL) ' a NOTE: Corpomte Title is asu&pftd form of t&t)peof CorponftRmlution desira such folm need notbe �licifly, bit the Ccified Resolufion iubmitted must clay sbow to the s&Action of &e City of cmal Sp&gs that� o d Bid e� �€ properly � � , the on to do so M* its behalf, Page 3. Page 333 of 403 Agenda Item #15. lit 0 N: i:QLL�iS1iM AFFIDA�V IT (1) Hedshe *13 Ow - ' , PC P S-% C4 efNf — --% . (Owner, Partner, jmcvr� Rqpmsentafive or Ate) of - Ce I ilk r% A - the Bidder dw has submiWDd the armed i • (2) Helshe 'is hIly respecting the amfion and contents of the don all anent reqwthw MichBids- (3) SuchBidis emd is a collusive or sham BK, (4) Nei&= the said Bidda any of its em-M MPYM Or Psrties in inUmmt including this have o=nived or &Wwd� &rcWy or indireWy, with any o&w BiddcrEnn,n t 001Wive or sh= Bid in W Octiwith dw W� � which the subwiftd�- or to * �� Bid ddi% in connection with such Work; or have in any manner, directly or y, might by agmement or 011usion, or mmmunicafion, with any B ffidder, .. fum, or PCMx to fm &C pnoce or pnew M -ffie amched Bid or ofany otbff Of 1. to fm my oveduad, profit, or ont elements of *e Bid prioe or &e Bid price of any &a dder, or to seem �� '�� � �� �� %Pxmwmt my advm*p gledpia4 or anypersm M&erWoscdWorjq (5) The price or.pien quoted iu *a &wlted Bid are ffir�puv '�not coliusior6 WU*aCYj connivance., or �� - -- ,1t on the � of the 'Bidder other affmt f ogr y �, employ �� this Page I of 2 Page 334 of 403 Agenda Item #15. Sim swled and &4ivcxd M the . Nlei.- {Pcinted Pc-eSIt I Apn+ (Title) A.c.YbN.QYaXmP9EhffiNT ITS. Big 9L n ■ + The forWing ent wa ackno,)e.. 201 me or who bw��as I �� c � . &d not � an B& nTNESS my himd offididsea KM FEDERER MY COMMISSION # FF W 'EXPIRES: Nomber 11, 2019 F DoM Thru No" Panic Undw t m (Name of Not" Public, P& SSA Or TYPe 'SC. Page 2 of 2 Page 335 of 403 Agenda Item #15. :iCen- so Mk,,Imr 9 &M Own , O:F rLORIDA, WE ir L C-r Mmn. a N T C OR NSE Issued to John �a� x wo 001 P1 res--. - 3 112., I "'Avow I Iry DIST ICT CERTIFICAtION OFFIC R Page 336 of 403 Agenda Item #15. 0000008393 CENTERLINE DRILLING INC 1696 OEE H BEE RD # 8 ATERII ELL DRILLING 6981 237110 WATER & SEWER LIME & RELATED STRUCTURES 86.81 88.81 W* PAID 86.81 ** BAL #* O.Go Page 337 of 403 , A00iri #15- CERTIM'kfATE OF LIABILITY INS6mANCE --'-15 16 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO FIGHTS UPON THE CERTIFICATE HOLDER, THI'S 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 INlSURER( AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE ATE FOLDER.�' IMPORTANT: If the certificate holder Is are ADDITIONAL -INSURED, the P dicy(Iss� must be endorsed. IT SUIBROGATION IS WAIVED subject to the terms and oondr� of the fI � cy, certain policies may require an endorsement. A ststernent on this certlS ate does not confer rights to the cer tiflcate Folder In lieu of such endomernen . IPRODUCER Blackader Insurance Agency,, Inc. ZPHWONLiE 143 Ronald Reagan Blvd'Longwood FL 3 5Miew-RuthiftlAnkadar.00m WOURIffol AFFOMUG SAGE KAIC # IN UR A INSURED any CE 1TDRI-01 INeURIER S Centerline Ddiling, Inc INSURER c 1696 Id Okeechobee Rd Sufte 3C INSUROR D IIeg Palm Beady FL 33409 INSUMR & INSURER F COVE RAGES NU BFR:15o438 3 REVISION UM E: THIS IS TO CERTIFY THAT Tit POLICIES OF INSURANCE LISTED BELOW FIAIIE BEENUED To THE INSUR -NAMED OVE FOR THE POLICY P-ERI D INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VWTH RESPECT To WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERT'A N, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDMONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INGR TYPE OF INSURANCE POU Y EFF PRICY EXP 1�OLICY NY ER UNffS GENERAL q.rrr LD0141374 SM015 swot EACH OCCURRENCE 1 000 ODD OMM�LAL GENERAL LIABILITY10 LAIIM��MADE OCCUR MED one DQD • - ...� PERSONAL & ADVJNJURY $1,000,000 ..,`......�...��.. EN6l�AL AGGREGATEDOD DDD CN'L ACREG7`E 'LI�Iy+IIT JIPPLJE PER: PRODUCTS - COMPIOP CEO 0( ADD POLICY LOC AvnmoaILE uAftrrr CAD0217444 016=5 BMW% Ma cold ODD ANY AUTO BODILY II�JI„iR r person) OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per Goddard) X HIRED AUTOS x �R►UT NON -OWNED PROPERTY DAMAGE UlMABRELL 41.1AB BUR EACH OCCURRENCE E C ESS 4111E GLAIR~ S4WOE AGGREGATE DED RETENTION WOOMRS C '' ol�lrsAI O TU� w AND EMPLOYERS' UABILFTYTORYAMin ANnr PROPRlETOIARThIERIDLECtJT�11� Y J N ��, � AIDE OI=FICE�MBER EXCLUDED? NIA SIT IfMo, die lbe In Nurrder EL. DISEASE - EA PLOYEE bRIPTION OF OPERATION mow R.L, MEME PXIY 1.IWT DEWMPMR OF OPERAMNS I LOCATIONS i VERICL O ~h ACORD 101, Additional Rwmrke Schedule, F more space Is Mqulre Certificate Holder is included as Additional Insured and Blanket Waiver of Subrogation applies; with regard to General Liabil d B uto when required bar when contract. � and ss Ity of Core[ Springs Is included as Additional Insured wfth respect to General L'Iabiiity and Auto Liability when required b written con days notice canc llation, except 1 days for nonpayment ]� tract. rc3o CERTIFICATE HOLDEN CANCELLATION City of Coral Springs 8HOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THERE F, NEE WILD. BE D IN Coral Bprir�gs FL 33066 � West Sample Rd CORDA�IE WITH THE POLICY PROVISIONS. ALFTHORMW ENTATM '1 8 010 A DRD CORPORATION, All rights reserved: A RD b o o The A o D name end logo are re letered mars of ACORD Page 338 of 403 M - Age #150 A4CR CERTIFICATE OF LIABILITY INSURANCEIM (M� -EM 20016 THIS CERTIFICATE I ISSUED AS A MATTER F IN RMATION ONLY AND CONFERS RIGHTS UPON THE CERTIFICATE` HOLDER. THIS FCERTIFICATE: D� NOT AFFIRMATIVELY R NEGATIVELY AMEND, EXTEND R ALTER THE COVERAGE AFFORDED E THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER( ), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. lMP RTANT: If the cerdfl holder Is an ADDITIONAL INSUREDS the policy (l ) must be endorsed. if SUBROGATION 13 WAIVED, subject to the terms and conci lops of ft poky, certain policies may require an endomemeft A statement an this certificab does not con rights to #t eri fio a holder in lieu of each endolrsome a . IDUCER UT RUh Munoz Bla l adar insurance Agency, Inc. PHOn �°1 36 Ronald Reagan Blvd Longwood FL 3 AFFOIRMING RGUMR A ; INSURED EI TORI-01 IHSI)F ER B : Centerline DtiIIin , Inc 11596 Old Okeechobee Rd Suits 3 IN J#�EI C: 1HkiRE D ■ /� West Pal.#..y� Beach FL 3409 INGU e: _ INSURER F . COVERAGES_—_ CERTIFICATE NUMBER: 67068=0 THIS Is TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUI INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUDIED BY PAID DLAIW TYPE OF NSURACE -POLJt err CY NUMBER IERAL UAWLfTY GLOO141374 SA0118 I COMMERCIAL GENERAL UAEILITY CLAIMS40ADE K OCCUR 3RE ATE LIMff APPLIES PER AVTO100131LE I.IAMUTY C 100 1 444 - —&WO15 BWoi ANY AUTO ALL OWNED AUTOS HIRED AUTOS UMBRELLA UAS EXCESS LIAR LLD OUR CLAIM"ADE WORKERS COMPIEIeATION AND EMPLOYERS' L.IAEILITY YIN ANY PROPRI.ETOROPARTNERIEXECUTIVE OFFICERAWEMBER EXCLUDED? � N I A (MandwWw r In NHI It Ym de xft under DESCRIPTI0I4I OF OPERATKM I LOCATIONS I VENOM fah ACORD 110% Addlbwal Rea Aft 901oftle, U mere space Is recur Certificate Holder is Included as Additional Insured and Blanket Welver of Subrogation applies, Wth n Auto when regpdngs uIr d b writtencontract. . Cityf Coal i Included a Additional Ineared with respect General Liability and Auto Llabi CERTIFICATE HOLDER CRY of Coral Springs 9561 West Sample Rd Cores Springs FL 33065 CANCELLATION REVISIONNUMBER: Naic r --D QED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT T TO WHICH THIS D HEREIN IS SUBJECT TO ALL THE TERMS, I.J1I�ITS EACH OCCURRENCE 0 D REM (Ea 00mow") 100.000 S+ ODD MW EXP one PERSML & ADV INJURY $1,0001000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMPIOP AGG $2,000,000 We= IS WE", MILE LIMI I BODILY INJURY (Per paw) BODILY INJURY (Per ammeM PR RTYDAMAGE EACH OCCURRENCE AGGREGATE ATU• I 10TH- FE.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE -POLICY LIMIT gand to General Liability and Business ity when required by wr Itten contract SHOULD ANY OF THE ABOVE DESCRIBED POLES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE MLL EIE DELIVERED IN ACCORDANCE VM THE POLICY PROVISIONS. AIl71l4RUED ESENTA7NE AD RD 25 (201 105 1 -2010 ADCRD CORPORATION. All rlghb reserved. The ADORD name and logo are reg#1ftred marks of AGORD Page 339 of 403 Agenda Item #15. r y CORAL SP R-INGS EVERYTHING UNDER THE SUN — NOTICE OF AWARD Dated December 9,2013 (Bidder - Use Full Nwne (Street Address) (Town, State, Zip Code) BID TAB; BID NUNMER: DESCRIPTION OF WORD.: You are notified that your Bid dated + - - fbrtb;*bove-.--.W6rk has been awarded by the Coral Springs City Commission on The Contract pe:i. Dollars . 1. Performance and Payment Bonds are required in the event that any individual project cost is over $100,000. When a single project cost is over $100,000, the following instructions apply: Where the Contractor is a Corporation, the Agreement and any Bonds .must be executed by the President or the Chairman of the Board of the Corporation. The Agreement, or Bond, is accompanied by a statement certified by a Secretary of the Corporation. The signatures of the persons executing the Bond on behalf of the Principal and of the surety, respectively, shall each be dated on the signature line. If the Bond is executed by an Attorney -in. -Fact for the Surety, the accompanying Power of Attorney must be executed by persons whose authority to do so is plainly identified on the face of the Power of Attorney. CITY OF CORAL SPRINGS, FLORIDA • FINANCIAL IAL SERVICES DEPARTMENT a PURCHASING DIVISION 1 1 . Sample Road a Coral Springs, FL 33065 * C ral pdng .erg Phone 4- -1100 • Fax954-344-1186 Page 1 of 2 Page 340 of 403 Agenda Item #15. 2 Where the Contractor is a Corporation, the Agreement and any Bonds roust be executed by the President or the Chairman of the Board of the Corporation. The Bond, Agreement, or nd, is 41 aucompamed by a statement certified by a Secretary of the Corporation. The signaturessignatues of the persons executing the Bond on behalf of the Pr*nce al and f the sure re e ` p rely shall each be dated on the signature line. 1f the Bond is executed by an Attom -in- ey Fact .for the Surety, the accompanying Power of Attorn must a executed b persons ns phase authority to do so is plainly identified on the Face of the Power of Attorn Neither signatures nor the Corporate Seal may appear by facsimile Mess the authority for them to appear in that foram is plainly disclosed on the face of the document. The Se or other properly authorized officer, must certify and seal a statement declaringthat the authority granted by the Power of Attorney remained in force on the date that the Bond was executed by the Attorney -in -Fact. 2. Include two 2 copies of you current Certificate of Insurance. The Certificate mu st name the NE (City ofCoral Springs) as an additional insured and the standard cancellation clause must read as follows; 'Should any of the above described policies be canceled or changed b restricted y amendment before the expiration date thereof, the issuing Corm an will e ' � tasty (30) days Witten notice to the below manned certificate holder". Failure to comply with these conditions within the time specified will entitle the City consider your Bid abandoned, to annul this Notice ofAward and to declare your Bid Security forfeited. Within twenty 20 days after you comply with the above conditions the Citywill return t you one fully signed counterpart of the Contract Documents. If you have any questions, or if we can be of any hex assistance lease ado not hesitate state t contact the Purchasing Division office at 954) 344-1100. Angelo S lomo e, Purchasing Administrator Page 2 of 2 Page 341 of 403 Agenda Item #15. r TO: (Bidder) PROJECT NO; PROTECT: OWNER'S CONTRACT NO: CONTRACT FOR. - NOTICE TO PROCEED Dated , 20� You are notified that the Contract time under the above Contract will commence to run on ,20 �. By that date, you are to start performi g the work and your other obligations ations under the Contract Documents. The date of Substantial Completion is set forth in the Contract; it is 20�. The date of Final Completion is thirty 0 calendar days after Substantial Completion. Work at the site must be started by 920 , as indicated in the CoAtract Documents, (Owner) By: (Authorized Signature) (Title) Page I of 1 Page 342 of 403 Agenda Item #15. CONSTRUCTION IOI SERVICES GENERAL CONDITIONS ARTICLE I - DEFINITIONS Wherever used in these Construction Services General Conditions or in the other Contract Docents the following terms have the meanings indicated which are applicable to both, the singular and plural thereof: Addenda - Written or graphic instruments issued prior to the opening of Bids which cl n correct or change the bidding Documents or the Contract Documents,, A regiment - The written agreement between OWNER and CONTRACTOR covering the Work to be performed including other Contract Documents that are attached to the Agreement or made a part thereof. Amfication for Pay -rent - The form accepted by PROJECT MANAGER which is to be used by CONTRACTOR in requesting progress or final payment and which is to include such supporting documentation as is required by the Contract Documents. ARCHITECT -- Architectural consulting Erna representing the City of Coral Springs, Florida. Bid - The offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. Bonds - Bid, performance and payment bonds and other instruments of security. Chanste order - A document recommended by Contractor, PROJECT MANAGER, or owner Bich is signed by CONTRACTOR, PROJECT MANAGER, ER, ARCHITECT, and OTTER 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 the Effective Date of the Agreement. Contract Documents - The Contract Documents consist of the Drawings, Plans and Specifications, Bid Form, CONTRACTOR'S Bid, including documentation accompanying Bid and post Bid documentation submitted prior to the Notice of Award, Qualifications Statement Contract and all Exhibits attached thereto, Addenda, and Notice of Award, Notice to Proceed Payment and Performance Bonds, the Construction Services General Conditions, Supplementary Conditions, any additional documents which are required to be submitted under the Contract and all amendments, modifications and supplements issued on or after the effective date of the contract. Contract Price - The moneys payable by OWNER to CONTRACTOR under the Contract Documents as stated in the Agreement subject to the provisions of the Contract in the case of Unit Price Work). Contract Time - The date stated in the Agreement for the completion of the work. Doe.130682 Page 1 of 43 Page 343 of 403 Agenda Item #15. CONTRACTOR - The person, fmn or corporation with whom OWNER has entered into the Agreement. Defective - An adjective which when modifying the Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection., reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to PROJECT MANAGER'S S recommendation of final payment. rawin s - The drawings which shove the character and some of the Work to be performed and which have been prepared by the ARCHITECT and are referred to in the Contract Documents. leld Order - A. written order issued by PROJECT MANAGER AGER rhich orders minor changes in the Work but which does not involve a change in the Contract Pace or the Contract Time. Notice of Award - The written notice by OWNER to the apparent successful bidder stating that upon compliance by the apparent successful bidder with the conditions precedent enumerated therein, within the time specified OWNER will sign and deliver the Agreement. Notice to Proceed - A. Witten notice given by OWNER to CONTRACTOR (with a copy to PROJECT MANAGER) the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform COI TRACTOWS obligations under the Contract Documents. This written notice will also state the dates of substantial and final completion of the project. OWNER - The City of Carat Springs, Florida with whom CONTRACTOR has entered into the Agreement and for whom the Work 'is to be provided. The OWNER'S representative shall be the City tanager or his designee unless otherwise specified in the Contract Documents. PROJECT,,MANAGER - OWNER's Construction Project Manager or as otherwise designated by the City Manager. Shop Drawing - All drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for 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 CONTRACTOR to illustrate material or equipment for some portion of the Wort, Specifications - Those portions of the Contract Documents consisting of Witten technical descriptions of materials, equipment, construction systems, standards and Workmanship as applied to the Work and certain administrative details applicable thereto. Wage 2 of 43 Doc. 130682 Page 344 of 403 Agenda Item #15. � Subcontractor - An individual, fmm or corporation having a direct Contract with CONTRACTOR or with any other Subcontractor for the performance of a part of the Work at the site. SURPHer - A manufacturer, fabricator, supplier, distributor, materialinan or vendor. I nderuoun.d ' cll tie - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials. - electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television sewage and drainage removal, traffic or other control systems or water, and all Irrigation systerns on or contiguous to the worksite. Work - The entire completed construction or the various separately identifiable parts thereof required to be arm hed under the Contract Documents. work is the result of performing services, furnishing labor and u~nrhrng and incorporating materials and equipment into the construction, all as required by the Contract Documents. Work Allowance; A pre-set amount of funds added to the bid form prici. e. These pg moneys are only to be used for additional work that may be needed due to change orders and unforeseen conditions that increase the submitted bid amount, as approved by the City. This work allowance will not be made part of the contract sum as shown in the contract documents. Work Directive Chan e - A written directive to CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by OWNER and recommended by PROJECT MANAGER TAGEI ordering an addition, deletion or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in Paragraph. 4.2 or 4.3 or to emergencies under paragraph 5.13. A work Directive Change may not change the Contract price or the Contract Time, but is evidence that the parties expect that the change directed or documented by a work Directive Change will be incorporated in subsequently issued Change order following negotiations by the parties as to its effect, if any,on the Contract price or Contract Time as provided in Paragraph 9. Written Amendment - A written amendment of the Contract Docents, signed by OWNED and CONTRACTOR on or after the Effective Date of the Agreement and normally dealing with the non -engineering or non -technical aspects rather than strictly work related asp ect of the Contract Documents. ARTICLE 2 ! PRELEUINARY MATTERS 2A Delivery of Bonds and Insurance: Prior to award of the Contract by OWNER, CONTRACTOR shall deliver to OWNER copies of the certificate(s) of insurance evidencing the coverages required hereunder and specifically providing that the City of Coral Springs is an additional named insured or additional insured. payment and performance bonds which CONTRACTOR is required ]o. 130682 Page 3 of 4 Page 345 of 403 Agenda Item #15. � to furnish in accordance with this Contract must be provided to OWNER within fifteen (15) days after issuance of Notice of Award. 2 Commencement of Contract Time; e; Notice to Proceed6 ,2 : The Work shall cormnence subsequent to the execution of this Contract by all parties and upon a written Notice to Proceed from OWNER. No Work shall be done at the site prior to the date on which the Contract Time commences to run. DATER shall furnish to CONTRACTOR up to two 2 copies of the Contract Documents. Additional copies will be finished upon request, at the cost of reproduction. .3 Preconstruction Conference: Within twenty 20 days after the Effective Date of the Agreement, but before CONTRACTOR starts the Work at the site, a conference attended by CONTRACTOR, , PROJECT MANAGER, and ARCHITECT and others as appropriate will be held to discuss the schedules referred to in. Paragraph 2.4, to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a woring understanding among the parties as to the Wort. A Finalizing Schedules: At least ten 10 days before submission of the first Application for Payment a conference attended by CONTRACTOR, PROJECT MANAGER, and ARCHITECT and others as appropriate will be held to finalize the schedules and procedures to establish a Worling understanding among the parties. The finalized progress schedule will be acceptable to PROJECT MANAGER and ARCHITECT as providing an orderly progression of the Work to completion within the Contract time, but such acceptance will neither impose on PROJECT MANAG ' S OR AROI TECT' S responsibility for the progress or scheduling of the work nor relieve CONTRACTOR from full responsibility therefor. The finalized schedule of Shop Drawing submissions will be acceptable to PROJECT MANAGER and ARCHITECT as providing a Workable arrangement for processing the submissions. The finalized schedule of values will be acceptable to PROJECT MANAGER as to form and substance. ARTICLE 3 - CONTRACT ACT DOCUMIEITS • INTENT, AMENDING, RATS 3.1 Entire Agreement: The Contract Documents c nmpnse the Mire agreement between OWNER and CONTRACTOR con inning the Work. The Contract Documents are complimentary; what is called for by one is as binding as if called for by all, The Contract Documents will be construed in accordance with the laws of the Mate of Florida. Page 4 of 4 Doc. 1082 Page 346 of 403 Agenda Item #15. 3s.2 Intent: It is the intent of the Contract Documents to describe a functionally complete Project or part thereof) to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents a being required to produce the intended result will be supplied whether or not specificall called for. When voids which have a well known technical, or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that mewing. Deference to standard specifications, manuals or codes of any technical society, organization or association, or to the lava or regulations of an governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laves or regulations in effect at the time of opening of Bids, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR, or ARCHITECT, or any of their consultants, agents or employees from those set forth in the Contract Documents. 3.3 Conflicts Error or Discrepancy: If, during the perfonnancc of the Work CONTRACTOR finds a conflict, error o discrepancy in the Contract Documents, interpretations will be based on the follov in priorities: 1. Change orders. 2. The Contract and the Exhibits thereto. 3. Addenda, with those of later elate having precedence over those of earlier date. . The General Conditions ofthe Contract for Construction . Division 1 of the Specifications. . Drawings and Divisions 29 of the Specifications 7. other documents specifically enumerated in the Agreement as part of the Contract Docents. . Written interpretation or clarification from ARCHITECT. 3.4 Amending and Supplementing Contract Documents: 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: .4.1 A Change order; or 3.4.2 A formal written amendment. 3.5 Supplements, Mnor variations or Deviations: Page 5 of 43 Doc, 130682 Page 347 of 403 Agenda Item #15. In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the Wort may be authorized in one or more of the following ars • 3.5. 1 ARCHITECT' S approval of a Shop Drawing or sample; or ..2 PROJECT MANAGER" " S written interpretation or clarification. 3..3 A field order. 3.6 Reuse of Documents: Neither CONTRACTOR nor any subcontractors or Supplier or other person or orgatron performing or furnishing any of the Work under a direct or indirect Contract with OWNER shall have or acquire any title to or ownership rights in any of the Drawings, Specifications or other Documents or copies of any thereof) prepared or bearing the seal of the ARCHITECT; and they shall not reuse any of them on extensions of the Project or any other prod t without Witten consent of OWNER. ARTICLE, 4 - AVAILABILITY of LANDS • PHYSICAL CONDITIONS • REFERENCE ONTS 491 Availability of Lands: DEER 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 CONTRACTOR. CONTRACTOR shall provide at CONTRACTOR'S own expense and without liability to OWNER any and all additional lands and access thereto that may be required for temporary construction p � facilities or storage of materials and equipment. CONTRACTOR shall fim-Ash to OWNER copies of written permission that is obtained from the owners of such facilities. It is the responsibility of the CONTRACTOR to leave the additional lands in the same condition as prior to work startup. Any damages caused by CONTRACTOR will be remedied at CONTRACTOR'S expense. 4,2 Physical Conditions: 4.2.1 $hown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based on information and data ftumished to OTTER or ARCHITECT b the owners of such Underground Facilities or by others. Unless it 'is otherwise expressly provided in the Supplementary Conditions: Doc. 130682 4.2.1.1 OWNER and ARCHITECT shall not be responsible for the accuracy or completeness of any such information or data; and Page Page 348 of 403 Agenda Item #15. � 4.2.1.2 CONTRACTOR OR shall have full responsibility for reviewing . � and cheeldng all such information and data, for locafing all Underground Facilities shown or indicated in the Contract Documents, for coordination of the work with the owners of such Underground Facilities during construction, for the safety and protection thereof and rep amng any damage thereto resulting from the work, the costs of all of which will be considered as having been Mncluded in the Contract Price. 4.2.2 Not Shown or Indicated: If an Underground Facility is uncovered or rev . � revealed at r contiguous to the site which was not shown or indicated in the Contract Documents and which CONTRACTOR could not reasonably have been expected to be mare of, CONTRACTOR shall, promptly after becomingaware thereof and before performing any work affected thereby (except in an emergency c a permitted by paragraph 5.13), identify the owner of such Underground Facility and give mitten notice thereof to that owner and to OWNER and ARCHITECT. CT. ARCHITECT will promptly review the Underground Facilityto determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents ument will be amended or supplemented to the extent necessary. Ding such time, CONTRACTOR R shall be responsible for the safety and protection of such Underground Facility. CONTRACTOR shall he allowed an extension of the Contract Time to the extent that any delay is attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and of which existence CONTRACTOR could not reasonably have been expected to be aware. If the parties are unable to agree as to the appropriate length of delay, CONTRACTOR may make a claim therefor as provided in this Contract. 4.3 Deference Points: OWNER shall provide engineering surveys to establish reference points for construction nstruction which in PROJECT MANAGER" AGER"S judgment are necessaryenable CONTRACTOR T'R.ACTCR to Proceed with the work. CONTRACTOR shall be responsible for l out the work r to protect and preserve the established reference points and shall make ' no changes or relocations without the prior Witten approval of Off ER. CONTRACTOR shall report to PR .T CT MANAGER whenever any reference point is lost or destroyed or requires equir relocation because of necessary changes in grades or locations and shall b responsible for the accurate replacement or relocation of such reference points b ` . p � professionally qualified personnel. ARTICLE 5 - CONTRACTOR'S R'S RESPONSIBELITEES .I Supervision and Superintendence: Page of4 hoc. 1� Page 349 of 403 Agenda Item #15. ; Ir- 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. CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. CONTRACTOR shall be responsible to see that the Wished Work complies accurately With the Contract Docents. 5.2 Resident Superintendent CONTRACTOR shall keep on the worksite at all times during its progress a competent resident superintendent and any necessary assistants who shall not be replaced without written notice to OWNER and ARCHITECT unless the superintendent proves to b unsatisfactory to CONTRACTOR and ceases to be in his employ. The superintendent will be CONTRACTOR'S representative at the site and shall have authority to act o behalf of CONTRACTOR. All com aumc bons given to the superintendent shall he as binding as if given to CONTRACTOR. 5.3 Labor, Materials and Equipment: CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction, as required by the Contract Documents. CONTRACTOR shall at all times maintain good discipline and order at the site. Except in connection with the safety or protection of persons or the Work or properly at the site or adjacent thereto, and except as otherwise indicated ire the Contract Documents, all Work at the site shall be performed during regular working hours, and CONTRACTOR ill not permit overtime Work or the performance of Work on Saturday, Sunday or an legal holiday without OWNERS mitten consent given after prior written notice t PROJECT MANAGER. .3.1 Unless otherwise specified -in the bid documents, 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, sanitary facilities, temporary facilities and all other facilities and incidentals. necessary for the furnishing, performance, testing, start-up and completion of the Work. ..2 All materials and equipment shall be of good quality and new, except as other ise provided in the Contract Documents. If required by ARCHITECT, CONTRACTOR shall furnish satisfactory evidence (including reports of rewired tests) as to the Ind and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier except s otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to ARCHITECT, or any of ARCHITECT'S consultants, agents or employees, any duty or authority t Page 8 of43 Doe. 130682 Page 350 of 403 Agenda Item #15. Doc. 130682 supervise or direct the furnishing or performance of the work or any duty or authority to undertake responsibility contrary to the provisions of Articles 8 and 9. Substitutes or "or Equal" Items .4.1 Whenever materials or equipment are specified or described in the Contra ct Documents by using the name of a proprietary item or the name of a particular Supplier the naming of the item is intended to establish the type, f motion and quality required. Unless the name is followed by. words indicating -that no substitution is permitted, materials or equipment of other Suppliers may be accepted by ARCHrMCT if sufficient infornma ion is submitted b CONTRACTOR to allow ARCHITECT to d e that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by ARCH CT from anyone other than CONTRACTOR. if CONTRACTOR wishes to finmish or use a substitute item of materW or equipment, CONTRACTOR shall make written application to ARCHITECT for acceptance thereof, certifying that the proposed substitute will perfonn adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that at specified. and be suited to the same use as that specified. The application must state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTORS achievement of Substantial Completion on p , whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents(or rn the provisions of an other it ■ � e� Contract with OWNER for Work on the Project) to adapt the design to the proposed substitute and whether or not incorporation or use of the substitute i connection with the work is subject to payment of any ficense fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an eternized estimate of all costs that will result direly or indirectly from acceptance of such substitute including costs of redesign and claims of other CONTRACTORS affected by the resulting change, all of which shall be considered by ARCHITECT in evaluating the proposed substitute. ARCHITECT may require CONTRACTOR to Runish at CONTRACTOR'S expense additional data about the proposed substitute. .4.2 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of q construction acceptable to ARCHITECT, if CONTRACTOR submits sufficient information to allow ARCHITECT to determine that the -substitute proposed is equivalent to that indicated or required by the Contract Docents. The procedure for review by ARCHITECT will be similar to that provided in Paragraph 5.4.1 as applied by ARCHITECT and as may be supplemented in the Contract Documents. Page 9 of4 Page 351 of 403 Agenda Item #15. .4.3 ARCH EOT will be allowed a reasonable time within which to evaluate each proposed substitute. ARCHITECT will be the sole judge of acceptability, and no substitute will be ordered, installed or utied without ARCHITECT'S prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing, OWNED may require CONTRACTOR to furnish at CONTRACTOR'S expense a special performance guarantee or other surety with respect to any substitute. 5.5 Concerning Subcontractors, Suppiiers and Others: . .1 CONTRACTOR shall be fully responsible to OTTER and ARCHITECT ECT for all acts and omissions of the Subcontractors, Suppliers and other persons directly or indirectly employed by his Subcontractors, Suppliers and of ` persons for whose acts any of them may be liable and any other persons and organizations performing or furnishing of the work under a direct or indirect Contract with CONTRACTOR to the same extent that CONTRACTOR is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contrast Documents ument shall create any Contractual relationship between OWNER or ARCHITECT and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of OWNED. or ARCHITECT to pay or to see to the payment of any moneys clue any such Subcontractor, Supplier or other person or organization except as may otherwise be required by laws and regulations. ..2 All work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate agreement between CONTRACTOR and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of OWNER and ARCHITECT. 5.6 Patent Fees and Royalties: CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the work of any invention, design, process, product or device which is the subject of patent rights or copyrights held by others. 5.7 Permits; CONTRACTOR shall obtain and pay for all permits and licenses. CONTRACTOR shall pay all government charges and inspection fees as required by OWNER. OWNER reserves the right to wive as it deerns. appropriate all municipal per nit and inspection fees related to this contract. However, OWNER shall require that CONTRACTOR to pay all fees relative to re -inspections, as they may be required from time to time. 5.8 Laws and Regulations at ions : Page 10 of 43 Doc.130682 Page 352 of 403 Agenda Item #15. � 5..1 CONTRACTOR shall give all notices and comply with all laws and regulations applicable to firnishing and performance of the Work. Neither OWNER nor PROJECT MANAGER TAGER or ARCHITECT shall be responsible for monitoring CONTRACTOR'S compliance with any laws and regulations. 5. .2 If CONTRACTOR observes that the Specifications or Drawings are at variance with any laws or regulations, CONTRACTOR shall giveARCHITECT prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in Paragraph 3.4. If CONTRACTOR ACTOR performs any work knowing or having reason to know that it is contrary to such laws or regulations, and without such notice to ARCHITECT, CONTRACTOR shall bear all costs arising therefrom. .9 Taxes: .9.1 CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by CONTRACTOR in accordance with the laws and regulations of the Mate of Florida and its political subdivisions which are applicable during the performance of the work. 5.10 Use of Premises: 5.10.1 CONTRACTOR Mall confine construction equipment, the storage of materials and equipment and the operations of workers to the project site and areas identified in and permitted by the Contract Documents and other land and areas permuted by laws and regulations, rights -of -way, permits and easements and shad not unreasonably encumber the premises with construction equipment or other materials or equipment. CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of an land or areas contiguous hereto, resulting from the performance of the Work. Should any claim be made against OWNER or ARCHITECT by any such owner or occupant because of the performance of the Work, CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim. The general indemnification provided elsewhere in this Contract specifically applies to claims arising out of CO CTOR S use of the premises. 5.10.2 During the progress of the work, CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the work CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials, and shall leave the site clean and reach for occupancy by OWNER. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Docents, Doc.130682 Page 11 of 4 Page 353 of 403 Agenda Item #15. , 5.10.3 CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that Will endanger the structure, nor shall CONTRACTOR subject any part of the work or adjacent property to stresses or pressures that will endanger it. .11 Record Documents: CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, written Amendments, Change Orders, work Directive Changes, Field Orders and Witten interpretations and claxifications in good order and annotated to show all changes made during construction. These record Documents together with all approved samples and a counterpart of all approved Shop Drawings will be available to PROJECT MANAGER and ARCHITECT for reference. Upon completion of the work, these record Documents, samples and Shop Drawings will be delivered to ARCHITECT for OWNER. .12 Safety and Protection: .12.1 CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in comection with the work to prevent damage, injury or loss to all employees on the workslte and other persons and organisations who may be affected thereby; all the work and materials and equipment to be incorporated therein, whether in storage on or off the site; and other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, irrigation systems, roadways, structures, utilities and Underground Facilities not designated for removal, relocation or replacement in the course of construction. .12.2 CONTRACTOR shall fin-nish watchmen, flagmen, warning signs, comes, barricades, flashing lights and other necessary safeguards in sufficient numbers and at appropriate locations to protect and divert vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Such watchmen and flagmen shall be furnished on a twenty-four 2 hour basis when conditions require. CONTRACTOR and all Subcontractors shall take all necessary i precautions to guard against and elnninate all possible fire hazards and prevent dP inj*ury to persons or fire damage to any construction, building materials, equipment, temporary field offices, storage sheds, and all other property, both public and private, particularly when gas or arc welding and cutting is taking place. open flames including the use of flambeaux are strictly prohibited. No additional payment will be made for signs, barricades, lights, flags, watch flagmen, required fire extinguishing apparatus and personnel, and other protective devices. CONTRACTOR shall not use explosives on the site, nor allow explosives of any type or nature to be brought upon th.o, site of the construction, without the express written approval of OWNER and PROJECT MANAGER. . When the use of explosives is authorized by OVER and PROJECT MANAGER, CONTRACTOR shall exercise the utmost care in handling and Doc.130682 Wage 12 of 43 Page 354 of 403 Agenda Item #15. � usage of such explosives for the protection of life and property. All explosives shall be stored in a safe manner and storage places shall be clearly marked - "DANGEROUS - EXPLOSIVES " and placed in the care of competent watchmen. When such use of explosives becomes necessary, CONTRACTOR shall ash to OVER, proof of insurance coverage, adequately providing public liability and property damage insurance as a rider attached to CONTRACTOR'S policies unless otherwise included. 5.12.3 CONTRACTOR shall comply with alI applicable laws and regulations of aua public body having jurisdiction for the safety or persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. CONTRACTOR shall notify owners of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation and replacement of their property. All damage, injury or loss to an property � p perty caused direly or indirectly by workers employed by and of them to performs. or furnish any of the Work or anyone for whose acts any of them may be liable shall be remedied by CONTRACTOR. CONTRACTOR'S duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and ARCHITECT has issued a notice to OWNER and CONTRACTOR in accordance with paragraph 13.8 that the Work -is acceptable (except as otherwise expressly provided in connection With substantial Completion), 5,12.4 CONTRACTOR shall designate a responsible representative at the w rksit whose duty shall be the prevention of accidents. This person shall be CONTRACTOR'S superintendent unless otherwise designated in writing by CONTRACTOR to OWNER. 5.13 Emergencies 5.1 .1 In emergencies affecting the safety or protection of persons or the Work, or property at the worksite or adjacent thereto, CONTRACTOR, without special instruction or authorization from ARCHITECT to OBI TER, is obligated to act to prevent threatened damage, Jury or loss. CONTRACTOR shall give PROJECT MANAGER prompt Witten notice if CONTRACTOR believes that an significant changes in the Work or variations from the Contract Documents have been caused thereby* If PROJECT MANAGER detmnines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order will be issued or an amendment made throw proper p procedures to document the consequences of the changes or variations. 5.1 .2 CONTRACTOR shall be required to remove all materials from the job site and i provide safe storage for the same, that may be blown about or become a hazard during a hurricane or windstorm. CONTRACTOR shall also take necessary precautions to remove bulkheads, clams or other structures blocking drains in the Doc. 130682 Page 13 of 4 Page 355 of 403 Agenda Item #15. event of the threat of flooding condition. No extra pay will be allowed for this Work. 5.14 Shop Drawings and Samples: 5.14.1 After checking and verifying all field measurements and after complying with applicable procedures specified in the Project Specifications r plans, CONTRACTOR shall submit to ARCHITECT for review and approval in accordance with the accepted schedule of Shop Drawing submissions or for other appropriate action if sor indicated, five 5 copies of all Shop Drawings, which will bear a stamp or specific written indication that CONTRACTOR has satisfied CONTRACTOR'S responsibilities under the Contract Iocwnents with respect to the review of the submission. All submissions will be identified as ARCHITECT may require. The data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable ARCHITECT to review the information as required. 5.14.2 CONTRACTOR shall also submit to ARCHITECT for review and approval with such promptness as to cause no delay in the work, all samples required by the Contract Documents. All samples will have been checked by and accompanied by a specific written indication that CONTRACTOR has satisfied CONTRACTOR'S responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data such as catalog numbers and the use for which intended. 5.14.3 Before submission of each Shop Drawing or sample CONTRACTOR shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, "catalog numbers and similar data with respect thereto and reviewed or coordinated each Shop Drawing or sample with other Shop Drawings and samples and with the requirements of the work and the Contract Documents. .14.4 At the time of each submission, C NTRA FOR shall give ARCHITECT specific written notice of each variation that the Shop Drawings or samples may have from the requirements of the Contract Documents, and, in addition, shall cause a specific rotation to be made on each Shop Drawing submitted to ARCHITECT for review and approval of each such variation. Failure to point out such departures shall not relieve CONTRACTOR from his responsibility to comply with the .Contract Documents. 5.15 Continuing the work CONTRACTOR shall carry on the work and adhere to the progress schedule during aU disputes or disagreements with OWNER. No work' shall be delayed or postponed Page 14 of 43 Doc. 130682 Page 356 of 403 Agenda Item #15. pending resolution of any disputes or disagreements, or as CONTRACTOR and OWNER may otherwise agree in writing. 5.16 Indemnification: 5.1 .1 General Indemnification: The parties agree that one percent 1 % of the total compensation paid to CONTRACTOR for the work of the Contract shall constitute specific consideration to CONTRACTOR for the indemnification to be provided under the Contract. To the fullest extent permitted laws and . y regulations, CONTRACTOR shall indemnify, save and hold harmless OVV1 TE its officers, agents and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attomey's fees, to the extent caused by e negligence, recklessness, or intentional wrongfUl misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the work. such indemnification shall specifically include but not e ' 'ted to clams, damages, losses and expenses arising out of or resulting from (a) any and all bodily m'Juries, sickness, death, disease; b ire' to or destruction of tangible personal property, including the loss of use resulting therefrom; c other such damages, liabilities or losses received or sustained by any person or persons during or on account of any operations connected with the construction of this project including the warranty period; d the use of any improper materials; (e) any construction defect M* chiding patent defects; f) the violation of an federal, state, county or city laws, by-laws, ordinances or regulations by CONTRACTOR, his Subcontractors, agents, servants or employees; the breach or alleged breach by CONTRACTOR of any term of the Contract including the breach or alleged breach of any warranty or guarantee. 5. l .2 Patent and Co t Inden nification: CONTRACTOR agrees to in lemrd save and hold harmless oVINER, its officers, agents and employees, From all such claims and fees, and from any and all sites and actions of every name and desorption that may be brought against OWNER, its officers agents and employees, on account of any claims, fines, fees, royalties, or costs for an invention or patent, and from any and all suits and actions that may be brought against OWNER, its officers, agents and employees for the 0nf in einent of any y and all copyrights or patent rights claimed by any person, f m, or corporation.' 5.I . ttl CONTRACTOR shall pay all claims, losses, liens, seements or 'ud eats of any nature whatsoever, excluding only those in which the damages arose out of the sole negligence of OWNER, in connection with the foregoing indemnifications, including, but not limited to, reasonable attomeYs fees and costs to defend all claims or suits in the name of OWNER when applicable. . I .4 OWNER reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith including any costs or fees of an appeal shall be the responsibility of CONTRACTOR wader the indemnification agreement. Such indemnification shall not be limited to the Doc.130682 Page 15 of 4 Page 357 of 403 Agenda Item #15. amount of comprehensive general liability insurance which CONTRACTOR is required to obtain under the Contract. Nothing contained herein is intended nor shall it be construed to waive OWNER'S rights and umnunities under the common law or Florida Statute 768 .28 as amended from time to time. This obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to an y party described in this Paragraph 5.16 and its subparts. 5.17 Liability for Use of Work for lutended Purposes: As an inducement for OV�TNERIS Commission to enter into this agreement CONTRACTOR has represented an expertise in the construction ofand completion o like projects as described in these hid specs. In reliance upon those representations, OWNER hired CONTRACTOR for specified construction services and documents. CONTRACTOR. understands and agrees that OWNER intends to utilize said plans for the stated purposes and therefore CONTRACTOR shall be liable for any defective or negligent design, whether patent or latent, as such may be found by a court of competent ,jurisdiction. 5.18 Design Responsibilities: .1 .1 CONTRACTOR shall deter rime the general scope, extent and character of the work. CONTRACTOR shall prepare prelim'mary design documents consisting of final design criteria, preliminary drawings, outline specifications and written description of the work, CONTRACTOR shall submit the preliminary design documents to ARCHITECT for review and authorization to proceed with the final design preparation. Upon written authorization from ARCHITECT to proceed with the ftal design, CONTRACTOR shall Prepare final drains plans, specifications, technical eta, written descriptions and design data and submit the same to ARCHITECT for approval prior to commencing construction of the work. All final design documents, plans, reports, studies and other data eP r aged p by CONTRACTOR shall bear the endorsement of a person in the full employ of CONTRACTOR and duly registered in the appropriate professional o cafe g�. .1 .2 After ARCHITECT'S acceptance of the fmal design documents, the origirW set of CONTRACTOWS drawings, tracings, plans and maps shall be provided to ARCHITECT along with one 1 record set of full size prints. CONTRACTOR shall signify, by arming an endorsement seal signature, as appropriate) on every sheet of the record set, that the work shown on the endorsed sheets was produced by CONTRACTOR. With the tracings and the record set of prints, CONTRACTOR shall submit a finial set of design computations. The computations shall be bound in an -1 2" x 11 " format and shall be endorsed (seal/signature as appropriate) by CONTRACTOR. Upon approval of the final design documents, ARCHITECT shall issue a written authorization to commence construction. Doc. 130682 Page 16 of 43 Page 358 of 403 Agenda Item #15. 5.18.3 work Pro of OWNER: Ah tracings, Mans, specifications maps and/or reports prepared or obtained under this agreement shall be considered works made for hire and shall become the proper of OWNED without restriction or l�x nation on their use. .18.4 Performance Standards; All services shall be performed by CONTRACTOR CTOR the satisfaction of ARCHITECT who, upon making detennination of acceptance or satisfaction shall utilize generally accepted engineering standards as well as the design criteria found in the Florida Department of Transportatioes■ Broward County Enginee-xng Division's and OWNER'S published and approed eng meering standards. ARCHITECT shall decide all questions, and disputes of any nature whatsoever that may arise by reason of the execution of this Agreement and the prosecution and fulfillment of the services hereunder. 5.18.5 Operations Manuals: ls: Training: CONTRACTOR shall provide OWNER with two 2 hard copies and one 1 electronic copy of operating, maintenance and .ftmining manuals for the work and shall assist OWNER in training OWNER'S staff to operate and maintain the work. ARTICLE 6 - OWNER'S RIGHT To PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS .1.1 OWNER reserves the right to award separate contracts for, or to perfonn with its own forces, construction or operations related to the work or other construction or operations at or affecting the project site, including portions of the work which may have been deleted. by Change Order. CONTRACTOR shall cooperate with OTTER'S forces and Separate Contractors. 6. l .2 PROJECT MANAGER will provide coordination of the activities of OWNER'S forces and of each Separate Contractor with the work of CONTRACTOR. CONTRACTOR shall participate with OWNER and Separate Contractors in `oint review of construction schedules and project requirements when directed to do so, 6.1.3 The project, of which this -Contract is a part, will include other contracts for work to be performed and work to be .performed by the OWNER on the same site. B entering into this Contract, CONTRACTOR acknowledges that OWNER has the right to enter into other contracts with Separate Contractors, and to perform work and that the work of said contracts and OWNER may i be in close proximity to p � ardor perforrned contemporaneously with the work of this Contract and (ii)result in delays in or disruptions to CONTRACTOR! S Fork. 6.1.4 CONTRACTOR firther agrees as follows: 6.1.4.1 The OWNER shall afford CONTRACTOR, Separate Contractors or OWNER forces reasonable opportunity for the introduction and storage o a. 108 Page 17 of 43 Page 359 of 403 Agenda Item #15. (r their materials and the execution of their work. CONTRACTOR shall properly connect and coordinate its construction and operations with the construction and operations of separate Contractors and OWNER forces, as required by the Contract Documents. .1.4..2 CONTRACTOR shah cooperate with Separate Contractors and OVER on the project site and will do nothing to delay, hinder, disrupt, or interfere with the work of Separate Contractors or OVINER. CONTRACTOR shall coordinate its Work with the work of any Separate Contractor and agrees to attend any coordination meetings scheduled for this purpose by the PROJECT MANAGER. Any dispute between the CONTRACTOR and an Separate Contractor over how the work of the various trades should be coordinated, shall be promptly submitted by CONTRACTOR to the PROJECT MANAGER. ER. CONTRACTOR agrees to cooperate with the development o, and o bound by, any reasonable coordination plan f directed by PROTECT MANAGER to address the dispute, even if CONTRACTOR does not agree with the coordination plan so developed. CONTRACTOR agrees that if its work is delayed, hindered, disrupted or interfered with by a Separate Contractor, to the extent 'such del hindrances, disruptions, and interferences result m CONTRACTOR CTOR working beyond the Contract Time, through no fault of the CONTRACTOR, the CONTRACTOR shall be subject to a time extension but no compensation from the OWNER, provided the CONTRACTOR complies with the requirements of the Contract for seeking a time extension, including without limitation, the requirements set ford in these General Conditions. 6.1.4.3 CONTRACTOR agrees that its sole rernedy for damage or loss including el,a.y damages, suffered as a result of actions by a S p gate Contractor, other than that specified in this Article, shall be against such Separate Contractor, their officers, agents, employees, consultants, subcontractors and, if available, surety bonds. CONTRACTOR R further agrees to indemnify OWNER, their officers, agents, employees, consultants or subcontractors for any damage or loss by a separate Contractor allegedly caused by with the work of the CONTRACTOR or Separate Contractor except as prodded in this Article. 6,2 MUTUAL RESPONSIBILITY Doc. 13O8 .2.1 CONTRACTOR shall afford OWNER and. Separate Contractors opportunity for introduction and storage of their materials and equipment and performance of their activities. CONTRACTOR shall connect schedule, and coordinate its construction and operations with the construction -and operations of OWNER. and Separate Contractors in accordance with the direction of PROJECT MANAGER. Page 18 of 4 Page 360 of 403 Agenda Item #15. 6. .2 If a portion of the Work is dependent upon the proper execution or results of other construction or operations by OWNER or Separate Contractors CONTRACTOR shall inspect such other construction or operations before proceeding with that portion of the Work. CONTRACTOR TRACTOR shall promptly report to PROJECT MANAGER apparent discrepancies or defects which render the other construction or operations unsuitable to 16 receive the Work. Unless otherwise directed by PROJECT MANAGER, CONTRACTOR shall not proceed with the portion of the Work affected until apparent discrepancies or defects have been corrected. Failure of CONTRACTOR to so report within a reasonable time after discovering such discrepancies or defects shall constitute an ackno ledgnaent that the other const mction or operations by OWNER or Separate Contractors is suitable to receive the Wort, except as to defects not then reasonably discoverable. 6.3 OWNER'S RIGHT TO CLEAN UP 6.3.1 If a dispute arises been CONTRACTOR and Separate Contractors as to the responsibility under their respective contracts for aintainin the project site and surrounding areas free from waste materials and rubbish OWNER may clean up and allocate the cost between those firms it deems to be responsible. ARTICLE 7 - OWNER'S RESPONSIBILITIES - GENERALLY 7.1 OTTER shall issue all c n unications to CONTRACTOR through PROJECT MANAGER. 7.2 OWNER shall f rnish the data required of OWNER under the C ntma t Documents promptly and shall n.a1e payments to CONTRACTOR pursuant to Article 13. 7.3 OWNER'S duties in respect of providing lands and easements and providing en ' eerieg surveys to establish reference points are set forth in Article 4. Article 4 also refers to OWNER'S ientifing and reaping available to CONTRACTOR copies o f reports of p � explorations and tests of subsurface conditions at the site which are known and readily available to OTTER.. .4 OWNER is obligated to execute Change Orders as indicated in Articles 9, 10 & 11. 7.5 OWNER shall have such other responsibilities and rights as are expressed in the Contract Documents. ARTICLE 8 - ARCHITECT'S STATUS DURING CONSTRUCTION Page 19 of 43 Page 361 of 403 Agenda Item #15. r'r-, 801 OWNER' - S Representative: PROJECT MANAGER will be OWNER'S representative during the constriction period and until final payment is due. The duties and responsibilities and the limitations of authority of PROJECT MANAGER as OWNER'S representative dining construction are set forth in the Contract Documents and shall not be extended without written consent o OVER. 8,2 Visits to Site: PROJECT MANAGER IAGER will 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 aletmmin.e, in general, if the Work is proceeding in accordance with the Contrast Documents. PROJECT MA IAGER' S efforts' will be directed toward providing for OWNER a greater degree of confidence that the completed 'work will conform to the Contract Documents. On the basis of such visits andon-site inspections, PROJECT" MANAGER AGER shall keep OWNER informed of the progress of the Work and shall endeavor to guard OVER against defects and deficiencies in the Wort. 8*3 Technical Clarifications and Interpretations: ARCHITECT will issue with reasonable promptness such Witten clarifications or interpretations of the technical requirements of the Contract Documents as ARCHITECT may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided in this Contract. Should CONTRACTOR fail to request interpretation of questionable irns in the Contract Documents neither OWNED nor ARCHITECT will thereafter entertain any excuse for failure to execute the Work x a satisfactory manner. 8.4 Authorized variations in Wont: ARCHITECT may authorize minor variations in the Work from the technical requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract 'Time and are consistent with the overall intent of the Contract Documents. These may be accomplished by a field order and will be binding on OWNER, and also on CONTRACTOR who shall perform the Work involved rom tl . p � If CONTRACTOR believes that a field order justifies an increase in the Contract Price or an extension of the Contract Time and the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefor as provided elsewhere in this Contract. 8.5 Rejecting Defective Work; Doe. 13082 Page 20 of 4 Page 362 of 403 Agenda Item #15. � r- ARCHITECT will have the authority to disapprove or reject Work which ARCHITECT believes to be defective, and will also have authority to require Special inspection or testing of the Work whether or not the Work is fabricated, installed or completed. 8.6 Decisions on Disputes: ARCHITECT will be the initial interpreter of the technical requirements of the Contract Documents and the acceptability of the Work thereunder, Clans, disputes and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and f nishing of the Woric and claims under Articles 10 and 11 in respect of changes in the Contract Price or Contract Time will be referred initially to ARCHITECT in Ming with a request for a formal decision in accordance with this Paragraph, which ARCHITECT will render in sting withina reasonable time. Written notice of each such claim, dispute and other matter ill be delivered by the claimant to ARCHITECT and OWNER promptly, but in no event later than three days after the occurrence of the event giving rise thereto, and written supporting data will be submitted to ARCHITECT and OSIER within seven ' calendar days after such occurrence unless ARCHITECT allows an additional period of time to ascertain more agate data in support of the claim. The rendering of a decision by ARCHITECT with respect to any such claim, dispute or other matter except any which have been waived by the mating or acceptance of fmal payment as provided ' Paragraph 1. will be a condition precedent to any exercise by OVER or CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by haws or Regulations in respect of any such claim, dispute or other matter. 8.7 Limitations on ARCHITECT'S Responsibilities: ..1 Neither ARCHITECT'S authority to act under this Article 8 or elsewhere in the Contract Documents nor any decision made by ARCHITECT in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ARCHITECT or CONTRACTOR, any Subcontractor, any supplier, or any other person or organization performing any of the Work, or to any surety for any of them except as such duties and responsibilities are included within the Contract Documents. 8.7.2 ARCHITECT will not be responsible for the acts or nfi si ns of CONTRACTOR or of any subcontractor, any supplier, or of any other person or organization performing or furnishing any of the Work. ARCHITECT shall not e responsible for safety measures on the project. This is the responsibility of the CONTRACTOR. ARTICLE 9 - CELANGES IN THE WORK Page 21 of 43 Doe. 130682 Page 363 of 403 Agenda Item #15. � r 9.1 OWNER, without invalidating the Agreement, may order changes in the work which do not materiaBy alter the scope and character of the work of the Agreement or the completion date. All such changes in the work shall be authorized by a Change Order. Any individual Change Order which decreases the cost of the work to OVER or increases the cost of the work by an amount not in excess of forty thousand and xx10 dollars 40,000.0 roust be authorized and approved by OVINERIS Purchasing Administrator prior to their issuance. Such authorization for Change Order approvals has cumulative lit of twenty percent 20% of the original contract award amount. An individual Change Order which increases the cast of the work to OWNER by an amount which exceeds forty thousand and x 100 dollars $40,000.00 , or any Change order submitted for approval after the cumulative twenty percent 20% limit has been reached roust be formally authorized and approved by the OWNER'S Co .* sin prior to their issuance and before work may begin. No clams against OWNER for extra work in furtherance of such Change Order shall be allowed unless prior approval has been prov obtained. 9,2 if OWNER and CONTRACTOR are unable t ' agree as to the extent, if any, of an mcrase 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 therefor as provided in Article 10 or Axticle 11. 93 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 except in the case of an emergency and except in the case of uncovering Work as those situations are addressed herein. 9A OTTER and CONTRACTOR shall execute appropriate change orders or written amendments covering: Doc. 1308 9.4.1 Changes in the Work which are ordered by OWNER pursuant to Paragraph 9.1 and/or are required to corm defective Work or are agreed to by the parties; and 9.4.2 Changes in the Contract Price or Contract Time hich are agreed to by the parties. Provided that, in lieu of executing any such change order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable laws and regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule. Proposed change orders shall be prepared by CONTRACTOR on forms approved by OWNER. All Change Order submissions shall carry the signatures of the PROJECT MANAGER, , ARCHITECT and CONTRACTOR and be submitted for approval in accordance with Article 9. 1. Page 22 of 4 Page 364 of 403 Agenda Item #15. � 9.5 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 curet y� the giving of any such notice .shall be CONTRACTOR'S sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. ARTICLE 1 - CHANGE OF CONTRACT PACE 10.1 'The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by CONTRACTOR shadbe at his expense without change in the Contract Price, 10 10.2 The Contract Price may only be changed by a Change Order or by a written amendment. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered to ARCHITECT promptly {but in no event later than three days after the occurrence of the event giving rise to the amount of the claim with supporting data t be delivered within seven 7 days and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. No resolution of a claim for adjustment in the Contract Price shall be effective until approved by OWNER in writing. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. 10.3 The value of any work covered by a change order or of any clairn for an increase or decrease in the Contract Price shall be determined in one of the following wags: 10.3.1 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. ,3.2 in accordance with the requirements of particle 9.1, y: ' ", LAMP& of a St MY ;hot. r J e _ R IT*,'t{' *+ .• 'F ti r - y eed ,���•"r [ � III ` '� M�� a� ad. 1` - *'a+. tii'a 7! 10.3.3 On the basis of the cost of the Work(determined as provided in P aragrp h 10. and 10.5 plus a CONTRACTORS Fee for overhead and profit (detennimed as provided in Paragraphs 10.6 and 10.7 a 10.4 Cost of the work The term "Cost of the work" means the sure of all direct costs necessarily incurred and paid by CONTRACTOR in the proper performance of the work. Except as otherwise may be agreed to in writing by OWNER such costs shall be in amounts no higher than We. 130682 Page 23 of43 Page 365 of 403 Agenda Item #15. � r 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 1 . : 10.4.1 Payroll costs for employees in the direct employ of -CO CTOR in the performance of the work under schedules of job classifications agreed upon by OWNER and CONTRACTOR. Payroll costs for employees not employed full time on 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, excise and payroll taxes, Worker's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing work after regular worldng hours, on Saturday, Sunday or legal holidays, shall not be included in the above unless authorized in writing by OWNER. 10.4.2 Cost of all materials and equipment f nnished and incorporated in the wor cluding costs of transportation and storage thereof, and suppliers field services required m connection therewith. All cast discounts, rebates and refunds and all returns from sale of surplus materials and equipment shall accrue to OWNER, and CONTRACTOR shall make provisions so that they may be obtained. 10.4.3 Supplemental costs including the following: Doc. 1082 10.4.3.1 Cost, 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 brokers, which are consumed in the performance of the work. 10.4.3.2 Rentals of all construction equipment and machinery and the parts thereof, whether rented from CONTRACTOR or others in accordance with rental agreements approved by OWNER with the advice of PROJECT MANAGER, and the costs, of transportation, loading, unloading, installation, dismantling removal thereof all in accordance with terms of said rental agreements. The rental of any such equipment machinery or parts shall cease when the use thereof is no longer necessary for the work. 10.4.3.3 Sales, consumer, use or simllar taxes related to the work and for which CONTRACTOR is liable, unposed by laws and regulations. 10.4.3.4 Royalty payments and fees for permits and licenses. 10.4.3.5 The cost of utilities, Biel and sanitary facilities at the site. Page 24 of 4 Page 366 of 403 Agenda Item #15. � r 10.4.3.6 Minor expenses such s telegrams, long distance telephone calls, telephone se -vice at the site, expressage and similar petty cash urns in connection with the work. 10.4.3.7 Cost of premiums for additional bonds and insurance required because of changes in the work. 10.5 Not Included in the Cost of the Works. - The term cost of the work shall not include any of the following. 10. .1 Payroll costs and other compensation of COI TRACT WS officers, executives, principals of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and eontractffig agents, expediters, timekeepers, clerks and other personnel employed by CONTRACTOR whether at the site or in CONTRACTOR'S principal or a branch office for general * 0stration of the work and not specifically included in the agreed upon schedule of job classifications referred to in paragraph 10.4.1 - all of which are to be considered administrative costs covered by CONTRACTOR'S fee. 1 ..2 Expenses of CONTRACTOR'S principal and branch offices other than CONTRACTOR'S office at the site. 10..3 Any part of CONTRACTOR'S 'S capital expenses, including interest on CONTRACTOR'S capital employed for the work and charges against CONTRACTOR f r delinquent payments. 10..4 Costs due to the negligence of CONTRACTOR, any subcontractor, or anyone directly or indirectly employed by any of thern or for whose acts any of diem may be liable, including but not limited to, the correction of defective wort, disposal of materials or equipment wrongly supplied and mal ing good any damage to property. 10..5 other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 10.4. 10v6. CONTRACTOR'S Fee: CONTRACTOR'S fee allowed to CONTRACTOR for overhead and profit shall be determined as follows: 10..1 A mutually acceptable negotiated fee: 10.6.1.1 For costs incurred under Paragraphs 10.4.1 and 10.4.2) CONTRACTOWS fee shall not exceed ten percent 10% . Page 25 of 4 Doc, 1062 Page 367 of 403 Agenda Item #15. � 10..1.2 No fee shall be payable on the basis of costs itemized under Paragraphs 10.4.3.1. 10.4.3.2, 10.4.3.35 10.4.3.42 10.4..59 10.4.3.63 10.4.3.75 10.52 10.5.19 10.5.29 10.5.3, 10.5.4. and 10.5.5. 10..1.3 The amount of credit to be allowed by CO TRACTOR to OWNER for any such change which results in a net decrease in cost will be the amount of the actual net decrease talus a deduction m CO TRACT WS fee by an amount equal to ten percent 10% for the net decrease. 10..1.4 When both additions and credits are involved in any one change the combined overhead and profit shall be figured on the basis of net increase if any, however, profit will not be paid on any work not performed. 10..1.5 The CONTRACTOR" s fee on Change Orders shall be as follows: (a) A mutually acceptable fixed , or if Saone can be agreed upon, (b) A fee based upon a percentage of the net change to the Cost of the Work resulting from the Change Order not to exceed ten percent (100/0). Subcontractor's percentage markup on change orders for overhead and profit shall be reasonable, but in no event shall the aggregate of the subcontractor's overhead and profit markups exceed ten percent 10% . In the event subcontractor is affiliated with the CONTRACTOR by common ownership or management, r is effectively controlled by the CONTRACTOR, no fee wfll be allowed on the subcontractor costs. In the event there is more than one level of subcontractors such as second and third tier subcontractors, the sum of all of the subcontractor's percentage markups for overhead and profit shall not in the aggregate exceed twenty percent 0%. In no event shall the total aggregate percentage of markups for overhead and profit, as provided for in this Article, exceed twenty five percent 25% . 10.7 Cast Breakdown Required: Whenever the cost of any work is to be determined pursuant to Paragraphs 10.4 or 10.5 CONTRACTOR will submit in a form -acceptable to ARCHITECT an itemized cost breakdown together with supporting data. Page 26 of 43 Page 368 of 403 Agenda Item #15. (� ARTICLE II. - CONTRACT TU4E 11.1 Commencement: The date of commencement of the Work is the date established in the Notice to Proceed. 11.2 Time of Substantial Completion: The date of substantial completion of the Work or designated portion thereof is the date certified by ARCHITECT when construction is sufficiently complete, in accordance with the Contract Documents, nts, o OVER can occupy or utilize the Work or designated portion thereof for the poses for which it is intended. 11.3 Change of Contract Time: 11.3.1 All time �ln�ts stated in the Contract Documents are of the essence of the Agreement. NO CLAIM I FOR DAMAGES OR ANY CLAM OTHER THAN FOR AN EXTENSION of TDJE SHALL BE MADE OR ASSERTED AGAINST THE OWNER BY REASON OF ANY DELAYS. CONTRACTOR shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from OWNER for direct, indirect, consequential, u npact or other costs, expenses or damages including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference be reasonable or unreasonable, foreseeable or unforeseeable or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by CONTRACTOR for hindrances or delays due solely to fraud, bad faith or active interference on the part of OWNERor its agents. Otherwise, CONTRACTOR shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resultindelay,in accordance with and to that extent specifically provided above. No extension of time shaU be granted for delays resulting from normal weather conditions prevailing in the area as defined by the average of the last ten 10) years of weather data as recorded by the United States Department of Commerce, National Oceanic and Atmospheric administration at the Fort Lauderdale Weather Station, 11.3.2 NO RECOVERY FOR EARLY COMPLETION, If the CONTRACTOR submits a schedule or expresses an intention to complete the Work earlier than any required milestone or completion slate, the OWNER shall not be liable to the CONTRACTOR for any costs incurred because of delay or hindrance should the CONTRACTOR be unable to complete the Work before such milestone or completion slate. The duties, obligations - and warranties of the OV�NBR. to the CONTRACTOR shall be consistent with and applicable only to the completion of the work and completion dates set forth in these Construction Sm-vices General Conditions. Doc. 1368 Page 27 of 43 Page 369 of 403 Agenda Item #15. � 11.. 3 The Contract Time may only be changed ' b y a change order or a Witten amendment, Any claim for extension of time shall be made in writing to ARCHITECT not more than three 3 days after the detection or be ' of the occurrence of the event 9ving rise to the delay and stating the general nature of the claim; otherwise, it shall be waived. In the case of a continuing delay only one claim is necessary. CONTRACTOR shall provide an estimate of the probable effect of such delay on the progress of the Work. 11.4 Liquidated Damages: Upon failure of CONTRACTOR to complete the Work within the time specified for final completion, (plus approved extensions if any) CONTRACTOR shall pay to OViNER the Burn of Two Hundred dollars $2 0 for each calendar day that the substantial completion of the Work is delayed beyond the time specified in the Contract for substantial completion, as fixed and agreed liquidated damages and not as a penalty. After substantial completion, if CONTRACTOR neglects, fails or refines to complete the remainder of the Work Within the Contract Time or any approved extension thereof, CONTRACTOR shall pay to OWNER the sun of one Hundred dollars ($100) for each calendar day (plus approved extensions if any) after the time specified in the Contract for final completion and readiness for final payment as fixed and agreed liquidated damages and not as a penalty. Liquidated damages are hereby fixed and agreed upon between the parties, �recogiff in the impossibility of precisely ascertaining the amount of damages that Will be sustained by OWNER as a consequence of such delay and both parties desiring to obviate any question of dispute concem ng the amount of said damages and the cost and effect of the failure of CONTRACTOR to complete the Contract on time. Regardless of whether or not a s e Contra is involved, the above -stated liquidated damages shall apply separately to each portion of the Work for which a time of completion is given. OWNER shall have the right to deduct from and retain out of moneys which may be then clue or which may become clue and payable to CONTRACTOR, the amount of such liquidated damages and if the amount retained by OWNER is insufficient to pay in full such liquidated damages, the CONTRACTOR R shall pay m fffl such liquidated damages. CONTRACTOR sh 1 be responsible for reimbursing OWNER, in addition to liquidated darn es or other per day damages for delay, for all costs of engineering, architectural fees, and inspection and other costs incurred inadministering the construction of the project beyond the completion date specified or beyond an approved extension of time granted to CONTRACTOR whichever is later. ARTICLE 12 WARRANTY AND GUARANTEE: TEST'S AND INSP C'TIO1 CORRECTION, REMOVAL OR ACCEPTANCE OF I FEC'TIE WORK 12.1 Warranty andGuarantee: CONTRACTOR warrants and guarantees to OWNER and ARCHITECT that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall. be given to CONTRACTOR. All defective Work, whether or Page 28 of43 Doo.130682 Page 370 of 403 Agenda Item #15. � not in place, may be rejected, corrected or accepted. CONTRACTOR warrants to OWNER that the consummation of the Wort provided for in the Contract Documents will not result in the breach of any term or provisions of, or constitute a default under an indenture, mortgage,, Contract, or agreement to which CONTRACTOR is a party. CONTRACTOR warrants that there has been no violation of copyrights or patent nights in connection with the Work of the Contract. 12.2 Access to Work: ARCHITECT, PROJECT MANAGER AGER and ether representatives of OWNER, testing agencies and governmental agencies with jurisdictional interests shall have access to the Work at reasonable tines for their observation, inspecting and testing. CONTRACTOR shall provide proper and safe conditions for such access. 12.3 Tests and Inspection: 12.3.1 CONTRACTOR shall give ARCHITECT, PROJECT ECT MANAGER, or City Building Division Inspector, timely notice of readiness of the Work for all required inspections, tests or approvals. 1 +3.2 CONTRACTOR shall assume full responsibility, pay all costs in connection therewith and furnish ARCHITECT the required certificates of inspection, testing i or approval for all materials, equipment or the Work or any part thereof unless otherwise specified herein, 12.3.3 If any Work, (including the Work of others) that is to be inspected,, tested or approved is covered without Witten concurrence of ARCHITECT, it must, if requested by ARCHMCT, be uncovered for examination and properly restored at CONTRACTOR'S expense. Such uncovering shall be at CONTRACTOR'S expense unless CONTRACTOR has given ARCHITECT timely notice of CONTRACTOR'S intention to cover the same and ARCHITECT has not acted with reasonable promptness in response to such notice. 1 2.3.4 Neither observations by ARCHITECT nor inspections, tests or approvals by others shall relieve CONTRACTOR from CONTRACTOR'S obligations perform the Work in accordance with the Contract Documents. 12.4 Uncovering the Work: 12.4.1 if any work is covered contrary to the written request of ARCHITECT, it must, if requested by ARCHITECT, be uncovered for ARCHITECT'S observation and replaced at CONTRACTOR'S expense. 12.4.2 If ARCHITECT considers it necessary or advisable that covered work be observed by ARCHITECT of inspected or tested by others, CONTRACTOR, at ARCHITECT'S request, shall uncover, expose or otherwise make available for Doc. 130682 Page 29 of 43 Page 371 of 403 Agenda Item #15. observation, inspection or testing as ARHiT'T 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, CONTRACTOR shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and OWNER shall be entitled to an appropriate decrease in the contract price, and if the parties are unable to agree as to the amount thereof, may make a claim therefore as provided in the contract documents. If, however, such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the contract price or an extension of the contract tine, or both, directly attributable to such uncovering and, if the parties are unable to agree as to the amount or extent thereof, CONTRACTOR may make a claim therefore as provided in the contract documents. 12.5 OAT R May Stop the Work; If the Work is defective, or CONTRACTOR fails to supply sufficient skilled Workers or suitable materials or equipment, or fails to f nnish or perform the Work in such a Way that the completed Work will conform to the Contract Documents, OWNER may order CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of OV7NER to stop the Work shall not give rise to any duty on the part of OVER to exercise this right for the benefit o CONTRACTOR or any other party. 12.6 Correction or Removal of Defective Work: If required by ARCHITECT, CONTRACTOR shall promptly, as directed, either correct all defective Work, Whether or not fabricated, installed or completed, or, if the Work has been rejected by ARCHITECT, remove It from the site and replace it with non -defective Work. 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. 12.7 one Year Correction Period: If within one 1 year after the slate of completion or such longer period of time as may be prescribed by laves or regulations or by the terms of any applicable special gaarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with OA R'S Written' instructions, either correct such defective Work, or, if it has been rejected by OWNED, remove it from the site and replace it With non -defective Work. If CONTRACTOR does not promptly comply With the terns of such instructions, or in an ernergency where delay would cause serious risk of loss or damage, OWNER may have the defective Work corrected or, the rejected Work removed and replaced, and all direct, indirect and consequential costs of such removal Page 30 of 43 Doo.130682 Page 372 of 403 Agenda Item #15. and replacement (including but not limited to fees and charges of engineers,architects attorneys and other professionals) will be paid by CONTRACTOR. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by written amendment. ARTICLE 13 - PAYMENTS TO CONTRACTOR AND COMPLETION ION 13.1 Schedule of Values: The schedule established as provided in Paragraph 2.4 will serve as the basis for progress payments and wiH be mncorporated into a form of Application for Payment acceptable t ARCHITECT, 13.2 Application for Progress Payment; At least ten 10 days before each progress payment is scheduled(but not more often than once a month), CONTRACTOR shall submit to ARCHITECT for review an Application for Payment filled out and signed by CONTRACTOR covering the Work completed as of the date of the Application and accompanied by such supporting documentation a is _ required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the site or at another location agreed to in Ming, the Application for Payment shall also be accompanied by a bill of sale, invoice or other documentation warranting that OWNER has received the materials and equipment ent free and clear of all liens, charges, secmity interests and encumbrances (which are hereinafter in these Construction Services General Conditions referred to as "Liens") and evidence that the materials equipmentand are covered by appropriate proper insurance and other arrangements to protect OWNER#S interest therein, ah of which will be satisfactory to OWNER. The amount of retaina e g with respect to progress payments will be as stipulated in the Agreement. 13.3 CONTRACTOR'S Warranty of Title: CONTRACTOR warrants and guarantees that tide to all Work, materials and ux m nt covered by an Application for Payment, whether incorporated in the Project or not will pass to OVvN R no later than the time of final payment free and clear of all Liens. 13.4 review of Applications for Progress Payments: ARCHITECT will, within ten 10 dais after receipt o each Application for Payment, either� .. Yin indicate in Ming a, reommendation of payment, or return the Application to CONTRACTOR indicating in writ -mg ARCHITECTS S rettsons for refusing to recom aend payment. In the latter case, CONTRACTOR may make the necessary corrections and resubmit the Application. OWNER shall make payment to Page 31 of 4 Page 373 of 403 Agenda Item #15. r CONTRACTOR within thirty 30 calendar days after approval by the ARCHITECT of CONTRACTOR'S requisition for payment. .3.5 -Grounds for Refusal: ARCHITECT may refuse to recom lend the whole or any part of any payment if, in ARCTCT' S opinion, it would be incorrect to make such representation to OAR. ARCHITECT may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in ARCHITECT' S opinion to protect OWNER from loss because: 1 . ,1 The work is defective, or completed work has been damaged requiring correction or replacement. 13. .2 The Contract Price has been reduced by written Amendment or Change Order. 13.5.3 Of ARCHITECT'S act knowledge of the occurrence of any of the events outlined elsewhere in the Contract Ooewnents that represent grounds for refusal of payment in whole or part. OWNER may refuse to make payment of the f ffl amount recommended by ARCHCT because clair s have been made by OVER on account of CONTRACTOR'S performance or furnishing of the work r Liens have been filed in connection with the work or here are other items entitling OWNER to a setoff against the amount recommended, but OWNER must give CONTRACTOR written notice stating the reasons for such action within a reasonable time from receipt of ARCHITECT'S recommendation for payment on that matter. 13.6 FInal Inspection: Upon written notice from CONTRACTOR that the entire work or an agreed portion thereof is complete, ARCHITECT will make a final inspection with OWNER and CONTRACTOR and will notify CONTRACTOR in writing of all particulars in which this inspection reveals that the work is incomplete or defective. CONTRACTOR shall immediately take such measures as are necessary to remedy such deficiencies. 117 Final D ion for Payment* After CONTRACTOR has completed all such corrections to the satisfaction o ARCHITECT and OWNER and delivered all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, marked up record Docents and other Documents - all as required by the Contract Documents, and after ARCHITECT has indicated that the work is acceptable, CONTRACTOR may make application for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory Page 32 of43 Doe.130682 Page 374 of 403 Agenda Item #15. r to OWNER) of all Liens arising out of or fled in connection with the work. In lieu hereof and as approved by OWNER, CONTRACTOR may f nni h receipts or releases in full; an affidavit of CONTRACTOR that the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and that all payrolls, material and equipment bills, and other indebtedness connected with the work for which OWNER or OWNER'S property night in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. 1f any Subcontractor or supplier Fails to furnish a release or receipt in full, CONTRACTOR may furnish a bond or other collateral satisfactory to OWNER to indenmify OTTER against any lien. In addition, CONTRACTOR shall a.1so submit with the final application for payment, the completed set of "As -Built" prints for review and approval. Final payment to CONTRACTOR shall not be made until said prints have been reviewed and approved by ARCHITECT. prior to approval, if necessary, the prints may be returned to CONTRACTOR for changes or modifications and if in the opinion of ARCHITECT they do not represent correct or accurate "AS -BU LTS 11. 13.8 dal Payment and Acceptance: 1 -8 1 If, on the basis of ARCHIUCT' S observation of the Work during construction and final inspection, and ARCHITECT'S review of the final Application for Payment and accompanying documentation - all as required by the Contract Documents, ARCHITECT is satisfied that the work has been completed and CONTRACTOR'S other obligations under the Contract Docents have been fulfilled, ARCHITECT will, within ten 10 days after receipt of the final Application for Payment, indicate in writing 1 CHITEC '' S r comien ation of payment and present the Application to OWNER for payment. rat. 'Thereupon ARCHITECT will give Witten notice to OWNER and CONTRACTOR that the Work is acceptable. . Otherwise, ARCHITECT will return the Application to CONTRACTOR, , indicating in writing the reasons for refusing to recommend final payment, in which case CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty 30 days after presentation to OWNER of the Application and accomparayxng documentation, in appropriate form and substance, and with ARCHITECT'S recommendation and notice of acceptability, the amount recommended by ARCHITECT will become clue and will be paid by OWNER to CONTRACTOR. 13 . .2 If, through no fault of CONTRACTOR, final completion of the work is significantly delayed and if ARCHITECT so confirms, OVER shall, upon receipt of CONTRACTOR'S final Application for Payment and recommendation of ARCHITECT, and without terminating the Agreement, make payment of the balance due for that portion of the work fully completed and accepted. If the remaining balance to be held by OWNER. for work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required, the Witten consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shad be submitted by CONTRACTOR to ARCHITECT with the Application for such Page 33 of4 Doc.130682 Page 375 of 403 Agenda Item #15. r-, payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 13..3 Any moneys not paid by OWNER when claimed to be clue to CONTRACTOR under this Contract shall not be subject to interest, including but not limited to pre -judgment interest. 13.9 CONTRACTOR'S Continuing ObUgation: CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by ARCHITECT, nor any payment by OWNER t CONTRACTOR under the c6ntedd Dom� e , nor aa-y use or occupancy , of the Wort or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by ARCHITECT, nor any correction of defective Work by OTTER will constitute an acceptance of Work not in accordance with the Contract Documents or release of CONTRACTOR'S obligation to perform the Work in accordance with the Contract Documents. 13,10 Waiver of Claim: The acceptance of final payment shall constitute a waiver of all claims b CONTRACTOR against OWNER other than those previously made in writing and still unsettled as of the date of final payment. 13.11 OWNER May Suspend Work: OWNER may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than ninety 0 days by notice ruing to CONTRACTOR and ARCHITECT which will fig, the date on which Work will be resumed. CONTRACTOR shall resume the Work on the date so fixed, CONTRACTOR shall be alloyed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to any suspension if CONTRACTOR makes an approved claim therefor as provided in the Contract Documents: 13.1OWNER May Ter xate: Upon the occurrence of any one or more of the following events: Doe. 130682 13.12.1 If CONTRACTOR commences a voluntary case under any chapter of the Bankruptcy Code as now or hereafter in effect, or if CONTRACTOR tales any equivalent or similar action by filing a petition or otherwise under any other federal or state law in effect at such time relating to the bankruptcy or insolvency. Page 34 of4 Page 376 of 403 Agenda Item #15. 13.12.2 If a petition is filed against. CONTRACTOR under any chapter of the Bankruptcy Code as now or hereafter in effect at the time, of fling, or if petition is fled seeping any such equivalent or similar relief against CONTRACTOR under any other federal or state law in effect at the time relating to bankruptcy or in olve-ncy. 13.12.3 If CONTRACTOR makes a general assignment for the benefit of creditors. 13.12.4 if a trustee, receiver, custodian or agent of CONTRACTOR is appointed under applicable law or under Contract, whose appointment or authority to tape charge of property of CONTRACTOR is for the ,purp o e of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of CONTRACTOR'S creditors. 13.12.5 If CONTRACTOR admits in writing an inability to pay its debts generally as they become due. 13.12.E If CO TR CTOi persistently falls to perform the Work in accordance with the Contract Documents (including but not limited t, failure to supply sufficient spilled workers or suitable materials or equipment or failure to adhere to the progress schedule as same may be revised from time to time). 13.12.7 If CONTRACTOR disregards laws or regulations of any public body having jurisdiction. 13.12.8 If CONTRACTOR disregards the authority of ARCH CT and/or PROJECT MANAGER. 13.12.9 If CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents. OWNER may, after giving CONTRACTOR and the surety seven 7 days written notice and to the extent permitted by laws and regulations, terminate the services of CONTRACTOR, ACTOR, exclude CONTRACTOR from the, site and tape possession of the work and of all CONTRACTOR'S TOR'S tools, appliances, construction equipment and machinery at the site and use the same to full extent they could be used by CONTRACTOR (without liability to CONTRACTOR for trespass or conversion), incorporate in the work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere, and fnish the work as OTTER may deem expedient. In such case CONTRACTOR shall not be entitled to receive any further payment until the work is shed. If the unpaid balance of the Contract price exceeds the direct, indirect and consequential costs of completing the Page 35 of 43 Doe.130682 Page 377 of 403 Agenda Item #15. Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) such excess will be paid to CONTRACTOR. If such costs exceed such unpaid balance, CONTRACTOR shall pay the difference t OWNER. Such costs incurred by OvvNER Will be approved as to reasonableness by ARCHITECT and incorporated in a Change Order, but when exercising any rights or remedies under this Paragraph OWNER shall not be required to obtain the lowest price for the Work performed. 13.12.10 Where CONTRACTOR'S services have been so terminated by OWNER, the termination will not affect any rights or remedies o OWNED against CON TRACTOR then existing or which may thereafter accrue. Any retention or payment. of moneys due CONTRACTOR'by OWNER will not release CONTRACTOR from liability. 13.13 Termination for Convenience of OWNER: Upon seven days written notice delivered by certed nail to CONTRACTOR, OWNER may, without cause and without prejudice to any other right or remedy, terminate the agreement for OWNER'S convenience whenever OWNER determines that such termination is in the best interests of OWNER. Where the agreement is t rnl hated for the convenience of OWNER, the notice of termination to CONTRACTOR must state that the Contract is being tamlimted for the convenience of the OWNER under the t m-ii ation clause, the effective slate of the termination and the extent of termination. Upon receipt of the notice of termination for convenience, CONTRACTOR shall promptly discontinue all Work at the time and to the extent indicated on the notice of termination, terminate all outstanding Subcontractors and purchase orders to the extent that they relate to the terminated portion of the Contract, and refry from placing further orders and subcontracts, except as they may be necessary, and complete any continued portions of the work. 13.14 Ternxination by CONTRACTOR: If the Work should be stopped under an order of any court of other public authority for period of more than ninety 0 days through no act or fault of CONTRACTOR or of anyone employed by him, or if ARCHITECT fails to review and approve or state in ruing reasons for non -approval of any application for payment within #hirty 3 0 days after it is submitted or if OWNER fails to pay CONTRACTOR within thirty 3 0 days after presentation by ARCHITECT of any sum determined to be clue, then CONTRACTOR may, upon ten 10 days written notice to OWNER and ARCHITECT stop Work or tennainate this Contract and recover from OWNER, payment for all Work executed and any expense sustained. The provisions of this Paragraph shall not relieve CONTRACTOR of the obligations to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER, ARTICLE 14 - NOTICES & COMPUTATION OF 'TVE Page 36 of 43 Doc.130682 Page 378 of 403 Agenda Item #15. �-- 1 .1 Giving Notice: All notices required by any of the Contract Documents shall be in writing and shall be deemed delivered upon nailing by certified mail, return receipt requested to the following: CONTRACTOR: The business address of CONTRACTOR is: as Mated in contract OWNER: City of Coral Springs The business address of OWNER is.: Coral Springs City Hall 551 W. Sarnple Rd. Oral Springs, Florida 33065 14.2 Computation of Time: When any period of time is referred to in the Contract Documents by days it will be calendar days and it will be computed to exclude the fast and include the last day of such period. If the last day of the final amended contract time falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day oftwenty-four 24 Boors measured from nddnight to the next midnight shall constitute a day. ARTICLE 1 — NUSCELLANE US 15.1 Should OWNER or CONTRACTOR suffer injury or damage to person. or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such me u r or damage. The provisions of this Paragraph 15.1 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 15.2 The duties and obligations imposed by these Construction Services General Conditions and the rights and remedies available hereunder to the pales hereto, and, in particular but without limitation, the warranties, guaranties and obligations unposed upon CONTRACTOR and all of the ruts and remedies available to OVINER and ARCHITECT thereunder, are in addition. to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all -of them which are otherwise imposed or available to any or all of #hern which are otherwise imposed or available by laws or regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if Page 37 of 43 n. 130682 Page 379 of 403 Agenda Item #15. � repeated specifically in the Contract Documents, and the provisions of this Paragraph will survive fmal payment and tamiimtion or completion of the Agreement. 15.3 CONTRACTOR shall not assign or transfer the Contract or its rights, title or interests therein without OWNER'S prior written approval. The obligations undertaken by CONTRACTOR pursuant to the Contract shad not be delegated or assigned to any other person or unless OWNER shall first consent in Ming to the assignment. Violation of the terns of this Paragraph shall constitute a breach of Contract by CONTRACTOR and the OWNER may, at its discretion, cancel the Contract and all rights, title and interest of CONTRACTOR shall thereupon cease and terminate. 15.4 OWNER reserves the right to audit the records (pertaining to this project) of CONTRACTOR at any time during the performance and term of the Contract and for a period of three year's after completion and acceptance by OWNER. If required by OWNER, CONTRACTOR agrees to submit to an audit by an independent certified public accountant selected by oV�NR. CONTRACTOR shall allow 0 V`N R to inspect, examine and review the records of CONTRACTOR at any and all times during normal business hours during the terms. of the Contract. 15.5 Should any part, term or provision of the Contract Documents be by the courts decided to be invalid illegal or in conflict with any law of this State, the validity of the remaimn portions or provisions shall not be affected thereby. 15.6 The validity, construction and effect of the Contraa Documents shall be govemed by the laws of the State of Florida. Any clam, objection or dispute arising out of the terms of the Contract Documents shall be litigated in the Seventeenth Judicial Circuit in and for ro and County, Florida a and the prevailing party to any resultant judgment shall be entitled to an award of all reasonable attorneys fees, interest and court costs incurred b such prevailing partyagainst the losing party including reasonable appellate attome s fees, interest and taxable costs. 15.7 CONTRACTOR understands, acknowledges and agrees that the CONTRACTOR shall, pursuant to Section 11 .0 01, Florida Statutes, as amended from time to time, do the following: 15.7.1 Keep and maintain public records that ordinarily and necessarily would be required by OWNER in order to perform the same service being rendered within the Contract Docents. 1 -7.2 Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that sloes not exceed the cost provided within Chapter 119, Florida Statutes, as amended from time to time, or as otherwise provided by law, 15..3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. Doc.130682 Page 38 of 43 Page 380 of 403 Agenda Item #15. 15.7.4 Meet all requirements for retaining public records and transfer, t n cost, t OVER all public records xn possession of CONTRACTOR upon ton of the Contract. Further, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically roust be provided to OWNER in a format that is compatible with the then current OWNER computer systems. 15.7.5 CONTRACTOR understands, ac mowledges and agrees that OVVNER is required, pursuant to Section 119.0701., Florida Statutes, as amended from time to time, to ensure compliance with this section by enforcing the tem-is of this Article. As a result of the foregoing, any violation of this Article 15.7 shall be a material bread and the Contract may be terminated by OVNER without any penalty. 1 . '.6 Prior to termination, OTTER shall give written notice to CONTRACTOR that CONTRACTOR is in violation of this section. CONTRACTOR shall have five (5) business days to cure a violation of this section. 1.7.7 Notwithstanding any other provisions in the Contract Documents to the contrary, CONTRACTOR shall be liable for any and all daunage , M* cluding but not limited to, consequential and incidental damages that may arise out- of breach of this Article 15.7. ARTICLE 16 - BONDS AND INSURANCE 16.1 Construction, Payment and Performance Bonds: Within fifteen 15 calendar days after issuance of Notice of Award, but in any event prior to commencing Work, CONTRACTOR shall execute and furnish to OWNER a performance bond and a payment bond, each written by a corporate surety authorized to do business in the State of Florida and having been in business with a record of successful continuous operation for at least five 5 years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as a acceptable surety on federal bonds in accordance with United Staves Department of Treasury Circular No. 570. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular and the excess risks must be protected by coinsurance, reinsurance, or -other methods, in accordance with Treasury Circular 297, revised September 1, 197 31 DFR, Section 223.10, Section 223.11). Further, the surety company shall Provide OWNER with evidence satisfactory to OWNER, that such excess risk has been Protected in an acceptable manner. The surety company shall have at least the following rniniqualifications in accordance with the latest edition of A.M. Eest's h=ance Guide, published by Alfred M. Best Company, Inc., Ambest Road, Oldwick, New Jersey 0 5 : Page 39 of 43 Doo.130682 Page 381 of 403 Agenda Item #15. Financial Stability Financial Size VIII Two 2 separate bonds are required and both nnust be approved by the City Commission. The penal sumo stated in each bond shall be the -amount equal to the total amount payable under the Contract. The performance bond shall be conditioned that CONTRACTOR perform the Contract in the time and manner ,prescribed in the Contract. The payment bond shall be conditioned that CONTRACTOR promptly male payments to all persons who supply CONTRACTOR with labor, materials and supplies used directly or indirect) by CONTRACTOR in the prosecution of the Work provided for in the Contract and shall provide that the surety shall pay the same in the amount not exceeding the sure provided in such bonds, together with interest at the ma im= rate allowed by law; and that they shall indemnify and save and hold harness OAR to the extent of any and all payments in connection with the carrying out of said Contract which OWNER may be required to make under the law. 16.2 Bonds, Reduction After Final Payment; Such bonds shall continue in effect for one 1 year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sun of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract Price, or an additional bond shall be conditioned that CONTRACTOR shall correct any defective or faulty Work or material which appears within one 1 year after final completion of the Contract, upon notification by the OWNER except in Contracts which are concerned solely with demolition work, in which case the twenty hire percent 25% shall not be applicable. 16.E Duty to Substitute Surety: If the swety on -any Bond finrnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is temlinated in the State of Florida or it ceases to met the requirements of other applicable laws or regulations, CONTRACTOR shall within five days thereafter substitute another bond and surety, both of which must b acceptable to OVER, 16.4 INSURANCE 1 .4.1 Bidders roust submit copies of their current certificate(s) of insurance together with the Bid. Failure to do so may cause rejection of the Bid, 16.4.2 PRIOR TO AWARD OF THE CONTRACT, THE SUCCESSFUL BIDDER SHALL SUBMIT CERTIFICATE(S) OF INSURANCE EVIDENCING THE REQUIRED COVERAGES AND SPECIFICALLY PROVIDING THAT THE CITY OF CORAL SPRINGS IS AN ADDITIONAL NAMED INSURED OR ADDITIONAL INSURED WITH RESPECT TO THE REQUIRED Page 40 of 4 Doc. 130682 Page 382 of 403 Agenda Item #15. � (` Doc. 130682 COVERAGE AND THE OPERATIONS OF T SUCCESSFUL BIDDER UNDER THE CONTRACT. Insurance Companies selected must be acceptable the OWNER. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty 0 calendar days written notice has been given to OWNER by certified mail. 1 .4.3 The 8uccesfxif Bidder shall procure and maintain at its own expense and keep in effect during the RAI term of the Contract a policy or policies of insurance which must include the following coverage and Mi limits f liability: (a) worker's Cm ensation Insurance for statutory obligations unposed by Worker's Compensation or Occupational Disease Laws, including, where. applicable, the United States Longshoremen's and Harbor worker's Act, the Federal Employer's Liability Act and the Houxes Act. Employer's Liability Insurance shall be provided with a rn ' of Two Hundred Thousand and xx 10O dollars $200,000.00 per accident. 'Successful Bidder shall agree to be responsible for the employment, conduct and control of its employees and for any m'Jury sustained by such employees the course of their employment. (b) ln Corehensive Automobile Liability Insurance for all owned, non -owned and hired automobiles and other vehicles used by the Successful Bidder in the performance of the work with the flowing ' ' u limits of liability: $190003000.00 Combined Single Linnit, Bodily Injury and Property Damage Liability per occurrence (c) Com rehnsive General Liabilily with the following um limits of liability: $2)0001000.00 Combined Single Limit, Bodily Injury and Property Damage Liability per occurrence (d) CONTRACTOR shall provide Builders Risk Insurance in an amount not less than THE REPLACEMENT COST for the work. Coverage shall be "All Risk' coverage for one hundred percent (100%) of the completed value with A deductible of not more than five thousand and xx1O0 dollars ,000.00 per claim. Page 41 of 43 Page 383 of 403 Agenda Item #15. r Coverage shall specifically include the following with M I MMUM .limits not less than those required for Bodily Injury Liability and Property Damage: 1. Premises and Operations; 2. Independent Contractors; 3. Product and Completed Operations Liability; 4. Broad Form PropertyDamage; . Broad Form Contractual Coverage applicable to the Contract and specifically confirming the indemnification and hold harmless agreement in the Contract; and . Personal Injury coverage with employment contractual exclusions removed and deleted. 1 .4.4 CONTRACTOR shall maintain the Products/Completed operations Liability Insurance for a period of at least to 2 years after final payment for the Work and fish OWNER with evidence of continuation of such insurance at final payment. 16.4.5 The required insurance coverage shall be issued by an insurance company authorized and licensed to do business in the State of Florida, with the followg mini inmum qualifications in accordance with the latest edition of A.M. est's Insurance Guide: Financial Stability + to + 16.4.6 The Successful Bidder shall require each of its sub -contractors of any tier to maintain the insurance required herein (except as respects limits of coverage for employers and public liability insurance which may not be less than Two Million Dollars 2,0 0,000 for each category), and the Successful Bidder shall provide verification thereof to OWNER upon request of OW. 16.4.7 All required insurance policies shall preclude any underwriter's rights of recovery or subrogation against OWNER with the express intention of the parties being that the required insurance coverage protect both parties a the primary coverage for y and all losses: e b the above described insurance. 16.4.8 The Successful Bidder shall ensure that anY company issuing insurance t cover the requirements contained in this Contract agrees that they shall have no recourse against OWNER for payment or assessments in any form n any policy of insurance. 1 .4.9 The clauses 'other Insurance Provisions" and "Insurers Duties in the Event of an Occurrence, Olabn or Suit" as it appears in any policy of insurance m which OWNER is named -as an additional named insured shall not apply pP Page 42 of 43 Doc. 132, Page 384 of 403 Agenda Item #15. � to OWNER. OWNED shall provide Witten notice ofoccurrence violin fifteen 1 working days of O V ER!s actual notice of such an event. 16.4.10 The Successful Bidder shall not commence work under the Contract until after he has obtained all of the rr iniTnurn insurance herein described. .4.11 The Successful 'Bidder agrees to perform the work under the Contract as an independent contractor, and not as a sub -contractor, agent or employee of O "NER. 1 .4.12 Violation of the terms of this paragraph and its sub -parts sha11 constitute' a breach of the Contract and OWNER, at its sole discretion, may cancel the Contract and all rights, title and interest of the SuccessU Bidder shall thereupon cease and terminate. 16,5 OWNER'S Liability and Insurance: OWNER shall not be responsible for purchasing and maintaining any insurance to protect the interests of CO OOP subcontractors or others on the Wort. OwNER specifically reserves all statutory and common law rights and immunities and nothing herein is intended to Ifinit or waive same including, but not limited to, the procedural and substantive provisions of Florida Statute 768.28 and Florida Statute 95.11. Page 43 of 43 Doc.130682 Page 385 of 403 Agenda Item #15. EXHIBIT B Page 386 of 403 Agenda Item #15. CENTERLINE DRILLING, INC. WATER WELL CONTRACTOR LICENSE #11132 1696 Old Okeechobee Road, 3-C West Palm Beach, Florida 33409 ctrlinedrilling@aol. com (561) 615-0988 Office (561) 429-8107 Fax February 3, 2021 To: Village of Tequesta 901 N Old Dixie Hwy Tequesta, Florida 33469 Attn: Nathan Litteral Centerline Drilling, Inc. agrees to allow the Village of Tequesta to piggyback off our existing contract with the City of Coral Springs (Bid 16-B-062F) with the same terms, conditions, specifications, and pricing which represents our lowest contract prices we have with any other government entity within the State of Florida. If you have any questions, please do not hesitate to contact office. Sincerely, Centerline Drilling, Inc. pl�& 45" Pt. John Say Jr. President Page 387 of 403 Agenda Item #15. AMENDMENT TO AGREEMENT BETWEE N THE CITY OF CORAL SPRINGS AND CENTERLINE DRILLING FOR WATER SUPPLY WELL REHABILITATION THIS AMENDMENT TO AGREEMEqNT for Water Supply Well Rehabilitation, made and entered into this day of __,2018,byandbetween: CITY OF C01?LikL SPRINGS a municipal corporation 95,51 West Sample, Road Coral Springs, Ftorida 33065 (hereinafter referred to as "CITY") AND CENTER -LINE DRILLING, INC., a Florida profit coi-poration 1696 Okeechobee Road West Pahin Beach, Fimida 33409 (herein afteTreferred to as "CONTR-ACTOR") WHEREAS, on July 2 0, 2016, CITY entered into an Agree me tit with C enterline, Dril ling, Inc. to provide Water Supply Well Rehabilitation servi ces', and WHEREAS, the current ten-n expires on July 30, 2018; and WHEREAS, the agreement may be renewed for two (2) additional two-year terms, subject to satin factory perforn-mice by CONTRACTOR; and WHEREAS, both ])arfies are desiriGus of extending thic term of the Agreernent for an additional term, Pand NOW THEREFORE cons ideration nsideration of the prem'ses hereof, the inuti a romises agreements contained herein, =d the payinents to be made to CONTFACTOR for senrices rendered to CITY heteander, the panics hereby agree as follows: Section 1. The above recitals -,ire, acknowledged and -incorporated herein. Section 2. TERM OF AGREEMENT The -term of this A g-rcement s}gal I be tendcd through July 30, 2020, Page I of 5 Doc. 132706 Page 388 of 403 Agenda Item #15. Section 3, ARTICLE 5 is replaced in its entirety to read as follows: RECORDS AND AUDIT CITY reserves the right to audit the records of CONTRACTOR relating to this Agreement any time durin g the p erformance and term of the Agreement and for a period of three ( years after completion and acceptance by CITY. If required by CITY, CONTRACTOR shall agree to submit to an audit by an independent certified public accountant selected by CITY. CONTRACTOR shall allow CITY to inspect, examine and review the records of CONTRACTOR at any and all times during normal business hours during the term of this Agreement. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 1199 FLORIDA STATUTES, T4 THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT THE CITY OF CORAL SPRINGS, DEBRA THOMAS, CMC., CITY CLERK, 9500 WEST SAMPLE ROAD, COR.XL SPRINGS, FLORIDA 33065, DTHOMAS(a CORALS PRINGS.ORG, TELEPHONE NUMBER (954) 344-1.067. Consultant understands, acknowledges and agrees that the Consultant shall, pursuant to Section 119.0701, Florida Statutes, as amended from time to time, do the following: (1) Keep and maintain public records required by the City to perform the service. (2) Upon request from the City's custodian of public records, provide the City 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 Ch. 119, Florida Statutes, or as otherwise provided by law or City policy. (3) 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 the duration of the contract term and following completion of the contract if the Consultant does not transfer the records to the City. (4) Upon completion of the contract, transfer, at no cost, to the City all public records in possession of Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the contract, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the contract, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. `age 2 of 5 Doe. 132706 Page 389 of 403 Agenda Item #15. REQUEST FOR NONCOMPLIANCE (a) A request 10 in or copy Publir, records relating to a City"contract for tices must be made directly to the City. If the City does not possess the requested records, the City shall iminediately notify the Consultant of the request,, and the Consultant imust provide the records to ow the City or allthe records to be inspected or copied within a reasonable ainount of time, (b) If a Consultant does riot comply With the City's Tequest for -records, the it shall enforce the contract provisions in accordance -with the contract., (c) A Consultant who faflto provide flit public records to the City within a reasonable time may be sub ed to penalties under. s. 119. 10, CTVIL ACTION (a) If a civil action is filed against ea Consultant to compel production of public record relating to a City's contract for services, the covet shall assess an award against the Consultant the reasonable costs of enforcement, including reasonable attorney fees, if: (1) The court determines that the CONSULTANT unlawfully refiased to comply With the public records request within a reasonable time; and (2) At least eight (8) bushiess days bofore filing the action, the plaintiff provide'd wfitten notice of the public records request, including a stateniQnt that the Consultant has not complied It th c requ es t-9 to t he C i ty and to th c C onsu I Cant. a (b) A notice complies with subparagraph (a)2. if it is sent to -the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by con-inion carrier delivery servicic or by registered, Olabal Express Guaranteed, or certified mail, with postage oj- shipping -paid by the sender and with evidence ,of delivery, whiGh may be in an olectronic forinat. W A Consultant who complies with a public records request within eight (9) business days after the notice is sent is not liable for the reasonable costs of enforcement., Section 4. Ail other conditions and terms of the original agreement, as anion led, not specifically amended ficrehl, remain in full force effect. Section 5. SEVERABILITY Should any part, tenii or provision of this Aniendnient be by the courts decided to be illegal or in conflict with any law of Abe State, the validity of the: remaining portions or provisions shall not be affected thereby. Section 6. This Amendment shall be effective upon approval of Cityk Page 3 of 5 Doc, 132d706 Page 390 of 403 Agenda Item #15. IN WITNESS WHEREOR, CITY OF CORAL SPRINGS and CENTERLINE DRILLING, INC., have executed this Amendment to Agreement the day and year first above written. ATT ST: DEBRA THOMASI CMC, City Clerk APPROVED AS r FO FORjM: C2- Lo:j SHERRY WHITACRE, Deputy City Attorney I Doe.132706 Cl"I"Y OF CORAL SPRINGS, FLORIDA WALTE ."(�Amp JR., MAYOR r op Page 4 of 5 Page 391 of 403 Agenda Item #15. CENTERI E DRILLING, INC. B y: 70 070 0, Print Name:.7k*-1X--) ��-1 �`Q , Print Title. 'r-C cvf nA- STATE OF IF I oc 1\ dQ- COWTY OFLbAn-i On this, the 5 day ofo�5LLALA _, 201.8 before me, the undersigned Notary Public of the State of F 1v r i Cam. the foregoing instrument was acknowledged by �d1'w1 5Qt4 Za. (name of corporate officer), (title) V-ff-d5'AeyA+ of Ce+n�&l%'ne. 061,njar. (name of CONTRACTOR), a F�p�' I d d... (state of CONTRACTOR) CONTRACTOR., on behalf of the _ CONTRACTOR. WITNESS my hand and official seal Notary Publ F VU 10M FEDMER MYCOMISSION#FF935070 71 EXPIRES: November 11, 2019 V .2 Printed, typA10iiii- V- ublic exactly as commissioned Persffli!ll kvn to me.) or Produced identification: (type of identification produced) Page 5 of 5 Doc. 132706 Page 392 of 403 Agenda Item #15. SECOND AMENDMENT TO AGREEMENT BETWEEN THE CITY of CORAL SPRINGS AND CENTERLINE DRILLING FOR WATER SUPPLY WELL REHABILITATION THIS SECOND AMENDAMNT for water Supply well Rehabilitation., made and entered into this day of a �' , 2020, by and between: CITY OF CORAL SPRINGS a municipal corporation 9500 west Sample Road Coral Sprigs, Florida 33065 (hereinafter referred to as "CITY") and CENTERLINE DRILLING, INC. a Florida profit corporation 1696 old. Okeechobee road, 3C Vest Palm Beach, Florida 33409 (hereinafter referred to as "CONTRACTOR") WHEREAS, on July 20, 2016, CITY entered. into an Agreement with Centerline Drilling, Inc. to provide water Supply well Rehabilitation services; and WHEREAS, the Agreement provides that it may be renewed for two (2) additional two- year terms, subject to satisfactory performance by CONTRACTOR; and WHEREAS, on July 18, 2018, CITY and CONTRACTOR. renewed the contract through July 30, 2020 with the option to renew for one (1) additional two (2) year term.; and WHEREAS, both parties are desirous of extending the terra of the Agreement for the final two (2) year tern., Now THEREFORE, in consideration of the premises hereof, the mutual prop 'lses and agreements contained herein, and the payments to be made to CONTRACTOR for services rendered to CITE' hereunder, the parties hereby agree as follows: SECTION 1. RECITALS The above recitals are acknowledged and incorporated herein. SECTION 2. TERM OF AGREEMENT The term of this Agreement shall be extended through July 30, 2022. Pagel of 5 Doe. 134362 Page 393 of 403 Agenda Item #15. E TTo NOTICES Article 19 of the Agreement shall be amended to read as follows: All notices or other communications required by this Agreement shall be in Ming and deemed delivered upon mailing by registered or certified nail, return receipt requested, band -deliver, overnight courier, facsftmfle or email to the following persons and addresses: CITY: Lluis Gorgo , purchasing Manager City of Coral Springs 9500 West Sample Road Coral Springs, Florida 33065 Telephone: 4) 344-11 Email: ' p,._ COPY TO: Rich Michaud, Director of Public Works City of Coral Springs 9500 West Sample Road Coral Springs, Florida 33065 Telephone: 4 344-1100 or CONTRACTOR understands that punt to Section 287.135, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with the CITY if the CONTRACTOR is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, as amended, or is engaged in a boycott of Israel, Additionally, CONTRACTOR understands that if the consideration for this Agreement exceeds one miltion dollars at the time of bidding on, subrnittng a proposal for, or entering into or renewng such contract, and CONTRACTOR is on the Scrutinized Companies with activities in Sudan List or the Scrutinized Companies with activities in the Iran Petroleum Energy Sector Dist, mated pursuant to Section 215,73, Io da Statutcs, as amended, or is engaged in business operations in Spa, that CONTRACTOR is ineligible to, and may not bid on, submit a proposal for, or enter into or renew a contract with the CITY. By entering into this agreement, CONTRACTOR certifies that CONTRACTOR and its principals and/or owners are not listed on. the Scrutinized Companies that Boycott Israel List, Scrutinized Companies with Acfivifies in Sudan List, Scrutinized Companies with activities in the Iran Petroleum Energy Sector Lists or is engaged in business operations with Syria. In the event that CONTRACTOR is placed on the Scrutinizcd Companies that Boycott Israel List, engaged in a boycott of Israel, Scrutinized Companies nth Activities in the Sudan List, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is engaged in business operations with Syria, the CITY may immediately terminate this Agreement without Page 2 of 5 Doc. 1346 Page 394 of 403 Agenda Item #15. any liability to CONTRACTOR not `ithstan ng any othex provision in this Agreement to the contrary, SECTION 5. FORCE MAJEURE In no event shall CITY be responsible or liable for any failum or delay in the perfonn=ce of its obligations hereunder arising out of or caused by, directly or indirectly, forces beyond its control, including, without limitation: pidernie/pandemic/viral or communicable disew outbreak; quarantines; accidents; acts of war or terrorism; civil or military disturbances; nuclear or natural catastrophes (including floods, fires, earthquakes, tomadoes, tropical storms, and hur cants) or other acts of God; any National, State, County or Focal Statc of Emergency or any act, order, or requirement of any governmental authority; interruptions, loss or maffimetions of utilities, communications or computer (software and hardware) services; or any other similar causes beyond the control ofCITY; it being understood that CITY sal use rmonable efforts to resume performance as soon as practicable under the circumstances, Should any part, term or provision of this Amendment be by the courts decided to be illegal or in conflict with any law of the State, the validity of the remaining portions or provisions shall not e affected thereby. SECTION ., All other conditions and terms of the original agreement, as amended, not specifically amended -herein, remain in full force and effect. SECTION S. This Second Amendment shall be effective upon approval of City. [THE REMAINDER OF THIS PAGE WTEN'IIONALLY LEFT BLANK] Page 3 of Doc.134362 Page 395 of 403 Agenda Item #15. IN '�TNESS VMREOF, CITY DP CORAL SPRINGS and CENTERLINE DRILLING, INC., have executed this Second Amendment to Agreement the day and year first above written. ATTEST: ... - - - - dili - DEBRA THDA AS, CMC, dberk APPROVED AS TO FORM: SHERRY WlUT;', CRE, Deputy City Attomey Doc. 134362 CITY OF CORAL SPRINGS r` SCOTT BROOK r ayor Page 4 of 5 Page 396 of 403 Agenda Item #15. CENTERLINE LIN NC@ y, i Print Name State of -k itt-A CL bounty ofV,1jM1arj-n The foregoing instrument was acknowledged before rye means of o physical presence or o online notarization � thisdayLAS)CIM , 20209 (name of person acknowledging), title o (!-J-*C--AAfNe- O-CA.I\tev-, a Ejoad CL (state) corpon behalf of-theof-the eorp ra oa J WUNESS my hard and official seal - Now Publi , State of _ t f 11 f► ,' i W COMES" � ■ - - `IP ~ . MMWw1 rpe o � e n ` Notary �t ��� Public eaetly as commissioned Page Dm 134362 Personal 1v known to me, or Produced identifi (type of identification produced) Page 397 of 403