HomeMy WebLinkAboutAgreement_Water Service_4/8/2021_Hinterland GroupVILLAGE OF TEQUESTA
AGREEMENT FOR STORMWATER COLLECTION SYSTEM
REHABILITATION SERVICES
THIS AGREEMENT FOR STORMWATER COLLECTION SYSTEM
REHABILITATION SERVICES ("Agreement") is entered into and effective this 9 day
fl pri, l
of 3', 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
HINTERLAND GROUP INC., a Florida corporation with offices located at 2051 West Blue Heron
Boulevard, Riviera Beach, FL 33404, 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 services, and execute projects, for the rehabilitation of
existing stormwater sewer pipes, where the Contractor shall utilize cured -in -place pipe lining in
accordance with industry standards and federal, state, and local rules, regulations, and guidelines
on an "as required" basis. The Parties agree to enter into this Agreement and piggyback for the
provision of stormwater collection system rehabilitation services at the unit prices described in the
Charlotte County bid and award package of Stormwater Collection System Rehabilitation
("Charlotte County Bid and Award Package"), awarded through Bid No. 20-497. Said bid and
award package, including its terms, conditions, specifications, and any attached addenda, are
hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". Authorization
to piggyback on the Charlotte County Bid and Award Package, as provided by the Contractor's
letter dated October 29, 2020, 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 Price Schedule within Exhibit "A". The Parties
Page 1 of 7
hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than
estimated in the Charlotte County Bid and Award Package, as referenced in Exhibit "A".
3. TERM; TERMINATION; NOTICE: Pursuant to the Charlotte County Bid and
Award Package, the original contract term will initally expire on October 1, 2021 but with a
renewal option for two (2) additional one-year terms thereafter, thus potentially extending the
entire original contract term to October 1, 2023. The Village may terminate this Agreement for
convenience, in whole or in part, upon thirty (30) days written notice to the Contractor. In addition,
the Village may terminate this Agreement for cause, including if the Contractor fails to make
payment to subcontractors, disregard laws, ordinances or Village instructions, or is otherwise
found in default of any provision of the Agreement as further described in Exhibit "A", upon seven
(7) days written notice and without prejudice to any other right or remedy. The Contractor may
stop work or terminate this Agreement upon seven (7) days written notice if the Village fails to
pay the Contractor within thirty (30) calendar days of maturity and presentation any sum certified
by the Village, as further described in Exhibit "A". Notice shall be considered sufficient when sent
by certified mail or hand delivered to the Parties during regular business hours at the following
addresses:
Village
Contractor
Village of Tequesta
Hinterland Group Inc.
345 Tequesta Drive
2051 West Blue Heron Boulevard
Tequesta, FL 33469
Riviera Beach, FL 33404
Attn: Matthew Hammond,
Attn: Chase Rogers,
Utilities Director
Project Director
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
interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond
the waiver provided in Section 768.28, Florida Statutes.
6. PUBLIC ENTITIES CRIMES ACT: As provided in Sections 287.132-133,
Florida Statutes, by entering into this Agreement or performing any work in furtherance hereof,
the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will
perform hereunder, have not been placed on the convicted vendor list maintained by the State of
Florida Department of Management Services within thirty-six (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.
8. 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
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 $1M, the Contractor
certifies that it is not on the Scrutinized Companies that Boycott Israel List created pursuant to
Section 215.4725, Florida Statutes, and that it is not engaged in a boycott of Israel. The Village
may terminate this Agreement at the Village's option if the Contractor is found to have submitted
a false certification as provided under Section 287.135(5), Florida Statutes, if the Contractor has
been placed on the Scrutinized Companies that Boycott Israel List created pursuant to Section
215.4725, Florida Statutes, or if Contractor is engaged in a boycott of Israel. For Contracts over
$1M, 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
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
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) 768-0685, OR AT
lmmilliams(a,tecluesta.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
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date and year first above written.
WITNESSES:
/I f
.w/ i3act c.
ATTEST:
Lori McWilliams, MMC
Village Clerk
HINTERLAND GROUP INC.
By: ChRogers-,"Project Director and
Authorized Agent
A�
(Corporate %eal) -
VILLAGE OF TEQUESTA
By: Mayor
FirAA L V PtMIW41 III
� py DY
.INCO F
ED
Page 7 of 7
EXHIBIT A
Matthew Hammond
From:
Markham, Art <Art.Markham@charl ottecountyfl.gov>
Sent:
Tuesday, February 16, 2021 2:59 PM
To:
Matthew Hammond
Cc:
Markham, Art
Subject:
RE: Bid No. 2020000497 - Hinterland Group Stormwater Collection System
Rehabilitation - Annual
Attachments:
20-497 Hinterland Group Award Package.pdf; 204975.pdf
Your attachments have been security checked by Mimecast Attachment Protection. Files where no threat or malware was detected are
attached.
Mr. Hammond — attached is the Charlotte County Pipe Lining Award information you requested.
Consider this email approval from Charlotte County to Piggyback Contract pricing. Terms and conditions of your P/O
would be your County Specific language approved by Hinterland.
V/R
Arthur C. Markham, Contract Specialist
Charlotte County Purchasing Division
Budget & Administrative Services Department
18500 Murdock Circle, Suite 344
Port Charlotte, Florida 33948-1094
PH: 941.743.1377
Fax: 941.743.1384
Email: art. markham cDcharlottecountvfl.aov
Website: www.charlottecountvfl.gov
ievement of
lt[C�K�
rocurement
<201720AWard Winner
From: Matthew Hammond <mhammond@tequesta.org>
Sent: Friday, February 12, 2021 9:32 AM
To: Alexander, Cheri <Cheri.Alexander@charlottecountyfl.gov>; Markham, Art <Art.Markham@charlottecountyfl.gov>
Subject: RE: Bid No. 2020000497 - Hinterland Group Stormwater Collection System Rehabilitation - Annual
Caution — This email originated from outside of our organization. Please do not open any attachments or click
on any links from unknown sources or unexpected email.
Thanks Cheri. Yes, we're looking to piggyback the bid. Is it possible to get a copy of the PO?
Matthew Hammond, PE
Utilities Director
345 Tequesta Drive I Tequesta, Florida 33469
Phone: 561.768.0459 Ernail:.mhammond@teguesta.org
www.teguesta.org
1
From: Alexander, Cheri [mailto:Cheri.Alexander@charlottecountyfl.govl
Sent: Friday, February 12, 2021 9:29 AM
To: Matthew Hammond <mhammond@tequesta.org>; Markham, Art <Art.Markham@charlottecountyfl.gov>
Subject: [EXTERNAL] RE: Bid No. 2020000497 - Hinterland Group Stormwater Collection System Rehabilitation - Annual
—This Email was sent from an external source. Please be mindful of its content"
Good morning Matthew,
Art Markham handled this project and we do not have an executed contract, but a purchase order as our NTP. Are you
looking to piggyback off this bid?
With kind regards,
Cheri J. Alexander, C.P.M., CPPB
Charlotte County Purchasing Division I Budget & Administrative Services Department
18500 Murdock Circle, Suite 344 1 Port Charlotte, FL 33948
O 941.743.1548 1 Multi -User Fax 941.743.1384
E Cheri.AlexanderlcDCharlotteCountvFL.eov
www.CharlotteCountyFl.com
Achievement of
tTlm;P
21120ward Winner �_
From: Matthew Hammond <mhammond@teguesta.org>
Sent: Thursday, February 11, 20214:52 PM
To: Alexander, Cheri <Cheri.Alexander@charlottecountyfl.gov>
Subject: Bid No. 2020000497 - Hinterland Group Stormwater Collection System Rehabilitation - Annual
Caution — This email originated from outside of our organization. Please do not open any attachments or click
on any links from unknown sources or unexpected email.
Hi Cheri,
It was nice speaking with you a few moments ago. I would appreciate it if you would send over the executed agreement
with Hinterland Group, Inc. for Stormwater Collection System Rehabilitation — Annual (Bid 2020000497)
Thanks,
AM Matthew Hammond, PE
Utilities Director
345 Tequesta Drive I Tequesta, Florida 33469
Phone: 561.768.0459 Email: mhammond@teguesta.org
www.teguesta.org
This email has been scanned for email related threats and delivered safely by Mimecast.
For more information please visit http iwww mimecast.com
This email has been scanned for email related threats and delivered safely by Mimecast.
For more information please visit http://www.mimecast.com
From:
Markham, Art
To:
Chase Rooers
Cc:
Steohanie Sackett; Jacob Crowe: Markham, Art: Vowell, Randy
Subject:
RE: Charlotte County Purchase Order
Date:
Tuesday, September 29, 2020 9:22:35 AM
Good morning — The new Annual Contract #20-497 will Commence on 10/1/2020. All new P/O issued to
Hinterland Group for CIPP Lining after this date will be linked to the new Contract and Contract pricing.
There is no formal Contract issued for Charlotte County Annual Contracts. The Bid your Firm submitted,
and the County Award Letter constitutes a Contract.
Any P/O's issued prior to 10/1/2020 will be linked to Contract #17-361 and should be stated on the
invoice.
I will keep Contract #17-361 open until all of the current project are completed and paid.
V/R
Arthur C. Markham, Contract Specialist
Charlotte County Purchasing Division
Budget & Administrative Services Department
18500 Murdock Circle, Suite 344
Port Charlotte, Florida 33948-1094
PH: 941.743.1377
Fax: 941.743.1384
Email: art. markham(c)charlottecountyfl.gov
Website: www.charlottecountyfl.gov
From: Chase Rogers <crogers@hinterlandgroup.com>
Sent: Tuesday, September 29, 2020 9:03 AM
To: Stephanie Sackett <ssackett@hinterlandgroup.com>; Markham, Art
<Art.Markham@charlottecou ntyfl.gov>
Cc: Jacob Crowe <jcrowe@hinterlandgroup.com>
Subject: RE: Charlotte County Purchase Order
Caution — This email originated from outside of our organization. Please do not open any
attachments or click on any links from unknown sources or unexpected email.
A rt,
Good morning.
Wanted to follow up on the attached NOA and contract and see if there is an expected date for
when this contract will be executed?
Thanks!
CHASE ROGERS
Crogers@hinterlandgroup.com
*** Please Note our Address has Changed***
C'
From: Stephanie Sackett
Sent: Tuesday, September 8, 2020 3:10 PM
To: Markham, Art <Art. Markham CcDcharlottecountyfl:Rov>
Cc: Jacob Crowe <icroweCcDhinterlandgroup.com>; Chase Rogers <crogersPhinterlandgroup com>
Subject: RE: Charlotte County Purchase Order
A rt,
Please see attached.
Let me know if anything else is needed.
Thanks,
Stephanie Sackett
Office Manager
Hinterland Group Inc.
2051 West Blue Heron Blvd
Riviera Beach, Florida 33404
ssackett(cDhinterlandRrouo.com
561-640-3503
561-640-3504
From: Markham, Art <4rt MarkhamCc�charlottecountyfl gov>
Sent: Tuesday, September 8, 2020 10:31 AM
To: Stephanie Sackett <ssackettC@hinterlandgroup com>
Cc: Jacob Crowe <jcrowe(@hinterlandgroup com>; Markham, Art
<-;rt.Markham(d)charlottecountvfl.gov>
Subject: RE: Charlotte County Purchase Order
Good morning — Stephanie / Jacob. I have attached the Award Letter for RFB 20-497, Stormwater
Collection System Rehabilitation for your review and signature. Please send me back a signed copy of
the Award Letter for the file.
The New Contract and pricing will commence on October 1, 2020.
Thank you for your assistance
1VAZ
Arthur C. Markham, Contract Specialist
Charlotte County Purchasing Division
Budget & Administrative Services Department
18500 Murdock Circle, Suite 344
Port Charlotte, Florida 33948-1094
PH: 941.743.1377
Fax: 941.743.1384
Email: art. markham(c-)charlottecountyfl.aov
Website: www.charlottecountyfl.gov
21
From: Stephanie Sackett <ssackett(@hinterlandgroup.com>
Sent: Wednesday, August 05, 2020 8:46 AM
To: Markham, Art <Art Markham Pcharlottecountyfl.gov>
Cc: Vowell, Randy <Randy Vowell(cDcharlottecountyfl.gov>; Jacob Crowe
<icrowe(�hmterlandgroup com>
Subject: RE: Charlotte County Purchase Order
Caution — This email originated from outside of our organization. Please do not open any
attachments or click on any links from unknown sources or unexpected email.
Good Morning Art,
Moving forward please CC Jacob on all PO's.
I have added him to this email.
He is our new CIPP Manager.
Thanks,
Stephanie Sackett
Office Manager
Hinterland Group Inc.
2051 West Blue Heron Blvd
Riviera Beach, Florida 33404
ssackettC@hinterlandgroup.com
561-640-3503
561-640-3504
0
From: Markham, Art <Art. Markham(d)charlottecountyfl.gov>
Sent: Wednesday, August 5, 2020 8:30 AM
To: Stephanie Sackett <ssackett(c-)hrnterlandgroup com>
Cc: Vowell, Randy <Randy.VowellCo�charlottecountyfl.gov>; Markham, Art
<Art. Markham td)charlottecountofl.F_ov>
Subject: Charlotte County Purchase Order
Good morning Stephanie — I have attached a Charlotte County Purchase Order for CIPP Lining Work
here in Charlotte County.
Mr. Randy Vowell is the Public Works Project Manager and Point of Contact.
If you have different company point of contact for new Purchase Orders please wend me the email
address. FYI the new Bid 20-497 will go to the Board for approval on 9/8/2020 for approval with a
10/1/2020 commencement date. I will keep you posted.
V/R
Arthur C. Markham, Contract Specialist
Charlotte County Purchasing Division
Budget & Administrative Services Department
18500 Murdock Circle, Suite 344
Port Charlotte, Florida 33948-1094
PH: 941.743.1377
Fax: 941.743.1384
Email: art. markhamCcDcharlottecountyfl.gov
Website: www.charlottecountyfl.gov
U
Appro (14
Charlotte County Commission Chambers,
Room 119
18500 Murdock Circle
Port Charlotte, FL 33948
CharlotteCountyFL.gov
Agenda Item Summary
File #: 2020-1526 Agenda Date: 9/8/2020 Agenda Item #: 8.
DEPARTMENT MAKING REQUEST
Budget & Admin Services
Title
20-497, Award, Stormwater Collection System Rehabilitation (Public Works)
REQUESTED MOTION/ACTION
Recommended Action:
a) Approve award of Bid #20-497, Stormwater Collection System Rehabilitation to the lowest
responsive, responsible bidder, Hinterland Group Inc., of Riviera Beach, Florida at the unit prices
submitted for a period of October 1, 2020 through and including September 30, 2021; and
b) Authorize the County Administrator, or his designee, to approve renewal options for up to two (2)
additional one (1) year periods at the same prices, terms and conditions, by mutual consent. The
purpose of this bid is to secure the services of a professional, pipe lining Contractor for rehabilitation
of existing stormwater sewer pipes, utilizing cured -in -place pipe lining in accordance with industry
standards and Federal, State and Local rules, regulations and guidelines on an "as required basis."
Budgeted Action:
No action needed. Supplies will be stored in inventory and charged out to various MSBUs. Funding
for this expenditure comes from various MSBUs assessments as consumed.
BACKGROUND (Why is this Action Necessary, and What Action will be accomplished)
Background:
The purpose of this bid is to secure the services of a professional, licensed pipe lining Contractor for
rehabilitation of existing stormwater sewer pipes, utilizing cured -in -place pipe lining at the unit prices
submitted, in accordance with industry standards and Federal, State and Local rules, regulations and
guidelines on an "as required basis."
After review and evaluation of the bids submitted it has been determined to be in the best interest of the
County to award to the lowest, responsive, responsible, bidder; Hinterland Group Inc., of Riviera
Beach, Florida at the unit price submitted.
Charlotte County Page 1 of 1 Printed on 8/20/2020
powered by LegistarT"'
September 8, 2020
Jacob Crowe, Project Manager
Hinterland Group, Inc.
2051 W. Blue Heron Boulevard
Riviera Beach, FL 33404
PH: 561.640.3503
Fax: 561..640.3504
Email: info@hinteriandgroup.com
Re: NOTICE OF AWARD
Dear Mr. Rogers:
This letter shall serve as notification of official acceptance by the Charlotte County Board of County Commissioners of the
award of Bid #20-497, Stormwater Collection System Rehabilitation, submitted by Hinterland Group, Inc., for Stormwater
collection system rehabilitation as specified in the bid documents. The acceptance of your Bid Form, properly executed by
an authorized representative of the company, constitutes a binding contract.
Your signature below represents your concurrence with., and acceptance of the terms set forth in this letter, Technical
Specifications & Conditions and Bid Form submitted by your Company, on June 30, 2020. Accordingly, purchase orders
will be issued on an as -needed basis throughout the term of the contract. Payment shall be made based on the unit prices
in you bid forms and in accordance with the Prompt Payment Act of the Florida State Statutes.
The contract shall become active effective on October 1, 2020 and shall remain in full force and effect through and including
September 30, 2021 with an option to renew for two (2) additional one (1) year terms, by mutual consent, at the same prices,
terms and conditions.
If you have any questions or concerns, please do not hesitate to contact me or Arthur C. Markham, Contract Specialist at
941-743-1377. Please return a signed copy of this letter, by email or fax to (941) 743-1384
J
r ly,at"U-
erlyA. Corbett, C.P.M., CPPB
r Division Manager - Purchasing
KAC/am
ACCEPTE
Jacob owe, Project Manager
Date:
cc: File PURCHASING DIVISION
BUDGET & ADMINISTRATIVE I SERVICE DEPARTMENT
18500 Murdock Circle, Suite 344 Port Charlotte, FL 33948-1068
Phone:941.743,1378 Fax: 941.743.1384
NOW
PROJECT No. 2020000497
Bid NAME:
Stormwater Collection System Rehabilitation - Annual
HG Job No. 20-0173-00
BID DUE - Wednesday, July 1, 2019 @ 2:00 PM
SUBMITTED TO:
Charlotte County
Purchasing Division
18500 Murdock Circle
Suite 344
Port Charlotte, Florida 33948-1094
SUBMITTED BY: Hinterland Group, Inc.
cpq �4
HINTERLAND 2051 W Blue Heron Blvd
GROUP INC. Riviera Beach, FL 33404
561-640-3503
Email: info@ hinterlandgroup.com
Award Info
Award Info
BID FORM
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
BID NO. 2020000497
TO: Senior Division Manager - Purchasing
Board of County Commissioners
Charlotte County Administration Center
18500 Murdock Circle
Port Charlotte, FI. 33948-1094
The undersigned, as bidder, does hereby declare that he has read the Request for Bids, Instructions to Bidders, General
Provisions, Technical Specifications & Conditions, Insurance, Safety & Health Requirements, Bid Form, Permit Fees, MOT
Policy and any other documentation for
STORMWATER COLLECTION SYSTEM REHABILITATION
and further agrees to furnish all items listed on the attached Bid Form in accordance with the unit sum prices submitted. The
above specified documents are herein incorporated into the Bid Form.
TOTAL ESTIMATED ANNUAL BID PRICE:
Seven Hundred Seventy Two Thousand Six Hundred Fifty Dollars and zero cents $772.650.00
(Type/Print) (Numeric)
Manufacturer Name: Global Materials
Please indicate by (�) that you have included the following documentation with your bid:
(V� License Requirement: Certified Underground Utilities, Registered Underground Utility, Certified General,
Registered General Certified Master Plumber or Registered Master Plumber.
Reference Sheet Completed
(*M Manufacturer's Material Certification
(�) Design guides and quality control procedures for product manufacturer and for product installation
(40) Installer Training and/or certification of being trained to install the product
(VM Detailed procedures for repairing product
NOTE: In accordance with Florida Statues, Section 119.071(1)(b)2: Sealed bids, proposals, or replies received by an agency
pursuant to a competitive solicitation are exempt from s. 119.071(1)(b)2 and s. 24(a), Art. I of the State Constitution, except as
provided by Florida Statutes 255.0518, until such time as the agency provides notice of an intended decision or until 30 days
after opening the bids, proposals, or final replies, whichever is earlier. Upon release of the intended decision, if you wish to
obtain the quote results, you may do so by visiting our Website at https://purchasingbids.charlottecountvfl.gov under
"Purchasing Bids Online", document number 204974. No information regarding the submittal will be divulged over the
telephone.
Name of Bidder: Hinterland Group Inc.
(This page to be returned)
39 Bid No. 2020000497
SCHEDULE
OF PRICES - STORMWA I EK GULLLG I IUN JYJ
I tnn KtIlAbiL-1 I A I rUly - ANNUAL
No.
Item
Unit
Qty. Unit Price
Total
1
TV Survey/Sonar Survey
150 $ 8.00
$ 1,200.00
a.
TV Survey: Pre and Post Construction SurveyLF
b.
Sonar Survey: Pre and Post Construction
Survey1/2 dayis equivalent to 4 hours
DAY
% day$
250.0
$ 1,000.00
2
Warranty
LF
150
$ 1.0
$ 150.00
3
Light Cleanin 0-9% Accumulated Debris
LF
150
$ 4.00
$ 600.00
a.
16"-29"
b.
30"-42
LF
150
$ 5.00
$ 750.00
C.
4
42" or greater
Medium Cleaning (10-29% Accumulated
Debris
LF
LF
150
150
$ 6.00 $ 900.00
$ 5.00 $ 750.00
a.
16% 29"
b.
30% 42"
LF
150 1
$ 6.00
$ 900.00
C.
42" or greater
LF
150
$ 7.001 $ 1,050.00
5
Heavy Cleaning Greater Than 30%
LF
150
$ 7.00 $ 1,050.00
a.
16% 29"
b.
30"-42"
LF
150
$ 9.00
$ 1,350.00
C.
42" or greater
LF
150
$ 12.00
$ 1,800.00
6
15" Cured in Place Pipe - 7.5mm
LF
150
$ 60.00
$ 9,000.00
7
Thickness Variance +/- per 1.5mm/If
LF
150
$ 1.00
$ 150.00
8
18" Cured in Place Pipe - 9mm
LF
150
$ 70.0
$ 10,500.00
9
Thickness Variance +/- per 1.5mm/If
LF
150
$ 1.00
$ 150.00
10
21" Cured in Place Pipe - 9mm
LF
150
$ 75.00
$ 11,250.00
11
Thickness Variance +/- per 1.5mm/If
LF
150
$ 1.00
$ 150.00
12
24" Cured in Place Pipe - 10.5mm
LF
150
$ 85.00
$ 12,750.00
13
Thickness Variance +/- per 1.5mm/If
LF
150
$ 1.00
$ 150.00
14
27" Cured in Place Pipe - 10.5mm
LF
150
$ 90.00
$ 13,500.00
15
Thickness Variance +/- per 1.5mm/If
LF
150
$ 1.0
$ 150.00
16
30" Cured in Place Pipe - 12mm
LF
150
$ 120.00
$ 18,000.00
17
Thickness Variance +/- per 1.5mm/If
LF
150
$ 2.00
$ 300.00
18
36" Cured in Place Pipe - 12mm
LF
150
$ 125.00
$ 18,750.0
19
Thickness Variance +/- per 1.5mm/If
LF
150
$ 2.00
$ 300.00
20
21
42" Cured in Place Pipe - 16.5mm
Thickness Variance +/- per 1.5mm/If
LF
LF
150
150
$ 160.00
$ 2.00
$ 24,000.00
$ 300.00
22
48" Cured in Place Pipe - 18mm
LF
150
$ 195.0c
$ 29,250.00
23
Thickness Variance +/- per 1.5mm/If
LF
150
$ 3.00
$ 450.00
24
54" Cured in Place-19.5mm
LF
150
$ 270.00
$ 40,500.00
25
26
27
28
Thickness Variance +/- per 1.5mm/If
60" Cured in Place - 21 mm
1 Thickness Variance +/- per 1.5mm/If
66" Cured in Place - 24mm
LF
LF
LF
LF
150
150
150
150
$ 5.00
$ 375.00
$ 5.00
$ 445.00
$ 750.00
$ 56,250.00
$ 750.00
$ 66,750.00
29
Thickness Variance +/- per 1.5mm/If
LF
150
$ 5.00
$ 750.00
30
72" Cured in Place - 27mm
LF
150
$ 550.00
$ 82 500.00
31
Thickness Variance +/- per 1.5mm/If
LF
150
$ 5.00
$ 750.00
32
33
34
35
36
37
84" Cured in Place - 31.5mm
Thickness Variance +/- per 1.5mm/lf
96" Cured in Place- 37.5mm
Thickness Variance +/- per 1.5mm/If
17"x13" Cured in Place Pipe - 7.5mm
Thickness Variance +/- per 1.5mm/If
LF
LF
LF
LF
LF
LF
150 $ 725.00
150 $ 6.00
150 $ 850.00
150 $ 10.00
150 $ 55.00
150 $ 1.00
$ 108,750.0
$ 900.00
$ 127,500.00
$ 1,500.00
$ 8,250.00
$ 150.0
Name of Bidder: Hinterland Group Inc.
(This page to be returned)
40 Bid No. 2020000497
SCHEDULE OF PRICES CONTINUED: STORMWATER COLLECTION SYSTEM REHABILITATION — ANNUAL
No.
Item
Unit
Qty.
Unit Price
Total
38
21 "x15" Cured in Place Pipe - 9mm
LF
150
$ 60.00
$ 9,000.0
39
Thickness Variance +/- per 1.5mm/If
LF
150
$ 1.00
$ 150.00
40
28"x20" Cured in Place Pipe - 9mm
LF
150
$ 75.00
$ 11,250.00
41
Thickness Variance +/- per 1.5mm/If
LF
150
$ 2.00
$ 300.00
42
35"x24" Cured in Place Pipe - 10.5mm
LF
150
$ 105.00
$ 15,750.00
43
Thickness Variance +/- per 1.5mm/If
LF
150
$ 2.00
$ 300.00
44
42"x29" Cured in Place Pipe - 12mm
LF
150
$ 120.00
$ 18,000.00
45
Thickness Variance +/- per 1.5mm/If
LF
150
$ 5.00
$ 750.00
46
49"x33" Cured in Place Pipe - 16.5mm
LF
150
$ 160.00
$ 24,000.00
47
Thickness Variance +/- per 1.5mm/If
LF
150
$ 5.00
$ 750.00
48
57"x38" Cured in Place Pipe - 18mm
LF
150
$ 195.00
$ 29,250.00
49
Thickness Variance +/- per 1.5mm/If
LF
150
$ 5.00
$ 750.00
50
Dis osal of Materials
Cy
50
1 $ 25.001
$ 1,250.00
51
Mobilization
EA
1
$ 4,500.00
Name of Bidder: Hinterland Group Inc.
TOTAL ANNUAL BID PRICE: $ 772,650.00
(This page to be returned)
41 Bid No. 2020000497
If notified of the acceptance of this bid form, the undersigned agrees to execute a CUB.tract for the stated compensation in the
form as prescribed by the County, within the time constraints outlined in Instructions to Bidders.
The signature below is a guarantee that the Bidder will not withdraw his/her bid for a period of sixty (60) days after the scheduled
time for opening the bids.
The undersigned agrees, if awarded this bid, to furnish a Performance and Payment Bond in the amount of 100% of the total
project price within fourteen (14) calendar days after notification of award to the Purchasing Division for those Work Orders
with an excess value of $200,000. The undersigned shall be responsible and bear all costs associated to record Performance
and Payment Bond with the Charlotte County Clerk of Court Office. Receipt of said recording shall be furnished to the
Purchasing Division.
5% of Bid
Enclosed is a bid bond or cashier's check in the amount of $Amount which is not less than 5% of the total bid price, as
guarantee that the undersigned will enter into a Contract for the work/material as required in this Bid Document. Note: Failure
to submit a 5% bid bond will be cause for rejection of bid.
All contract documents (i.e.; performance and payment bond, cashier's check, bid bond) shall be in the name of
"Charlotte County".
The undersigned acknowledges receipt of the following addenda, and the cost, if any, of such revisions has been included in
the price bid. None
Addendum No. Dated ;Addendum No. Dated ;Addendum No. Dated
Addendum No. Dated ;Addendum No. Dated ;Addendum No. Dated
HOLD HARMLESS AGREEMENT:
Hinterland Group Inc. (name of firm), it's officers and members shall, through the signing of this
document by an authorized party or agent, indemnify and hold harmless Charlotte County, a political subdivision of the state
of Florida, its officers, agents, employees, and volunteers, from liabilities, damages, losses and costs, including, but not limited
to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of
Hinterland Group Inc.and persons employed or utilized byHlnterland Group Inc in the performance of this contract.
Hinterland Group Inc. (name) agrees that the first ten dollars ($10.00) of compensation received under this contract
represents specific consideration for this indemnification obligation.
Type of Organization (Please Check One): Individual Ownership Joint Venture
Partnership Corporation
Name of Bidding Firm Hinterland Group Inc.
Mailing Address 2051 W. Blue Heron Blvd., Riviera Beach, FL. 33404
Location Address 2051 W. Blue Heron Blvd.
City & State
Telephone
Riviera Beach, FL.
(561)640-3503
ZIP 33404
Fax Number 561-640-3504
E-mail info@hinterlandgroup.com a'11tieo,oneom°.°
D G
N R
Chase Rogers, Project Director Q'�� • POR °��A
Name/Title of person authorized to bind the Company: qT�•°, Z �-
Signature of person authorized to bind the Company: _
06/ /202
Date:
(This form to be returned) )°d'�, si • q,o�°a
42 Bid No. 2020000497
SOURCE OF SUPPLY AND SUBCONTRACTORS
The following sources of supply and subcontractors shall be used for the STORMWATER COLLECTION SYSTEM
REHABILITATION - ANNUAL project. If bidder does not have a source of supply or subcontractor, insert "to be determined".
When a source or subcontractor is determined, selection will be subject to County approval. (If not applicable, state N/A).
Source of Supply Subcontractor(s)
1 Global Materials 1 N/A
2. 2.
3. 3.
4. 4.
5.
DRUG FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that
of business) does:
Hinterland Group Inc
(name
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of
a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free
workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that
may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the
statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities
or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if
such is available in the employee's community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements, ,00,,00+
�p,1 A D G,,y
CIO
Signature
h og rs. Project irectbc c� n
Dated 06/30/2020 -
(This form to be returned)
43 Bid No.2020000497
REFERENCES — STL..MWATER COLLECTION SYSTEM REH/ 'CITATION - ANNUAL
Contractor shall submit a minimum of three (3) recent (within the past five (5) years) references of projects of similar size and
scope. Each reference shall include a project description, project location, name and phone number of a contact person, total
project amount, and completion date. The County reserves the right to contact references.
1. Project Owner / Company: Palm Beach County WUD
Name of Contact Person: Pollop Phonpornwithoon
Address: 8100 Forest Hill Blvd.
Telephone # (561) 493-4000
City & State: West Palm Beach, FL. Zip Code: 33413
Project Description: Palm Beach County Continuing Contract for Wastewater Gravity Lines
Total Project Amount: $ 6,994,050.00
2 Project Owner / Company: Manatee County
Completion Date: December 2017
Name of Contact Person: Clint Rimer Telephone # (941) 749-3046
Address: 1112 Manatee Avenue West
City & State: Bradenton, FL. Zip Code: 34206
Project Description: Sanitary Sewer - Lateral Lining Rehabilitation Services - Storm Improvements
Total Project Amount: $ 5,606,076.50 Completion Date: Completed to date - per work order
3. Project Owner / Company: City of Palm Coast
Name of Contact Person: Carmelo Morales
Telephone # (386) 986-3730
Address: 160 Lake Avenue
City & State: Palm Coast, FL. Zip Code: 32164
Project Description: Trenchless Pipe Rehabilitation Services
Total Project Amount: $ 149,240.00 Completion Date: December 2019
4. Project Owner / Company: Charlotte County Utilities
Name of Contact Person: Randy Vowel
Address: 18500 Murdock Circle
Telephone # (641)575-3680
City & State: Port Charlotte, FL. Zip Code: 33948
Project Description: Stormwater Collection System Rehabilitation
Total Project Amount: $ 2,630,715.06 Completion p Date: Per Work Orders / Completed to date
Name of Bidder: Hinterland Group Inc.
(This page to be returned)
44 Bid No. 2020000497
Locations: Pala Beach ® Cocoa ® Stuart
COMPANY QUALIFICATION & CERTIFICATION PACKAGE
WWW.HINTERLANDGROUP.COM
CORPORATE OFFICE:
2051 W Blue Heron Blvd, Riviera Beach, FL 33404
561-640-3403 PH
561-640-3504 FX
INFO@HINTERLANDGROUP.COM
COMPANY QUALIFICATION & CERTIFICATION PACKAGE
COVER PAGE
Corporate Resume --------------------------------- Page 3
Minutes of Special Meeting --------------------------- Page
Department of State Letter of Incorporation - - - - - - - - - - - - - - Page 5
Sunbiz Information ---------------------------------- Page
Insurance Information ------------------------------ Page
BondabilityLetter---------------------------------- Page
State Licenses ------------------------------------- Page 10
Business Tax Receipt -------------------------------- Page 13
FDOT Certificate of Qualification ------------------------ Page 25
Reference Letters ---------------------------------- Page 27
Pre -Qualified Vendor -------------------------------- Page 32
Owned Equipment ---------------------------------- Page 34
Prior Experience ------------------------------------ Page42
CIPP Roster --------------------------------------- Page 57
Installed Liner Quantities ----------------------------- Page 58
CIPP Prior Experience -------------------------------- Page 60
z
DANIEL A. DUKE, III
President • June, 2006 —Present
Over 16 years in direct development of multiple land use projects throughout Florida,
currently holds Florida General Contractors License (CGC1520354), Certified
Underground and Excavation Contractors License (CUC1224634), and Florida Certified
Builders Contractors License (CBC1255077). Oversees daily operations and provides
direct support to all personnel.
DANIEL A. DUKE, JR.
Operations • June, 2006 — Present
• Thirty -Two years direct experience including various wastewater lift station
installations, gravity and force main sewer installations. Direct daily supervision of
superintendents and skilled labor, management of project schedules, asset management
and logistics for entire company personnel and equipment fleet.
CHARLIE BREIG
Electrical Contractor • June, 2006 —Present
• Over 40 years of commercial electrical experience through out Florida, currently holds
Florida Electrical Contractors License (EC13003615)
JAY B. BREIG
Project Manager/Operations • May, 2008 — Present
• Twelve years experience in the rehabilitation and installation of wastewater structures,
gravity and force main pipe installations. Conducts daily labor briefings, safety meetings
and coordinates daily labor for successful project completion. Regularly conducts project
briefings with project managers and inside support personnel.
CHASE R. ROGERS, E.I.
Estimating Manager/Engineer . May, 2008 — Present
• Degree in Civil Engineering and over 9 years experience in the rehabilitation and
installation of sanitary sewer structures. Six plus years of experience working as an
electrician at WWTP. Responsible for project procurement, estimating and scheduling
coordination.
EVELIO MILLARES
Electrical Project Manager . September, 2015 — Present
• Over 35 years total electrical experience, currently holds Florida Certified Electrical
Contractors License (EC13005750) Electrical estimations, purchasing and on -site
supervision
BRETT KONCHAK
CIPP Project Manager • February, 2015 — Present
• Over 5 years in direct development of multiple land use projects in Florida, including
various gravity and force main CIPP sanitary and storm sewer installations. Direct dailv
supervision of CIPP project scheduling, superintendents and skilled labor.
MINUTES OF SPECIAL MEETING
OF
HINTERLAND GROUP INC.
Minutes of Special Meting of Hinterland Group Inc. held at gas / 4/. 6cu i/�rzvry
,cVy • Z,P��;,e�t FAZ VO`/ on this ZCe r' day of Aao.s % 2y l R
The President called the meeting to consider the following business: The authorization of Chase
Rogers and Danny Duke, Jr., to sign any and all documentation with regard to the Company.
On motion duly made and carried, the meeting proceeded to approve the authorization.
Chase Rogers and Danny Duke, Jr., have the authority to sign all documents as stated above.
There being no further business, the meeting was adjourned.
t�t41999d,f��i
Vti •ij�P O R.q I� A -
%, v 2
Dated �'ZZG1/9 '' .�
Daniel ke II Pr ent 1 �'
Hinterland Group Inc.
STATE OF rlor�dg
COUNTY OF �d I m GRLI�
The foregoing instrument was acknowledged before me this Z lP J� °� by
" EMILY MEND
NotaryP blic p��pV PUBi%
,r �-State of Florida -Notary Public
Printed Name: �,o Commission k GG 240228
My Commission Expires
My Commission Expires: 0 2 2- July 19, 2022
Hinterland Group Inc. Corporate Office
2051 W Blue Heron Blvd. Riviera Beach, FL 33404• Ph 561-640-3503 • Fax 561-640-3504
State of Florida
Department of State
I certify from the records of this office that HINTERLAND GROUP INC. is a
corporation organized under the laws of the State of Florida, filed on June 26,
2006.
The document number of this corporation is P06000086423.
I further certify that said corporation has paid all fees due this office through
December 31, 2020, that its most recent annual report/uniform business report
was filed on March 2, 2020, and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this
the Third day of March, 2020
*41�vyol—
Secretary of State
Tracking Number: 4322292258CU
To authenticate this certificate,visit the following site,enter this number, and then
follow the instructions displayed.
https J/services.sunbiz.org/Filings/CertificateOfStatusICertificateAuthentication
3/3/2020 Detail by Entity Name
DIVISION OF CORPORATIONS
1�
D,�
rr�---•-j ,;, �,rir..�,r ',..... „jr`r„r„J,; ,..•i,,,,..
Department of State / Division of Corporations / Search Records / Detail By Document Number /
Detail by Entity Name
Florida Profit Corporation
HINTERLAND GROUP INC.
Filing Information
Document Number P06000086423
FEI/EIN Number 20-5156844
Date Filed 06/26/2006
State FL
Status ACTIVE
Principal Address
2051 WEST BLUE HERON BOULEVARD
RIVIERA BEACH, FL 33404
Changed: 04/30/2018
Mailing Address
2051 WEST BLUE HERON BOULEVARD
RIVIERA BEACH, FL 33404
Changed: 04/30/2018
Registered Agent Name & Address
Wynne, Ryan J, Esq.
1015 W Indiantown Road
Suite 101-A
Jupiter, FL 33458
Name Changed: 02/13/2019
Address Changed: 02/13/2019
Officer/Director Detail
Name & Address
Title PSTD
DUKE, DANIEL A, III
992 W. 15TH STREET
RIVIERA BEACH, FL 33404
Annual Reports
6
search.sunbiz.org/Inquiry/GorporationSearch/SearchResultDetail?inquirytype=EntityN ame&directionType=Initial&searchNameOrder-HI NTERLANDG... 1 /2
3/3/2020
Detail by Entity Name
Report Year
Filed Date
2019
02/01 /2019
2019
02/13/2019
2020
03/02/2020
Document Images
03/02/2020 — ANNUAL REPORT
View image in PDF format
02/13/2019 — AMENDED ANNUAL REPORT
View image in PDF format
02/01/2019—ANNUAL REPORT
View image in PDF forma
04/30/2018 — Reg. Agent Change _
View image in PDF format
01/16/2018 -- ANNUAL REPORT
View image in PDF format J
04/12/2017 —ANNUAL REPORT
View image in PDF format
01/28/2016 --ANNUAL REPORT
View image in PDF format
11/20/2015 -- Reg. Ag nt Changg
View image in PDF format
01/23/2015 — ANNUAL REPORT
View image in PDF format
01/10/2014 — ANNUAL REPORT
View image in PDF format
04/11/2013 --ANNUAL REPORT
View image in PDF format
04/09/2013 — Reg. Agent Change
View image in PDF format
04/19/2012 — ANNUAL REPORT
View image in PDF format
02/17/2011 —ANNUAL REPORT
View image in PDF format
02/15/2010 —ANNUAL REPORT
View image in PDF format
04/16/2009 — ANNUAL REPORT
View image in PDF format
01/20/2008 —ANNUAL REPORT
View image in PDF format
01/09/2007 —ANNUAL REPORT
View image in PDF format
06/26/2006 — Domestic Profit
View image in PDF format
7
sea rch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq u irytype=EntityName&directionType=Initial&searchNameOrder=H I NTERLANDG... 2/2
A o CERTir ICATE OF LIABILITY INSUF VCE
DATE (MMIDDIYYYY)
01/3012020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
South Shore Insurance Inc.
955 SE Central Parkway
Stuart FL 34994
CONTACT Jennie Lanman
PHONE 772 426-9973 FAX 772 872-5870
E-MAIL ennie southshore-insurance.com
INSURERS AFFORDING COVERAGE
NAIC #
INSURER A: Zurich American Insurance Company
16535
INSURED
Hinterland Group Inc.
2051 West Blue Heron Blvd
Riviera Beach, FL 33404
INSURER B : Travelers Property Casualty Company of Amer
25674
INSURERC: American Guarantee & Liability Insurance Co.
26247
INSURER D :
INSURER E :
INSURER F :
rn%rronr_cc r`FRTIFI(`ATE NUMBER' REVISION NUMBER:
v THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
L R
TYPE OF INSURANCE
ADDL
SUBR
POLICY NUMBER
POLICY EFF
DD
POLICY EXP
D Y
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
A
CLAIMS -MADE IX-1OCCUR
DAMAGE q ( RENTED
$ 300,000
X
MED EXP (Any oneperson)
$ 5,000
XCU Coverage Included
x
x
GLO-4956332
01/3112020
0113112021
X
Primary/Non Contributory
PERSONAL&ADV INJURY
$1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY JECT LOC
OTHER:
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OP AGG
$ 2,000,000
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$ 1,000,000
BODILY INJURY (Per person)
$
A
X ANY AUTO
BODILY INJURY (Per accident)
$
ALL OWNED SCHEDULED
AUTOS AUTOS
NON -OWNED
X HIRED AUTOS X AUTOS
x
X
BAP-4956334
01131/2020
01/31/2021
PROPERTYrunt) AGE
$
B
X
UMBRELLA LIAB
EXCESS LIAB
OCCUR
CLAIMS -MADE
ZUP81N252592ONF
01/31/2020
01131/2021
EACH OCCURRENCE
$ 5,0009000
N
AGGREGATE
$5,000,000
DED I I RETENTION
$
WORKERS COMPENSATION
X PER OTH-
E.L. EACH ACCIDENT
$ 1,000,000
C
AND EMPLOYERS' LIABILITY Y I N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? Y
(Mandatory in NH)
N / A
x
WC-4956333
0113112020
01/3112021
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE -POLICY LIMIT
$ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
Installation Floater $2,000,000
A
Inland Marine
CPP- 6674260-00
0113112020
01/31/2021
Rented/Leased Equi $500,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Should any of the above policies be cancelled before the expiration date thereof, the issuing insurer will endeavor to mail 30 days written
notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the insurer, its
agents or representatives. Certificate holder as an additional insured on blanket form only if required by written contract/agreement
with the insured executed prior to injury or damage. A Waiver of Subrogation is provided on blanket form only if required by written
contract/agreement with the insured executed prior to injury or damage. Coverage is primary/noncontributory when required by written contract/
agreement.
L:EK I It-IL:A I t
FOR BIDDING PURPOSES ONLY I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
r� nn�eno A'rIr1M All A 1,+a --n/1
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD 8
i
HART-FORDTHE
Orlando Regional Bond Department
August 12, 2019
RE: Hinterland Group, Inc.
To Whom It May Concern:
The Hartford, through its operating entities, will favorably consider surety bonds to Hinterland
Group, Inc. for projects up to $15,000,000 single and $75,000,000 aggregate. Our experience with
Hinterland Group, Inc. has been excellent, and we highly recommend them to you.
Hartford's decision to issue any bond is conditioned upon acceptable review of contract terms,
contract amount, bond forms, and financing for each project as well as other pertinent underwriting
information at the time of the request.
Please understand that any arrangement for any bonds is a matter between Hinterland Group, Inc.
and Hartford Accident and Indemnity Company and we assume no liability to third parties or you
if, for any reason, we do not issue requested bonds.
Hartford Accident and Indemnity Company is licensed and qualified to operate in the State of
Florida and listed with the U.S. Department of Treasury Federal Register with an underwriting
limitation of $226,042,000, and has an AM Best Rating of A+.
This letter will expire on April 30, 2020.
Very Truly Yours,
Timothy M. Holicky
The Hartford
P.O. Box 958461
Lake Mary, FL 32795
Toll Free 800 824 1732
Facsimile 877 536 9102
0
Z
O
oLLI
j
ry p =
w W � w �-
GC Q w
w
a J m Z :D °
N Q 4-1
Q Z p Q o 0 0
0 Z w cV) O E
z V? Q ui p o Ln M � o `-'
1 Q
LLI LLI w � O Z M N M
011
O �,= �p V w °° CC
W == �
u.u o
Z w ZLU QmHw Z O
c
LV v) 0 CL m- o o
F- tlf Z �- Q ® w Z° Z a�
LLJU w V L
H Z Z U W Z�w Z 0 � o
to 0 Z Y =off ;��
O
CoOU cn ,� a ; o E
X �
LL J Q w
o
uj
Z w O a
LLI W Z L)
> w �- L
0
o ~ V
~ T)
o Q .�
N a LE
w
5r
10
�i
7-
O
LL
Z
w
0
}
Quj
Q
r
w
v
u
D
®
-°a
Lu
W
O�
r)
w
TOcn
4-1
w
DC
Q
LL
w
a)
Q
Q
m
W�
o
N
z
Z
U
U
�—
Q
E
Q
=
0
Z
C/7
a
d'
N
O
u
O
Ln
0
D
p
'
�
o
a�
u
QLLLJ
Z
W
w
W
O
U
Z-j
M
r
—
=
m
CM
N
+��+
O
Q
�
Z
U-
V
D
4-'LL
O
a
Z�
��w
�Q�
E
2
®
in
W
Q
>
W
-0O
W
V)
Q
a
Q
Q
J
J
mm
I�
Q
a
o
4
Z
U
Q
w
Z.
Z
a�
I--
W
Z
—
w
U
Z�w
icWn'O
a
0
}
o
�
N�
W��
°
F-
J
cn
D
V
a
-t
O
3
`�
0
o
(Aj
O
_i
Q
aj
z
w
W
Z
0
a
V
0
a
o
�-
u
o
o
u
N
Y
Q
W
z
�
S
u
Q
=
�
u�Y+"fEE��
'rpa
I
3
ffl��m
L 3
11
I
ifc>� r ' I
O �
Z
4i
O
E
ry
Q W O
w pLn
ry
W w V)
w O o LU LA
Z
N Q m o
Z Z t� o Q o f
N OLn
= O Z IL U) N N E
O V) Z W C U M M u
O +-
p LLL V O W awM M c~n
00
W d' d W .. a U O
W Z Z m' F- c
O a V LLIo F V Q�} '= Q i
W I- a Z
F— V) u Q e w J Z Z
Q W Q= W I- .o p I N O c O
H Z Z
U
Zr''w a)
V) O Z W _ W ~ c `~
V p 0 GO J L o
m J Z x °
LL V v O W
0 0 H > Q
O W U J u
o � w _
H W = 0
o CC F-
a
F��D9
"'"• "� l r? iaT
12
ANNE M. �' A N 1V O N .O. Box 3353, West Palm Beach, FL 33402-3353 LOCATED AT**
;4 CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel: (561) 355-2264
Serving Palm Beach Cauniy 2051 W BLUE HERON BLVD
Serving you. RIVIERA BEACH, FL 33404
TYPE OF BUSINESS OWNER
23-0051 GENERAL CONTRACTOR DUKE DANIEL AMOS III
This document is valid only when receipted by the Tax Collector's Office.
B2 - 351
HINTERLAND GROUP INC
HINTERLAND GROUP INC
2051 WEST BLUE HERON BLVD
RIVIERA BEACH, FL 33404
ANNE M. GANNON
ipf CONSTITUTIONAL TAX COLLECTOR
Selrotug Prtim Beach County
Serving you.
CERTIFICATION # RECEIPT #/DATE PAID AMT PAID I BILL #
CGC1520354 I U19.655882-0800/19 $99.00 840160913
STATE OF FLORIDA
PALM BEACH COUNTY
2019/2020 LOCAL BUSINESS TAX RECEIPT
LBTR Number: 2015082364
EXPIRES: SEPTEMBER 30, 2020
This receipt grants the privilege of engaging in or
managing any business profession or occupation
within its jurisdiction and MUST be conspicuously
displayed at the place of business and in such a
manner as to be open to the view of the public.
P.O. Box 3353, West Palm Beach, FL 33402-3353 **LOCATED AT**
www.pbctax.com Tel: (561) 355-2264 2051 W BLUE HERON BLVD
RIVIERA BEACH, FL 33404
TYPE OF BUSINESS OWNER
23.0097 UNDERGROUND UTILITY & EXCAVATION DUKE DANIEL AMOS III
This document Is valid only when receipted by the Tax Collector's Office.
B3. 350
HINTERLAND GROUP INC
HINTERLAND GROUP INC
2051 WEST BLUE HERON BLVD
RIVIERA BEACH, FL 33404
CERTIFICATION # I RECEIPT #/DATE PAID AMT PAID I BILL #
CUC1224634 U19.655890-08120/19 $27,50 1 B40142321
STATE OF FLORIDA
PALM BEACH COUNTY
2019/2020 LOCAL BUSINESS TAX RECEIPT
LBTR Number: 201139576 '
EXPIRES: SEPTEMBER 30, 2020
This receipt grants the privilege of engaging in or
managing any business profession or occupation
within Its jurisdiction and MUST be conspicuously
displayed at the place of business and In such a
manner as to be open to the view of the public.
`"- A NNN.E., M . -G A N N O N P.O. Box 3353, West Palm Beach, FL 33402-3353 **LOCATED AT**
CONSTITUTIONAL TAX COLLECTOR www.pbctax.com Tel: (561) 355-2264
Servhtg Palm Deurh County 2051 W BLUE HERON BLVD
Serving you. RIVIERA BEACH, FL 33404
TYPE OF BUSINESS OWNER CERTIFICATION # RECEIPT #/DATE PAID AMT PAID IBILL #
23-0169 ELECTRICAL CONTRACTOR BREIG CHARLES J EC13003615 U19.655895 - 08120119 $99.00I B40160914
This document is valid only when receipted by the Tax Collector's Office
STATE OF FLORIDA
PALM BEACH COUNTY
2019/2020 LOCAL BUSINESS TAX RECEIPT
131 - 351
HINTERLAND GROUP INC
LBTR Number: 2015082363
HINTERLAND GROUP INC
2051 WEST BLUE HERON BLVD
EXPIRES: SEPTEMBER 30, 2020
RIVIERA BEACH, FL 33404
This receipt grants the privilege of engaging in or
managing any business profession or occupation
within Its jurisdiction and MUST be conspicuously
displayed at the place of business and in such a
manner as to be open to the view of the public.
13
RIVIERA BEACH
BUSINESS TAX
972 W 15th St
HINTERLAND GROUP INC
MEOMAKND GROUSUff 2
5T V�BLUE HERammmir
RIVIERA BEACH FL 33404
W%O 2 0
7AW
Issued:
Vendor: 10944.1
8611-BUSINESS OFFICE
�� „III N- I, p OF VEHICLES
MUST BE POSTED CONSPICUOUSLY
AT YOUR PLACE OF BUSINESS
Z= QE- -JETWIERA BEACH;J,�,
E&MMERON
L NCH FL
B
33 P ppi
B=NE�SS TAX RE EI
Year October 01, 2019 to September 30, 2020
P INC
—d:
ITMor:
8611-BUSINESS
9412-NUMBER OF
10944W
OFFICE
VEHICLES
lift!
_HIklTRR&kAND GROUP IXQ�
W SLUE HERW
MXFBEACH LI�� w �igil�ill STED CONM
YOUR PLACE OF MS=SS
CITY OF RIVIERA BEACH
600 W BLUE HERON BLVD
H FL 3340
WE
8i MX RECEI
11,110, 2020
Permit Year Oftc,Y=� n, 2019 to
992 W 1 5---tat Ig
UP INC ,11,,�
HINTERLAND GROUP INC
2051 W BLUE HERON BLVD
RIV---IE:�— BEACH FL 33404
Iszued:
IR OF
1094A-30
OFFIMffff
VEHAME
CONS PICQQVS,W=
RIVIERA BEACH FL 33404
CERTIFICATE OF USE
992 W 15th St
HINTERLAND GROUP INC
M w W=MMND GROUP-0-AM-Z w W
—O 51 W BLUE HEROPWMU�
RIVIERA BEACH FL 33404
WMO 2 0
Issued:
Vendor:
10944.1
MUST BE POSTED CONSPICUOUSLY
AT YOUR PLACE OF BUSINESS
_awwk:(Z SERA BE2
_= uCT4
W E&W--MERON BL
I�;{ ,� �h _ == _ _
I
!MI�ITMCH FL 3 3
CERTIFICATE OF USE
Permit Year October 01,
2019
to September
30, 2020
ft ww
d:
=TMMAND GROUP INC
Vendor: 10944"T
mI Iff �-�D GROUP 1-
MWWARLUE HER===-MWTw�WM
M4MW3W- BEACH FT Au"
SI
TED CONM��W�-
AT
YOUR PLACE OF BUSINESS
C Permit
99Z �l5khgft-
-ww;wa'UP
CITY OF RIVIERA BEACH
600 W BLUE HERON BLVD
W-MEWWFWME OF U
RIMIN&M EMWH FL 3
1:5-e--r it
Olc�t c, 01, Year � 2019 to S ell (m�'lltl 30, 2020
111111,
INC
1pp
,
HINTERLAND GROUP INC
2051 W BLUE HERON BLVD
Ilff Mft-j.BEACH FL 3i&429�
MEE ZWM7 7M M
-las&Led:
W� Mr: 10947%-
va AM
TEI D CONSPIA SW--
I
�, I���iA I� , h i LACE 0ABMWIMAZZ
0
CITY 4F WEST PALM BEACH
DEPARTMENT OF DEVELOPMENT SERVICES `AV E S T PALM BEACH
u„ , , .
Attached is your 2019-2020 Business Receipt evidencing payment of fees for your Local Business Tax; Certificate of
Use (if applicable); Sidewalk Cafe Permit (if applicable); and/or Extended Hours alcohol Permit (if applicable).
Business Tax Receipt: This document, based on the business category codes listed below. is your Business Tax
Receipt. THIS BUSINESS TAX RECEIPT MUST BE DISPLAYED ON THE PREMISES IN A PLACE WHERE IT MAY BE
SEEN AT ALL TIMES (Sec. 82-160 City Code).
Certificate of Use: A certificate of use may be suspended or revoked in accordance with Sec. 22-39 of the City Code.
Sidewalk Cate Permit: A sidewalk cafe permit requires compliance with the conditions it) Secs. 78-345 and 78-347 of
the City Code. A sidewalk cafe permit may be suspended or revoked pursuant to Sec. 78-348 of the City Code.
Extended Hours Alcohol Permit: An extended hours alcohol permit requires compliance with the conditions in Sec. 6-8
of the City Code and may be suspended or revoked as provided in said section.
FOR INFORMATION CALL (561) 805-6700 EMAIL businesstax@wpb.org HOURS 8:00 AM - 5:00 PM — MONDAY - FRIDAY
INSTRUCTIONS PLEASE POST IN A CONSPICUOUS PLACE AT YOUR PLACE OF BUSINESS.
aWN CITY OF WEST PALM BEACH NOT TRANSFERABLE
CITf OF F H LM BEACH
2O19 to 2020 BUSINESS RECEIPT P Q BOX3147, WEST T EST P �r-1 BEACH FL 334112
0000026055
HINTERLAND GROUP INC
5401 N HAVERHILL RD 114
BUS. TAX ID. CATEGORY
53644 237110
69734 236220
69735 238210
CUC1224634 UNDERGROUND
UTILITIES OFFICE
CGC1520354
GENERAL CONTRATOR
EC13003615 ELEC CONT
DESCRIPTION
WATER & SEWER LINE & RELATED STRUCTURES 86.81
GENERAL CONTRACTOR 86.81
ELECTRICAL CONTRACTOR 86.81
THIS DOCUMENT NOT VALID
UNTIL FUNDS ARE COLLECTED
EXPIRES
SEPTEMBER 30,
2020
TOTALA* 260.43
" PAID 260.43 " BAL "" 0.00
Z
M
N
24
FDOT
Florida Department of Transportation
RON DES'.ANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E.
GOVERNOR Tallahassee, FL 32399-0450 SECRETARY
June 1, 2020
HINTERLAND GROUP, INC
2051 WEST BLUE HERON BOULEVARD
RIVIERA BEACH, FLORIDA 33404
RE: CERTIFICATE OF QUALIFICATION
Dear Sir/Madam:
The Department of Transportation has qualified your company for the type of work
indicated below. Unless your company is notified otherwise, this Certificate of
Qualification will expire 6/30/2021. However, the new application is due 4/30/2021.
In accordance with S.337.14 (1) F.S. your next application must be filed within (4)
months of the ending date of the applicant's audited annual financial statements.
If your company's maximum capacity has been revised, you can access it by logging into
the Contractor Prequalification Application System via the following link:
HTTPS://fdotwpl.dot.state.fl.us/ContractorPreQualification/
Once logged in, select "View" for the most recently approved application, and then
click the "Manage" and "Application Summary" tabs.
FDOT APPROVED WORK CLASSES:
DRAINAGE, ELECTRICAL WORK, Water & Wastewater, Manhole Rehabilitation, Lift Stations,
Pipe Lining & Pipe Desilting.
You may apply for a Revised Certificate of Qualification at any time prior to the
expiration date of this certificate according to Section 14-22.0041(3), Florida
Administrative Code (F.A.C.), by accessing your most recently approved application as
shown above and choosing "Update" instead of "View." If certification in additional
classes of work is desired, documentation is needed to show that your company has done
such work with your own forces and equipment or that experience was gained with
another contractor and that you have the necessary equipment for each additional class
of work requested.
All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certify
their work underway monthly in order to adjust maximum bidding capacity to available
bidding capacity. You can find the link to this report at the website shown above.
AA:cg
AD&Sincerely,
/e, x1at7xi
Alan Autry, Manager
Contracts Administration Office
www.fdot.gov
Charlotte County Purchasing Division
18500 Murdock Circle, Suite 344
Port Charlotte, Florida 33948-1094
Phone 941.743.1378
Fax 941.743.1384
NOTICE OF AVAILABILITY OF BID SPECIFICATIONS
REQUEST FOR BIDS
CHARLOTTE COUNTY, FLORIDA
The County of Charlotte will be receiving sealed bids at the Purchasing Division, Suite 344, Charlotte County
Administration Center, 18500 Murdock Circle, Port Charlotte, FL 33948-1094 for:
BID NO. 2020000497
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
This is an annual contract for the rehabilitation of existing storm sewer pipes, utilizing cured -in -place pipe lining
The license(s) required to perform the services for this project are; Certified Underground Utilities, Registered
Underground Utility, Certified General, Registered General Certified Master Plumber or Registered Master Plumber.
There will be no Pre -Bid Conference for this Project. Bidders are requested to email any project related questions
to Art. Markham(a-)-charlottecountyfl.gov.
We encourage ALL Firms to please submit their written response via United States Postal Service (USPS), Fed -
Ex, or United Parcel Service (UPS) Delivery. If you need to hand deliver your submittal, please call 941.743.1377
and arrangements will be made to receive your submittal by a Purchasing representative prior to the Due Date.
BID OPENING: 2:00 p.m., (EST) JULY 1, 2020
COUNTY ADMINISTRATION BUILDING B, CONFERENCE ROOM - B-106
Bid Documents may be obtained by accessing the Charlotte County Purchasing Division's website at
https://Purchasingbids.charlottecountyfl.gov under "Purchasing Bids Online", document number 204972. Any
questions can be answered by contacting Arthur C. Markham, Contract Specialist at 941.743.1377 or email:
art.markham(d_)charlottecountyfl.gov.
Notice of Availability
Posted: 6/8/2020
Bid No. 2020000497
Charlotte County Purchasing Division
�` Rc
18500 Murdock Circle, Suite 344
Port Charlotte, Florida 33948-1094
Phone 941.743.1378
4 Fax 941.743.1384
STATEMENT OF NO BID
If you do not intend to bid on this commodity/service, please return this form to the above address immediately. If this statement
is not completed and returned, your company may be deleted from the Charlotte County Vendors' list for this
commodity/service.
We the undersigned, have declined to bid on requested commodity/service Bid #2020000497, STORMWATER COLLECTION
SYSTEM REHABILITATION - ANNUAL, for the following reason(s):
Specifications too "tight", i.e. geared toward one brand or manufacturer only (explain below).
Insufficient time to respond to the Invitation to Bid.
We do not offer this product or service.
Our schedule would not permit us to perform.
Unable to meet bond/insurance requirements.
Unable to meet specifications.
Specifications are unclear (explain below).
Remove us from your vendors' list for this commodity/service.
Other (specify below).
Remarks:
Company Name:
Contact Person (typed or printed):
Contact Person Signature:
Phone:
E-Mail Address:
Fax:
Note: Statement of No Bid may be e-mail to art.markham(-charlottecountvfl.gov or faxed in to the Purchasing Division at
941.743.1384
2 Bid No. 2020000497
TABLE OF CONTENTS
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
BID NO. 2020000497
Notice of Availability 1
"No Bid" Response Page 2
Table of Contents 3
INSTRUCTIONS TO BIDDERS 4-8
GENERAL PROVISIONS
9-16
TECHNICAL SPECIFICATIONS & CONDITIONS 17-32
INSURANCE REQUIREMENTS 33-35
SAFETY & HEALTH REQUIREMENTS 36-37
BID FORM 38-44
ATTACHMENTS
MOT Policy - 6 pages
Permits - 2 pages
3 Bid No. 2020000497
INSTRUCTIONS TO BIDDERS
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
BID NO. 2020000497
IB-01 QUALIFICATIONS OF BIDDERS: It is the intent of the County to award the contract to the lowest responsive,
responsible bidder, qualified by experience and capable of providing collateral as bond and/or bondable to a surety company
acceptable to the County in the amount of 100% of the awarded contract price. Successful bidder must furnish a Performance
and Payment Bond satisfactory to the County within fourteen (14) calendar days after notification of award, as described in I13-
08.
IB-02 GENDER DESIGNATION: The County and the Contractor are treated throughout the Contract Documents as if each
were of the singular number and masculine gender.
IB-03 EXAMINATION OF DOCUMENTS/SITE: Prior to the submission of a bid form, bidders shall examine the documents,
visit the site of the work, and fully inform themselves as to all existing conditions and limitations that affect the work to be
performed under the contract.
A. Examination of Documents - The bidding contractor is instructed to carefully examine the bid package, including the
Request for Bids, Instructions to Bidders, Technical Specifications & Conditions, Special Provisions, General Provisions,
Insurance Requirements, Safety and Health Requirements, Permit Fees, Maintenance of Traffic Policy (M.O.T.), Plans and all
other related bid documents, including all modifications thereof, incorporated in the bid package.
Discrepancies, omissions, or questions about the intent of the documents should be submitted to the Purchasing Division in
written form as a request for interpretation no later than five (5) calendar days prior to bid opening (or if applicable shall be
verbally addressed at the pre -bid conference).
B. Examination of Site: Prior to submitting a bid form, each bidder shall examine the site and all conditions thereon. All
bid forms shall be presumed to include all such existing conditions as may affect any work to be done on this project. Failure
to familiarize himself with such conditions will in no way relieve the successful bidder from the necessity of furnishing any
materials or performing any work that may be required to complete the work in accordance with the drawings and Specifications.
C. Interpretations of any of the bid documents or the project will be in the form of a written addendum to the documents,
which will be posted on the purchasing website. The County will attempt to notify all prospective bidders of the issuance of
addenda, however, it is the responsibility of the bidder, prior to submitting his bid, to determine if addenda were issued,
acknowledging and incorporating it into their bid. Receipt of any addenda by each bidder must be acknowledged on the bid
form, indicating the addendum number and date of issue, therein becoming a part of the contract. No oral explanations shall
be binding.
IB-04 PREPARATION OF SUBMISSION OF BID FORM REQUIREMENTS: Bid Forms shall be made on forms supplied by
the County, or reasonable facsimile thereof and attached thereto, or as otherwise specified. Indicate the number of calendar
days required to complete the project (unless length of time required for completion is identified by the County in the Bid Form)
and acknowledge receipt of any addenda received during the bid period.
Each bid must give the full business address of the bidder and state whether bidder is an individual, corporation or partnership.
Bid Forms by a corporation must be signed in the name of the corporation, followed by the original signature and designation
of the officer or other person authorized to bind the corporation.
Any erasures or other corrections in the bid form must be explained or noted over the signature of the bidder. Bid Forms
containing any conditions, omissions, unexplained erasures, alterations, or irregularities of any kind may be rejected by the
County.
Bid documents and forms shall be submitted sealed, and the envelope/package clearly marked with the Bid Number and the
Name and Business Address of the individual or firm submitting the bid. Bids postmarked prior to said time and date but not
received shall not be considered and will be returned to bidder unopened, with explanation.
Bid Guarantee: Each bid must be accompanied by a bid bond or cashier's check in the amount not less than five per cent (5%)
of the total amount of the bid as a guarantee that the bidder will not withdraw his bid for a period of 60 days after scheduled
opening of bids. Cashier's Checks (as bid bond) will be returned to all bidders after award of bid.
Bid No. 2020000497
IB-05 BID TABULATIONS: In accordance with Florida Statues, Section 119(1)(b)2: Sealed bids, proposals, or replies
received by an agency pursuant to a competitive solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State
Constitution until such time as the agency provides notice of an intended decision or until 30 days after opening the bids,
proposals, or final replies, whichever is earlier. Those bidders interested in receiving a copy of the results of this bid once they
are released may do so by visiting our website at https://purchasingbids.charlottecountyfl.gov under "Purchasing Bids Online",
Document Number 204974. No information regarding the submittal will be divulged over the telephone.
I13-06 RESERVED RIGHTS: The County reserves the right to accept or reject any and/or all bids, to waive irregularities and
technicalities, and to request resubmission of bids. Also, the County reserves the right to accept all or any part of the bid and
to increase or decrease quantities to meet additional or reduced requirements of the County. Any sole response received the
first submission date may be rejected by the County depending on available competition and timely needs of the County.
IB-07 FORM OF CONTRACT: The submitted Bid Form signed by the Bidder, together with the complete bid package
furnished by the County, shall constitute a binding contract. The Bidder shall be required to perform according to the Bidder's
submitted Bid Form and the County's bid package when a purchase order, signed by the Senior Division Manager - Purchasing
or his/her designee, is transmitted to the Bidder. The transmitted purchase order shall serve as both a Notice of Acceptance
and Notice to Proceed to the Bidder. Failure to comply with the conditions set forth in the purchase order shall be deemed a
breach of contract subjecting the Bidder to forfeiture of the bid bond or other posted security and other possible penalties.
IB-08 PERFORMANCE/PAYMENT BOND: If awarded the contract, the Contractor shall furnish a Performance and Payment
Bond bound to "Charlotte County" to the Purchasing Division within 14 calendar days after notification of award. In addition,
the Contractor shall be responsible and bear all costs associated to record Performance and Payment Bond with the Charlotte
County Clerk of the Circuit Court. Receipt of said recording shall be furnished to the Purchasing Division.
The failure of the successful bidder to execute such agreement within fourteen (14) days after award of the contract, or with
such extended period as the County may grant, shall constitute a default. The bidder shall then forfeit to the County a full
amount of the Bid Guarantee.
IB-09 NOTICE TO PROCEED/DELIVERY: A pre -construction conference will be called, at which time a starting date will be
determined. A Notice to Proceed, or Purchase Order, shall be issued bearing the agreed -upon date. No work under the
Contract shall commence until after the Notice to Proceed/Purchase Order has been issued and signed by the awarded
Contractor.
IB-10 PAYMENT: Request for payment must be submitted to the Charlotte County Purchasing Division on a form approved
by the County. All invoices will be paid in accordance with the Local Government Prompt Payment Act, Section 218.74 F.S.
IB-11 PERFORMANCE EVALUATION: At the end of the Contract, the receiving department will evaluate the successful
bidder's performance. This evaluation will become public record.
IB-12 ARITHMETIC DISCREPANCIES: For the purpose of initial evaluation of bids, the following will be utilized in resolving
arithmetic discrepancies found on the face of the bid forms as submitted by bidders:
A. Obviously misplaced decimal points will be corrected.
B. In case of discrepancy between unit price and extended price, the unit price will govern. Apparent errors in extension
will be corrected.
C. Apparent errors in addition of lump sum and extended prices will be corrected.
For the purpose of bid evaluation, the County will proceed on the assumption that the bidder intends his bid be evaluated on
the basis of the unit prices, extensions, and totals arrived at by resolution of arithmetic discrepancies as provided above, and
the bid will be so reflected on the tabulation of bids.
IB-13 DESCRIPTIVE INFORMATION: Unless otherwise specifically provided in the specifications, all equipment, materials
and articles incorporated in work covered by the contract are to be new and of the most suitable grade for the purpose intended.
Unless otherwise specifically provided in the specifications, reference to any equipment, material, article or patented process
by trade name, make or catalog number shall be regarded as establishing a standard of quality and shall not be construed as
limiting competition. If the bidder wishes to make substitution to the specifications, he/she shall furnish to the County the name
of the manufacturer, the model number, and other identifying data and information necessary to aid the County in evaluating
the substitution, and such substitution shall be subject to County approval. Substitutions shall be approved only if determined
by the County to be equivalent to the specifications. A bid containing a substitution is subject to disqualification if the substitution
is not approved by the County.
Bid No. 2020000497
Specified items bid shall be identified by brand name, number, manufacturer and model, and shall include full descriptive
information, brochures, or appropriate attachments.
IB-14 QUALITY GUARANTEE: If any product delivered does not meet applicable specifications, or if the product will not
produce the effect that the supplier represents to the County, the supplier shall pick up the product from the County at no
expense to the County. Also, the supplier shall refund to Charlotte County any money that has been paid for same. The
supplier will be responsible for reasonable County attorney fees expended to obtain compliance with this provision in the event
the supplier defaults under this provision.
IB-15 RELEASE OF LIENS: The Contractor is required to pay all money due subcontractors and material dealers promptly.
The Contractor shall submit releases of liens, satisfactory to the County, certifying that all payrolls, material bills, and other
indebtedness incurred by the Contractor in connection with this project have been paid in full.
IB-16 REGULATIONS/APPLICABLE LAWS: It shall be the responsibility of each Contractor to assure compliance with any
OSHA, EPA, and/or other Federal or State of Florida rules, regulations or other requirements, as each may apply.
Bidder must be authorized to transact business and be properly licensed in the State of Florida. All applicable laws and
regulations of the State of Florida and ordinances and regulations of Charlotte County will apply to any resulting contract.
IB-17 CODE OF ETHICS: With respect to this bid, if any bidder violates or is a party to a violation of the State of
Florida/Florida Statutes, Chapter 112, Part III, Code of Ethics for Public Officers and Employees, such bidder may be
disqualified from furnishing the goods or services for which the bid is submitted and shall be further disqualified from submitting
any future bids for goods or services for Charlotte County.
IB-18 COLLUSION: By offering a submission to this invitation for bid, the bidder certifies the bidder has not divulged to,
discussed or compared his bid with other bidders and has not colluded with any other bidder or parties to this bid whatever.
Also, bidder certifies, and in the case of a joint bid each party thereto certifies as to his own organization, that in connection
with this bid:
• any prices and/or cost data submitted have been arrived at independently, without consultation, communication, or
agreement, for the purpose of restricting competition, as to any matter relating to such prices and or cost data, with any
other bidder or with any competitor;
• any prices and/or cost data quoted for this bid have not been knowingly disclosed by the bidder and will not knowingly be
disclosed by the bidder prior to the scheduled opening directly or indirectly to any other bidder or to any competitor;
• no attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid
for the purpose of restricting competition;
• the only person or persons interested in this bid, principal or principals is/are named therein and that no person other than
therein mentioned has any interest in this bid or in the contract to be entered into; and
• no person or agency has been employed or retained to solicit or secure the contract upon an agreement or understanding
for a commission, percentage, brokerage, or contingent fee excepting bona fide employees or established commercial
agencies maintained by the Purchaser for the purpose of doing business.
IB-19 SOURCE OF SUPPLY AND SUBCONTRACTORS: Bidders are to complete the attached Source of Supply and
Subcontractors form. This form must be completed and included with the bid form. If bidder does not have a source of supply
or subcontractor, insert "to be determined". When source or subcontractor is determined, selection will be subject to County
approval.
IB-20 DRUG FREE WORKPLACE FORM: It is strongly suggested that the attached Drug Free Workplace Form be signed
and returned to this office with bid form. In the event of a tie bid, the presence of a valid and accurate form may be used as a
basis for awarding the Contract.
IB-21 PUBLIC ENTITY CRIMES: In accordance with Florida Statutes Sec. 287.133(2)(a), "A person or affiliate who has
been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to
provide any goods/services to a public entity, may not submit a bid on a contract with a public entity for construction or repair
of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact
business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two, for a period
of 36 months from the date of being placed on the convicted vendor list".
IB-22 CANCELLATION/TERMINATION OF CONTRACT: The County shall have the right to cancel, terminate or suspend
the contract, in whole or in part, by providing the Contractor thirty (30) days written notice by certified mail.
It is expressly understood by the County and the Contractor that funding for any successive fiscal years is contingent upon
6 Bid No. 2020000497
appropriation of monies by the Board of County Commissioners. In the event that funds are not available or not appropriated,
the County reserves the right to terminate the Contract. The County will be responsible for any outstanding invoices prior to
the termination.
If the Contractor refuses or fails to complete the work within the time specified for this Contract, or any extension thereof, the
County may terminate the Contractor's right to proceed. In such event, the County may take over the work and prosecute the
same to completion by Contract or otherwise, and the Contractor will be liable for any excess cost occasioned by the County.
The County may take possession of and utilize in completing the work such materials and equipment as may be on the site of
the work and necessary therefore.
If the Contractor should be adjudged bankrupt, or should make a general assignment for the benefit of his creditors, or if a
receiver should be appointed due to insolvency, or if he should refuse or fail, except in cases which time extension is provided,
to supply enough workmen, or if he should fail to make payment to Subcontractors for labor and/or material, or disregard laws,
ordinances or the instructions of the County, or be guilty of a violation of a provision of the Contract, then the County, may
without prejudice to any other right or remedy and after giving seven (7) days written notice, terminate employment of the
Contractor and possess materials, tools, and appliances thereon and finish work by methods it may deem expedient. Expenses
incurred by the County and the damage incurred through Contractor's default, shall be certified by the County.
In the event of termination, the Contractor shall be entitled to compensation for services rendered and costs incurred through
the effective date of termination. All finished or unfinished documents, materials, or work shall become the property of the
County and shall be delivered to the County without reservation.
Pursuant to Section 287.135(3)(a)4 of the Florida Statutes, Charlotte County may, at its sole option, terminate any Agreement
valued at $1,000,000 or more if the Contractor is found to have submitted a false certification, has been placed on the
Scrutinzed Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, or has been engaged in business operations in Cuba or Syria or a boycott of Israel.
Pursuant to Section 287.135(3)(b) of the Florida Statutes, Charlotte County may, at its sole option, terminate any Agreement
in any amount if the Contractor is found to have been placed on the Scrutinized Companies that Boycott Israel List, or is
engaged in a boycott of Israel.
I13-23 TAXES: Contractor shall assume liability for Local, State, or Federal Tax that is applicable to the work.
IB-24 ASSIGNMENT: This agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered,
under any circumstances by Contractor without the prior written consent of the County.
IB-25 EQUAL EMPLOYMENT OPPORTUNITY: Charlotte County, Florida, in accordance with the provisions of Title VI of
The Civil Rights Act of 1964 (78 Stat. 252) and the Regulations of the Department of Commerce (15 CFR, Part 8) issued
pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this
advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this advertisement
and will not be discriminated against on the grounds of race, color or national origin in consideration for an award.
All bidders are hereby notified that the successful bidder (Contractor) must and shall comply with the Civil Rights Act of 1964,
the Age Discrimination in Employment Act, the Rehabilitation Act of 1973, the Americans with Disabilities Act and the Florida
Civil Rights Act, all as amended. Specifically, Contractor agrees that:
• No person shall, on the grounds of race, color, sex, religion, age, disability, national origin or marital status, be excluded
from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program, activity or
service funded through the contract.
• Contractor will not discriminate against any employee or applicant for employment be
of race, color, religion, sex,
age, disability, national origin or marital status. Contractor agrees to post in a conspicuous place, available to employees
and applicants for employment, notices setting forth the provisions of this non-discrimination clause.
• Contractor will, in all solicitations or advertisements regarding program activities, services provided or applications for
employment, state that all qualified applicants will receive consideration for services or employment without regard to race,
color, religion, sex, age, disability, national origin or marital status.
• County may require Contractor to submit reports as may be necessary to indicate non-discrimination. County officials will
be permitted access to Contractor's books, records, accounts and other sources of information and its facilities as may be
pertinent to ascertain compliance with non-discrimination laws.
It is expressly understood that County shall have the right to terminate the contract upon receipt of evidence of discrimination.
Bid No. 2020000497
IB-26 RETAINAGE: As the construction work progresses, each month the Contractor will be paid the total value of the work
completed and accepted during the preceding month, less ten percent (10%) retainage. In accordance with Section 218.735,
Florida Statutes and for those construction contracts in excess of $200,000, the County, after fifty percent (50%) of the
contracted construction work is completed, shall reduce the amount of the retainage withheld to five percent (5%) on all
subsequent monthly estimates. Also, after such time the Contractor may request and submit as part of his monthly estimate a
release of up to one-half of the retainage being withheld by the County, unless the County has grounds for withholding the
payment of retainage pursuant to Section 255.05, Florida Statutes. For the purpose of preparing a monthly estimate, the
County's computations and records will be used to determine the value of all work completed and accepted as of the 25th day
of each calendar month. That estimate, less retainage, less previous charges, will be paid to the Contractor. Payment will be
rendered in conformance with the Local Government Prompt Payment Act, Section 218.74, Florida Statutes. Such payment
shall include compensation for all labor, materials, equipment and all other incidental items necessary to perform the work.
IB-27 UNAUTHORIZED ALIEN WORKERS: Charlotte County will not intentionally award publicly -funded contracts to any
contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained
in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. The County shall consider
employment by any Contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Contractor
of the employment provisions contained in Section 274A(e) of the INA shall be grounds for termination of this Agreement by
the County.
IB-28 EMPLOYEE BACKGROUND CHECK: If an owner, except a stockholder in a publicly traded corporation, or an
employee of the Contractor has been convicted of any offenses requiring registration as a sexual offender or sexual predator,
regardless of the location of conviction, the Contractor shall ensure that the offender's or predator's work on the project is
consistent with the terms of his probation and registry requirements.
IB-29 CONTRACTS PUBLIC RECORDS: Pursuant to Section 119.0701 of the Florida Statutes, Contractors performing
government functions on behalf of the County must: a) keep and maintain public records associated with the contracted
project; b) provide the public with access to public records pursuant to the terms of Chapter 119 of the Florida Statutes; c)
ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except
as authorized by law; and d) meet all requirements for retaining public records, transfer at not cost to the County all public
records in their possession upon termination of the contract, and destroy any duplicate public records that are confidential and
exempt.
Bid No. 2020000497
GENERAL PROVISIONS
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
BID NO. 2020000497
GP-01 INTENT
A. Intent of Contract: Bid Forms shall set forth firm bid unit prices for furnishing all necessary materials and completing all
work, including labor, transportation, supervision, equipment, and traffic control incidental to the Project, as described in the
Specifications and/or shown on the Plans attached herewith. The County reserves the right to establish the exact limits of work
in the field and to add to or delete from the Project as it deems necessary.
B. Provisions:
1. The successful bidder for the Contract will be referred to as the Contractor; the Board of County Commissioners of
Charlotte County, Florida, Director of the applicable County Department or his/her duly authorized representative, acting on
behalf of the County will be referred to as County. For the purposes of the Contract, the word "Project" shall mean the
construction limits of STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL.
2. The Contract Documents consist of the Request for Bids and all Addenda, Instructions to Bidders, Technical
Specifications & Conditions, Special Provisions, General Provisions, Insurance Requirements, Safety and Health
Requirements, Permits, Maintenance of Traffic Policy (M.O.T.), Plans and all other related documents, including all
modifications thereof incorporated in the Documents before their execution. These form the Contract.
3. The County and the Contractor are those mentioned as such in this Project. They are treated throughout the Contract
Documents as if each were of the singular number and masculine gender.
4. Where required, written notice shall be deemed to have been duly served when delivered to the other party if delivered
by hand; three (3) calendar days after the date of posting if sent by regular U.S. mail; upon receipt by the sender of an
acknowledgement or transmission report if delivered by facsimile; or upon receipt by the sender of an automated message
confirming delivery, or thirty (30) minutes after the time sent unless the sender receives and automated message that the email
has not been sent, if delivered by email.
5. The term Subcontractor, as employed herein, includes only those having a direct Contract with the Contractor and it
includes one who furnishes material worked to a special design according to the Plans and Specifications of this work, but does
not include one who merely furnishes materials not so worked.
6. The term "work" as it pertains to the contract shall include all supplies, materials and transportation, as well as all
equipment and labor necessary to complete each pay item as described in the Technical Specifications of this contract.
7. All time limits stated in the Contract Documents are of essence to the Contract
C. Quality of Work: The Contractor agrees to do the work covered under the Contract, conforming to the Contract,
Technical Specifications & Conditions, and in a quality acceptable to the trades. The Contractor further agrees to follow proper
and appropriate instructions by the County.
D. Maintenance of Traffic: The Contractor shall not work within the County's Rights -of -Way or on any County property
accessible to the public without a County -approved Maintenance of Traffic (MOT) plan. The Contractor shall submit and obtain
County approval of an MOT plan that meets all the requirements of the Charlotte County Maintenance of Traffic Policy, a copy
of which is attached, at least seven (7) calendar days before the commencement of any such activities.
E. Time of Completion: The Contractor shall complete the work within the time set forth in the Contract. The Contractor
shall complete each portion of the work within such time as set forth in the Contract for such portion. The time of completion
of the Contract shall be expressed in calendar days.
A working day is any day within the period between the start of the Contract time and the date provided in the Contract for
completion or upon field acceptance by the County of all work provided for in the Contract, or as stipulated in the Technical
Specifications & Conditions, whichever comes first, other than:
1. Saturday;
2. Sunday;
3. Any day designated as a holiday by the County; or
4. Any day the Contractor is prevented from working during the first five (5) hours of the workday, with at least 60 percent
of the normal work force, due to inclement weather.
a Bid No. 2020000497
All work for this Project shall be performed during normal business hours. A working day shall be considered to be a maximum
of ten (10) hours in duration. Any time the Contractor desires to work in excess of ten (10) hours per day, on weekends or on
County -designated holidays, the Contractor shall submit a written request to the County at least three (3) working days in
advance. The contractor may not work in excess of ten (10) hours per day, on weekends or County -designated holidays unless
such request has been approved in advance in writing by the County. By making such a request, the Contractor agrees that
the cost for inspection(s) for work performed during the weekend, holiday or in excess of ten (10) hours in any given day will
be paid by the Contractor at the prevailing wage rate plus overhead. The exception would be for any work required by the
Contractor to protect the public caused by actions not under the control of the Contractor and requested by the County.
No extension of contract time will be granted for any weekend or County -designated holiday.
GP-02 PROSECUTION AND PROGRESS
A. Subletting or Assigning of Contracts: The Contractor shall not sublet, sell, transfer, assign, or otherwise dispose of the
Contract or any portion thereof, or of his right, title, or interest therein, without written consent of the County.
B. Pre -construction Conference: After the Contract has been awarded, the County will call a pre -construction conference
to be held before any work is begun to review the construction aspects of the Project. The meeting will be between the County,
the Contractor, and the various utility companies which will be affected by the construction.
Project Schedule: Submission of Working Schedule/Order of Completion — At the Pre -Construction Conference, the Contractor
shall submit a complete Critical Path Method (CPM) Project Schedule showing the Project through completion. This shall
include the sequencing of all work items showing:
• Work Task (each phase if phased);
• Coordination with Utilities;
• Utility Adjustments;
• Required County submissions;
• Obtaining Permits; and
• Compliance with Permit Requirements.
Each of the above items shall include:
• Duration;
• Early start;
• Late start;
• Float time;
• Predecessors & Successors; and
• Highlighted Critical Path for the entire Project from start to finish.
An updated CPM Schedule acceptable to the County shall be submitted seven (7) calendar days before each monthly
pay request. The updated CPM Schedule must show actual construction progress, actual start/completion dates for work
items, any changes necessary to show completion of the Project within the contract time limits, current start/completion dates
for work items not yet completed, and a highlighted critical path for the completion of the remainder of the Project. The updated
CPM Schedule must be accepted by the County before the monthly pay request will be approved.
C. Provisions for Convenience of Public: The Contractor shall schedule his operations so as to minimize any
inconvenience to adjacent businesses or residences. Where necessary, the County may require the Contractor to construct
first the work in any areas along the Project where restrictions caused by construction operations would present a more serious
handicap, before beginning construction in the less affected areas.
GP-03 CONTROL OF THE WORK AND MATERIALS
A. Plans and Contract Documents - The Contractor will be furnished up to four (4) copies of the Plans, Technical
Specifications, General and Special Provisions as required for the Project. The Contractor shall have available on the job site
at all times copies of the Plans (including relevant Design Standards), Technical Specifications, General and Special Provisions
available to the County and/or its representatives.
B. Detail Drawings and Instructions - The County may furnish, with reasonable promptness, additional instructions by
means of drawings or otherwise, necessary for the proper execution of the work. All such drawings and instructions shall be
consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom.
C. Order of Precedence - These documents are integral parts of the Contract, and a requirement occurring in one is as
binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work.
10 Bid No. 2020000497
In cases of discrepancy, the governing order of the documents shall be as follows:
1. Permits from Agencies as required by law;
2. Change Orders;
3. Contract Documents including Addenda but excluding Construction Plans;
4. Construction Plans;
a. Dimensions given in figures govern over scaled dimensions;
b. Detail drawings govern over general drawings;
c. Addenda/Change Order drawings govern over Contract drawings.
D. Conformity of Work with Plans - All work performed, and all materials furnished shall be in reasonably close conformity
with lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown on the Plans or indicated
in the Technical Specifications or Special Provisions.
E. Authority of the County - All work shall be done under the supervision of the County and performed to its satisfaction.
It is agreed by the parties hereto that the County shall decide all questions and disputes which may arise relative to the
interpretation of the plans, construction, prosecution, and fulfillment of the Contract, and as to the character, quality, amount,
and value of any work done, and materials furnished, under or by reason of the Contract.
F. County's Status - The County shall examine and inspect the work to assure compliance with the requirements of these
Contract Documents. The County shall determine the quality and acceptability of materials and workmanship relative to the
requirements of the Plans and Technical Specifications. In instances where the Contractor is not in compliance with the
requirements of the Contract or when the quality and materials are not acceptable to the County, then the County has the
authority as follows:
1. to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract;
2. to reject all work which does not conform to the Contract or when materials of shop drawings have not been
approved prior to placement;
3. to resolve questions which arise in the execution of the work; and
4. to stop work whenever such stoppage may be necessary to insure the safety of personnel and/or the public.
No additional time or compensation will be added to the Contract when stopping work for the above listed reasons
The County and his representative shall at all times have access to the work wherever it is in preparation or progress and the
Contractor shall provide proper facilities for such access and for inspection. If the Technical Specifications & Conditions, the
County's instruction, laws, ordinances or any public authority require any work to be specially tested or approved, the Contractor
shall give the County timely notice of its readiness for inspection and, if the inspection is by an authority other than the County,
the date fixed for such inspection. Inspections by the County shall be promptly made and, where practicable, at the source of
supply.
The County's Inspectors shall be authorized to inspect all work done and all materials furnished. They shall be authorized to
call to the attention of the Contractor any failure of the work or materials to conform to the Technical Specifications & Conditions
and Contract and shall have the authority to reject materials or suspend the work until any questions at issue can be referred
to and resolved by the County. The presence of the Inspector shall in no way lessen the responsibility of the Contractor.
If any work should be covered up without approval or consent of the County, it must, if required by the County, be uncovered
for examination at the Contractor's expense. Re-examination of questioned work may be ordered, and the work must be
uncovered by the Contractor-
G. Suspension of Work - The County shall have the right to suspend all or any portion of the work upon giving the
Contractor not less than two (2) calendar days' prior written notice of such suspension. If all or any portion of the work is so
suspended, the Contractor's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance
with the procedures set forth in the contract documents. In no event shall the Contractor be entitled to any additional
compensation or damages. Provided, however, if the ordered suspension exceeds ninety (90) calendar days, the Contractor
shall have the right to terminate the Agreement with respect to that portion of the work which is subject to the ordered
suspension.
H. The County's Right to do Work - If the Contractor should neglect to prosecute the work properly or fail to perform in
accordance with provisions of the Contract, the County, after three (3) days written notice, may without prejudice to any other
remedy it may have, make good any deficiencies and deduct the cost from the payment due the Contractor.
I. County's Decision - The County shall, within a reasonable time after their presentation, make decisions in writing on
claims by the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the
Contract Documents.
Bid No. 2020000497
J. Contractor's Supervision and Employees - The Contractor shall supervise, inspect, and direct the work completely 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.
Unless otherwise identified in the Contract documents, the Contractor shall be solely responsible for the means, methods,
techniques, sequence, and procedures necessary for the orderly progress of the work, and to maintain all safety precautions
and programs incidental thereto. The Contractor shall at all times enforce strict discipline and good order among his employees
and shall not employ any unfit person or anyone unskilled in the work assigned to him. The Contractor shall be responsible to
see that the completed work complies fully with the Contract Documents.
As the work progresses, the Contractor shall keep on the job at all times an English-speaking Superintendent or designee,
technically qualified, who is an employee of the Contractor and who shall not be replaced without written notice and approval
from the County. The Superintendent will be the Contractor's representative on the job and shall have authority to act on behalf
of the Contractor. The Superintendent or his qualified designee shall be present at the job site and direct the work of sub-
contractors, as well as employees of the Contractor. This supervisor will be equipped with a communication device enabling
him/her to contact suppliers, sub -contractors or his/her office who in turn can convey necessary communications to others. All
communications given to the Superintendent shall be as binding as if given to the Contractor. The Contractor shall issue all
communications to the County or his representative.
The Contractor's Superintendent shall be present on the job site at all times while work is in progress and shall be available by
phone for emergencies twenty-four (24) hours per day, seven (7) days per week. Failure to observe this requirement shall be
considered suspension of the work by the Contractor until such time as such Superintendent is again present on the job.
K. Daily Reports — Unless waived in writing by the County, the Contractor shall complete and submit to the County on a
weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Engineer and the County.
The daily log shall document all activities of the Contractor at the Project site including, but not limited to, the following:
• Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on
the Project site, and any other weather conditions which adversely affect the work;
• Soil, rock, subsurface or other conditions which adversely affect the work;
• The hours of operation by Contractor's and any subcontractor's personnel;
• The number of Contractor's and subcontractor's personnel present and working at the Project site, by subcontractor
and trade;
• All equipment and vehicles present at the Project site, description of equipment and vehicle use and designation of
time the equipment and vehicles were used (specifically indicating any down time);
• Description of work being performed at the Project site;
• Any unusual or special occurrences at the Project site;
• Materials received at the Project site;
• A list of all visitors to the Project site; and
• Any problems that might impact either the cost or quality of the work or the time of performance.
The daily log shall not constitute nor take the place of any notice required to be given by the Contractor to the County or
Engineer pursuant to other sections of the Contract documents.
L. Contractor's Understanding - It is understood and agreed that the Contractor has, by careful examination and prior to
submitting a bid, satisfied himself as to the nature and location of the work; the conformation of the ground and subsurface; the
character, quality, and quantity of the materials to be encountered; the character and quantity of equipment, vehicles and
facilities needed prior to and during prosecution of the work; the general and local conditions including environmental and
climatic conditions; and other matters which can affect the work under the Contract, and that the same are in conformance with
the Bid documents. If an underground facility or differing site condition is uncovered or revealed at or contiguous to the site,
which was not shown or indicated and of which the Contractor could not reasonably have been expected to be aware, the
Contractor shall promptly, before performing any work (excepting in emergencies), identify the owner of such underground
facility and give written notice thereof to that owner and to the County. The County will review the underground facility or
differing condition to determine the extent to which the Documents should be modified. With County approval, the Contract
Documents will be amended or supplemented to the extent necessary and the Contractor shall be allowed an increase or an
extension of time, or both, to the extent that they are attributable. During such review, the Contractor shall be responsible for
the safety and protection of such underground facility. Any work done after such discovery without specific authorization by the
County will be done at the Contractor's risk. Failure of the Contractor to fully examine and acquaint itself with any and all
applicable conditions shall not relieve the Contractor from any of its responsibilities to perform under the Contract documents.
Failure to report differing site conditions to the County prior to beginning work or undertaking additional activities without proper
authorization of the County, shall not be considered the basis for any claim for additional time or compensation due to differing
12 Bid No. 2020000497
or unexpected site conditions or errors in the bid documents. No verbal agreement or conversation with any officer, agent, or
employee of the County, either before or after execution of the Contract, shall affect or modify the terms or obligations herein
contained.
M. Permits and Regulations - Permits and licenses necessary for the prosecution of the work shall be secured and paid
for by the Contractor, unless otherwise specified. (A list of County permit fees is attached.) The Contractor shall give all notices
and comply with all laws, ordinances, rules, and regulations bearing on the conduct of the work as drawn and specified. If the
Contractor observes that the specifications and drawings are at variance therewith, he shall promptly notify the County in
writing, and any necessary changes shall be adjusted as provided in the Contract for changes in the work. If the Contractor
performs any work knowing it to be contrary to such laws, ordinances, rules, and regulations, and without such notice to the
County, he shall bear all costs arising therefrom.
N. Protection of Work and Property - The Contractor shall continuously maintain protection of all his work from damage
and shall protect the County's property from injury or loss arising in connection with the Contract. He shall make good on any
such damage, injury or loss, except such as may be directly due to errors in the Contract Documents or caused by agents or
employees of the County. He shall adequately protect adjacent property as provided by law and the Contract Documents. He
shall provide and maintain all passageways, guard fences, lights, and other facilities for protection required by public authority
or local conditions. In an emergency affecting the safety of life or of the work, or of adjoining property, the Contractor, without
special instruction or authorization from the County, is hereby permitted to act, at his discretion, to prevent such threatened
loss or injury, and he shall so act, without appeal, if so instructed or authorized. Any compensation claimed by the Contractor
on account of emergency work shall be determined by agreement between the Contractor and the County.
The Contractor shall not occupy private land outside of any easements or rights of way unless a written authorization has been
signed by the property owner. It shall be the Contractor's responsibility to provide these agreements prior to construction, if
required. Prior to the use of private lands, the Contractor shall submit a copy of the agreement(s) to the County. In the event
the Contractor uses private property for any purpose without first having obtained the necessary approvals from the property
owner and provided the necessary agreements to the County, the County will direct the Contractor in writing to immediately
cease using such property.
Prior to application for final payment, the Contractor shall provide documentation from the owner of each piece of private
property for which an agreement for use was provided, or for which the County has issued written notification to the Contractor,
that each owner is satisfied with the manner in which the Contractor has restored the property. Final payment or reduction in
retainage shall not be paid until such documentation is received by the County.
O. Changes in the Work - The County, without invalidating the Contract, may order extra work or make changes by
altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. Such work shall be executed
under the conditions of the original Contract. The change and amount of compensation must be agreed upon in writing in a
document of equal dignity herewith prior to any deviation from the terms of the Contract.
In giving instructions, the County shall have authority to make minor changes in the work, not involving extra cost, and not
inconsistent with the purposes of the work. Except in an emergency endangering life or property, no extra work or change shall
be made unless in pursuance of a written order by the County. No claim for an addition to the Contract sum shall be valid
unless ordered and under no circumstances shall the County be liable to the Contractor for any increased compensation without
such written order. Value of any such extra work or change shall be determined in one or more of the following ways:
1. By estimate and acceptance in a lump sum;
2. By unit prices named in the Contract or subsequently agreed upon; and/or
3. By cost and percentage or by cost and a fixed fee.
If none of the previous methods are agreed upon, the Contractor, provided he receives an order as above, shall proceed with
the work. In such case and also under case (3), he shall keep amendment in such form as the County may direct, a correct
account of the net cost of labor and materials, together with vouchers. The County shall certify to the amount, including
reasonable allowance for overhead and profit, due to the Contractor. Pending final determination of value, no payment on
changes shall be made.
When requiring a change in the scope of services, the Contractor shall notify the County by written notice that a change order
is requested within five (5) calendar days of any occurrence.
P. Deductions for Uncorrected Work - If the County deems it inexpedient to correct work injured or done not in accordance
with the Contract, an equitable deduction from the Contract price shall be made thereof.
Q. Contract Time Extensions - Should Contractor be obstructed or delayed in the prosecution of or completion of the work,
whether to a controlling item of work identified in the most current approved Project CPM Schedule or otherwise, as a result of
13 Bid No. 2020000497
unforeseeable causes beyond the control of the Contractor and not due to its fault or neglect, including but not limited to acts
of God or of the public enemy, acts of government, fires, floods, epidemics, quarantine, regulations, strikes or lockouts, acts or
failures to act of any public or private utility, or any other cause, then the time for completion shall be extended for such
reasonable time as the County may decide. Contractor shall notify the County in writing within seven (7) calendar days after
the commencement of such delay, stating the date the delay began, the cause or causes thereof and the controlling item of
work affected by the delay, if applicable. If the Contractor does not notify the County in writing within seven (7) calendar
days, the Contractor fully, completely, absolutely and irrevocably waives any entitlement to an extension of Contract
time for that delay.
The existence of an updated accepted Project CPM Schedule, as required, is a condition precedent to the Contractor
having any right to an extension of Contract time arising out of any delay to a Critical Path item. If the Contractor has not
submitted or updated the Project CPM Schedule as required for the period of delay, or if the current accepted Schedule does
not accurately reflect the actual status of the Project or fails to accurately show the true controlling or noncontrolling work
activities for the period of delay, then entitlement to, or the length of any time extension will be determined solely by the County,
which determination shall be final.
No Damages for Delay - No interruption, interference, inefficiency, suspension or delay in the commencement or
progress of the work from any cause whatsoever, including those for which the County may be responsible, in whole or in part,
shall relieve the Contractor of its duty to perform or give rise to any right to damages or additional compensation from the
County. The Contractor expressly acknowledges and agrees that it shall receive no damages for delay. The
Contractor's sole remedy, if any, against the County will be the right to seek an extension to the Contract time. This paragraph
shall expressly apply to claims for early completion as well as to claims based on late completion.
R. Correction of Work Before Final Payment - All work, all materials, whether incorporated in the work or not, all processes
of manufacturer, and all methods of construction shall be at all times and places subject to the inspection of the County who
shall be the final judge of the quality and suitability of the work, materials, processes of manufacture, and methods of
construction for the purposes for which they are used. Should they fail to meet County approval, they shall be forthwith
reconstructed, made good, replaced, and/or corrected, as the case may be, by the Contractor at his own expense. Rejected
material shall be immediately removed from the site. If, in the opinion of the County, it is undesirable to replace any defective
or damaged materials or to reconstruct or correct any portion of the defective or unsuitable work not performed in accordance
with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as
in the judgment of the County shall be equitable.
S. Contractor's Right to Stop Work or Terminate Contract - If the work should be stopped under an order of any court or
other public authority for a period of three (3) months, through no act or fault of the Contractor or of anyone employed by him,
or if the County fails to pay the Contractor within thirty (30) calendar days of maturity and presentation any sum certified by the
County, then the Contractor may, upon seven (7) calendar days written notice to the County, stop work or terminate the
Contract.
T. Removal of Equipment - In the case of termination of the Contract before completion from any cause whatever, the
Contractor, if notified to do so by the County, shall within five (5) business days remove any part or all of its equipment and
supplies from property of the County and/or site of work, failing which the County has the right to remove such equipment and
supplies at the Contractor's expense.
U. Use of Completed Portions - The County has the right to take possession of and use any completed or partially
completed portions of the work, notwithstanding the time for completing the entire work of such portions may not have expired,
but taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract
Documents. If such prior use increases the cost of or delays the work, the Contractor shall be compensated as the County may
determine and the County approves.
V. Payments Withheld - The County may withhold payment to the Contractor on account of:
1. Defective work not remedied;
2. Failure of the Contractor to make payment properly to Subcontractors or for material/labor;
3. A reasonable doubt that the Contract can be completed for the balance then unpaid;
4. Damage to another Contractor; or
5. Failure to submit an approved updated monthly CMP Schedule.
When the above grounds are removed, payment shall be made for amounts withheld because of them.
W. Claims and Disputes — A claim is a demand or assertion by the Contractor seeking an adjustment or interpretation of
the terms of the Contract documents, payment of money, extension of time or other relief arising out of or relating to the Contract
documents, except damages for delays, for which there is no right to claim damages. The responsibility to fully substantiate a
14 Bid No. 2020000497
Claim shall rest with the contractor and no Claim will be considered without documentation or other proper substantiation
acceptable to the County.
Claims by the Contractor shall be made in writing to the County and the Engineer within Seven (7) calendar days after the first
day of the event giving rise to such claim or else the Contractor shall be deemed to have unequivocally and forever waived the
Claim in its entirety. The Contractor understands, acknowledges and agrees that if the claim is not made within Seven
(7) calendar days after the event, the Contractor has unequivocally and forever waived any right it may have to present
said claim and has waived any right it may have had to a contract adjustment, interpretation, payment of additional
money, extension of time, or any other relief. Written data supporting any timely claim must be submitted to the County
and the Engineer within fifteen (15) calendar days after the occurrence of the event, unless the County grants additional time
in writing. If the Contractor fails to submit written data supporting the claim within fifteen (15) calendar days after the event,
the Contractor shall be deemed to have unequivocally and forever waived the claim. The Contractor understands,
acknowledges and agrees that if written data supporting the claim has not been provided within fifteen (15) calendars
days from the event, it has unequivocally and forever waived any right it may have had to a contract adjustment,
interpretation, payment of additional money, extension of time or any other relief.
X. Assignment - Neither party to the Contract shall assign the Contract or sublet it as a whole without the written consent
of the other, nor shall the Contractor assign any monies due or to become due to him hereunder without the previous written
consent of the County.
Y. Rights of Various Interests - Before work being done by the County's forces or by other Contractor's forces, contiguous
to work covered by the Contract, the respective rights of the various interests involved shall be established by the County
before such commencement, to secure the completion of the various portions of the work in general harmony.
Z. Separate Contracts - The County reserves the right to let other Contracts in connection with this work. The Contractor
shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of
the work, and shall properly connect and coordinate his work with theirs. If any part of the Contractor's depends on proper
execution or results upon the work of any other Contractor, the Contractor shall inspect and promptly report to the County any
defects in such work that render it unsuitable for such proper execution and results. His failure to so inspect and report shall
constitute an acceptance of the other Contractor's work as fit and proper for the reception of his work, except as to defects
which may develop on the other Contractor's work after the execution of his work.
AA. Subcontractors - The Contractor shall provide a list of subcontractors with his bid for approval. The Contractor agrees
that he is as fully responsible to the County for the acts and omissions of his subcontractors and of persons either directly or
indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Nothing contained in the
Contract Documents shall create any contractual relation between any subcontractor and the County. Substitutions must be
submitted in writing and shall be subject to approval by the County.
To insure proper execution of his subcontractor's work, the Contractor shall measure work already in place and shall at once
report to the County any discrepancy between the executed work and the drawings.
BB. Horizontal and Vertical Control - Unless noted otherwise in the Contract documents, the Contractor shall be responsible
for the layout of all Contract work. The Contractor shall employ or retain any/all professional services that are required by the
Contract to complete the work. The Contractor shall carefully preserve benchmarks, reference points and stakes and, in case
of willful or careless destruction, be responsible for any mistakes that may be caused by their unnecessary loss or disturbance.
CC. Lands for Work - The County shall provide the lands upon which the work under the Contract is to be done, except that
the Contractor shall provide land required for the erection of temporary construction facilities and storage of materials, together
with the right of access to same.
DD. Cleaning Up - The Contractor shall, at such times as may be required by the County, remove from the County's property
and from all public and private property, at his own expense, all temporary structures, used materials and equipment, rubbish
and waste materials resulting from his operations. All damaged areas will be restored by the Contractor to their original
condition and approved by the County. By submission of a bid, the Contractor assumes full responsibility for the associated
expenses. There shall not be an increase in time or price associated with such removal, and payment to Contractor may be
withheld until such work is completed.
EE. Guarantee - The Contractor shall warrant all equipment furnished and work performed by him for a period of one (1)
year from the date of final acceptance of the work by the County or as may be otherwise specified. Any faulty work or equipment
will be fully corrected at no cost to the County and restored work will be warranted for one (1) year from the date of acceptance,
or as may be otherwise specified. The Contractor shall repair or replace defective work or materials no later than (30) days
from the Contractor's receipt of written notice from the County.
15 Bid No. 2020000497
The making and acceptance of final payment shall not waive any claim for faulty work appearing after final payment or for
failure to adhere strictly to the Contract Documents. If any part of the project is guaranteed for a longer period, such longer
period shall prevail. Except as otherwise specified, all work shall be guaranteed by the Contractor against defects resulting
from use of inferior materials, equipment or workmanship for one (1) year from the date of substantial completion or written
acceptance by the County, whichever is later.
FF. Utilities -
1 . Responsibility Regarding Existing Utilities and Structures: The Contractor shall be solely and fully responsible
for getting all utility locates, sequencing his work to minimize conflicts with all utilities, coordinating with utilities as
necessary regarding location, relocation or removal, and making necessary field adjustments, approved by County
engineer(s) to accommodate utilities. The existence and location of underground utilities indicated on the plans are not
guaranteed and shall be investigated and verified in the field by the Contractor before submitting a bid. Excavation in
the vicinity of existing structures and utilities shall be done by hand. The Contractor shall be responsible for any
damage to, and for maintenance and protection of, existing utilities and structures, and from any damages resulting
from said excavation. The Contractor is to include within his line item bid prices, the costs to protect, support, relocate,
or move (whether shown or not shown on the proposed project set of plans) all underground utilities which may be in
conflict with the construction of the proposed project, and to include sufficient time for the location, relocation or removal
of utilities and underground utilities within the proposed Project timeline. The Contractor expressly acknowledges
and agrees that it shall receive no damages for any delays associated with the location, relocation or removal
of utilities or underground utilities. The Contractor's sole remedy, if any, against the County will be the right
to seek an extension to the Contract time.
2. Cooperation With Utilities: Attention is called to the Underground Facility Damage Prevention and Safety Act,
Chapter 556, Florida Statutes. This act provides for a "Sunshine State One Call" which is to be used by all parties
doing excavation, demolition or other underground construction. The Contractor is required prior to any excavation to
notify "SUNSHINE STATE ONE CALL OF FLORIDA (800-432-4770)
GG. Accidents - The Contractor shall provide equipment and medical facilities as necessary to supply first aid to anyone
who is injured in connection with the work. The Contractor must promptly report in writing to the County accidents arising out
of, or in conjunction with, the performance of the work, whether in, or adjacent to, the site, which cause death, personal injury,
or property damages, giving full details and statements of witnesses. If death or serious injuries or serious damages are
caused, the accident shall be reported immediately by telephone or messenger to the County.
If a claim is made by anyone against the Contractor or Subcontractor on account of an accident, the Contractor shall promptly
report the facts in writing to the County, giving full details of the claim.
HH. Stage Plans - Stage plans of structural alterations, cofferdams, dredging, furnished or approved by the County, shall
be adhered to unless objected to in writing by the Contractor, but the submission or approval of stage plans by the County shall
not relieve the Contractor of full responsibility for the safety of the work.
II. Measurement of Quantities — Where applicable, the quantities of materials and work performed will be computed by
the County on the basis of measurements taken by the County and/or its agents, and these measurements shall be final and
binding. All materials and work computed under the Contract shall be measured by the County according to the United States
Standard Measurements and Weights.
The County does not assume any responsibility that the final quantities will remain in accord with estimated quantities, nor shall
the Contractor claim misunderstanding or deception because of such estimate of quantities. The estimated quantities of work
to be done and materials to be provided may be increased, decreased, or omitted, as provided herein. Any increase in
quantities shall be approved by the County prior to any work.
JJ. Reference to Other Specifications - Where reference is made to Specifications such as A.S.T.M., A.W.W.A., or
A.A.S.H.T.O., or any other reference specifications, the latest edition shall be used.
KK. Sanitary Facilities - The Contractor shall provide and maintain, in a sanitary condition, facilities for his employees as
are required by local and state boards of health.
LL. Quality of Equipment and Materials - To establish standards of quality, the County may, in the specifications, refer to
products by name and/or catalog number. This procedure is not to be construed as eliminating from competition other products
of equal quality by other manufacturers where fully suitable in design.
The Contractor shall furnish a complete list of proposed desired substitutions prior to signing of the Contract
together with such engineering and catalog data as the County may require.
16 Bid No. 2020000497
2. The Contractor shall abide by the County's judgment when proposed substitute items of equipment are judged
unacceptable and shall furnish the specified item of equipment in such case. All proposals for substitutions
shall be submitted in writing by the General Contractor. The County will approve or disapprove proposed
substitutions in writing within a reasonable time.
MM. Codes and Laws - The successful bidder shall comply with all Federal, State, Local laws, and ordinances that affect
the Contract in any way.
NN. Traffic Control - The Contractor shall comply with the "Manual on Uniform Traffic Control Devices", the Charlotte County
MOT Policy and maintain safe conditions at all times.
00. Explorations and Reports - If reference is made to identification of reports of explorations and tests of subsurface
conditions at the site that have been used in preparing the Contract Documents, it should be understood that these reports are
not part of the Contract Documents. The Contractor shall have full responsibility with respect to subsurface conditions at the
site. Technical data may not be sufficient for construction purposes. Additional investigations may be necessary for the
purposes of carrying out the construction project.
If the Contractor desires subsurface investigation, it will be done at his expense, prior to bidding. If the Contractor has elected
not to make subsurface investigation prior to bidding, he shall not be entitled to any extra compensation due to conditions
encountered.
PP. Existing Structures - Drawings of physical conditions in or relating to existing surface and subsurface structures which
are at or contiguous to the site have been utilized by the Consultant and/or the County in preparation of the Contract
Documents. The Contractor may rely upon the accuracy of the technical data contained in such drawings but not for the
completeness thereof for the purposes of preparing or submitting a bid. Except as previously indicated, the Contractor shall
have full responsibility with respect to physical conditions in or relating to such structures.
QQ. All agency permits attached are made a part of this contract and shall be the Contractor's responsibility for all permit
conditions.
17 Bid No. 2020000497
TECHNICAL SPECIFICATIONS & CONDITIONS
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
BID NO. 2020000497
TS-01 SUMMARY OF WORK:
A. GENERAL: The work to be performed under this Contract shall consist of furnishing all tools, equipment, materials,
supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential
communications for Stormwater Collection System Rehabilitation. The performance of all labor, work, materials, and services
not expressly shown or called for in the Contract Documents that may be necessary for the complete and proper construction
of the work, which in good faith shall be performed, furnished, and installed by the Contractor as specified or shown, at no
increase in cost to the County.
The Contractor shall perform all work required in accordance with the Contract Documents and subject to the terms and
conditions of the Contract, complete and ready to use.
B. SCOPE: The project consists of furnishing all labor, materials and equipment for performing gravity storm sewer system
pipe rehabilitation.
In order to obtain representative unit prices for cured in place storm sewer system rehabilitation technologies and construction
services, this bid package has been developed. The quantities shown on the Bid Form are approximate for the bid package,
and are given only as a basis of calculation for award of the Contract. Interested Contractors are requested to submit prices
for the bid package, if they are qualified to perform the work. Collection line repairs are utilizing cured -in -place pipe lining
technology. Unit prices include tasks for bypass pumping, surface restoration, and warranty TV inspections.
C. BID PRICES/TERMS OF CONTRACT: Bidders shall bid unit prices, F.O.B. destination, and shall include all costs for all
transportation, labor, materials and equipment used to perform the Stormwater Collection System Rehabilitation within the
County's gravity collection system. These prices shall be considered firm from October 1, 2020 through and including
September 30, 2021. This bid shall be extended/renewed for two (2) additional one (1) year periods, by mutual agreement,
provided there are no changes in terms, conditions and prices.
Current contract prices can be obtained by accessing the Charlotte County Purchasing Division's website at
https://Purchasingbids.charlottecountyfl.gov under "Purchasing Bids Online", Historical Catalog. Historical searches can only
be executed by keying in all or part of the project title. The previous Contract number for this project is 17-361 and is entitled
"Stormwater Collection System Rehabilitation - Annual".
As the results of the ongoing storm sewer system evaluation survey become available, specific collection system rehabilitation
purchase orders will be issued for remedial construction services bid in this proposal. Contractor unit prices established under
this selection process will determine the total cost of each purchase order.
Prior to the purchase order being executed, the Contractor shall submit to the County, a starting date and a construction
schedule for the work being performed.
It is estimated that about $500,000 worth of sewer system rehabilitation services will be generated from this program to be
completed over a three (3) year period. Each pipe lining purchase order will be for a minimum 50 lineal feet of gravity storm
sewer line unless the Contractor agrees to complete a lesser work order for the unit bid prices given. Each purchase order will
be for a not -to -exceed dollar amount. If the scope of work defined for any particular purchase order cannot be completed within
the not -to -exceed dollar amount, the County will reserve the right to terminate the scope of work before the purchase order
dollar amount is exceeded.
D. MATERIALS: All materials, products, or devices incorporated in this project shall be new and unused, unless indicated
otherwise in the Contract Documents and shall be the products of reliable manufacturers, which unless otherwise specified,
have been regularly engaged in the manufacture of such material or devices. Procedures and additional requirements
regarding manufacturer's experience and substitutions are included in TS-05, "Submittals".
E. ITEMS SPECIFIED ON DETAILS: Certain items of material and/or devices, and their installation may be specified on the
Drawings and not mentioned in the Specifications. Such items are to be considered as both shown on the Drawings and noted
in the Specifications and be provided by the Contractor in accordance with the Specification on the Drawings.
18 Bid No. 2020000497
F. PRODUCT/INSTALLER QUALIFICATIONS FOR PIPE LINING: The County encourages competition for all its pipeline
reconstruction projects. However, the County must assure that all pipeline reconstruction products installed are of good quality,
and that the manufacturers of such products are reputable and financially sound, and that the installers of such products are
competent and experienced.
To assure the long-term service of its storm sewer system, the County must protect itself by limiting exposure to unproven
products, weak manufacturers and/or inexperienced installers, while encouraging the establishment and growth of quality new
products and competent installers, when warranted. The County, therefore, shall require all bidders to conform to the following
standards for product quality, manufacturer soundness and integrity, and installer expertise and experience.
All successful bidders shall demonstrate, prior to Contract award and to the satisfaction of the County, compliance with all of
the following requirements:
1. The Contractor must have had at least three (3) years active experience in the commercial installation of the product and
must have installed a minimum of 50,000 linear feet of the product in the State of Florida. Additionally, a minimum of 250,000
linear feet of stormwater collection installation of the product in the U.S.A. must be documented, not necessarily by the same
Contractor. Such documentation must include each user's name, address, reference names at the user's location, phone
numbers, length and diameter of the product, contract value and acceptance, and project closeout date. This must be
documented to assure commercial viability of the product. As an alternative, this requirement may be waived by the County, if
the product has been installed within the County storm sewer system for a length not less than 1,000 lineal feet and with a
service life not less than two (2) years.
2. Documentation showing the in -place product shall provide flow capacity equal to at least 100% of the existing pipe. Vendor
shall provide at least one (1) in -ground flow test verified by an independent third party.
3. The Contractor must submit to the County design guides and quality control procedures for product manufacturer and for
product installation, including detailed inspection, testing of physical properties, retention of product samples, and taking and
testing of field samples.
4. The Contractor shall submit evidence of installer training and/or certification of being trained to install the product. The
installer shall also hold an active Certified or Registered Underground Utilities Contractor License with the State of Florida
Department of Professional Regulations Construction Licensing Board. A copy must be submitted with the bid.
5. The Contractor shall submit detailed procedures for repairing its product installed in event of failure.
6. The lining manufacturer shall submit to the County for approval, complete design calculations for the liner installed in each
line item bid, signed and sealed by a Professional Engineer registered in the State of Florida and certified by the manufacturer
as to the compliance of his materials to the values used in the calculations. The criteria for liner design shall be an HS-20 live
load and the overburden using a dry soil weight of 120 pounds per cubic foot. The maximum water table elevation is to be
considered level with the existing ground elevation and the ground elevation should be the maximum depth specified in the
relevant line item. The expected minimum lifetime is 50 years. The liner side support shall be considered as if provided by soil
pressure against the liner. The existing pipe shall not be considered as providing any structural support. No liner shall be
accepted or installed until the design calculations have been approved by the County. Acceptance of the design calculations
shall in no way lessen the responsibility of the Contractor. If, in the opinion of the County, a bidder has not fulfilled the
product/installer qualifications set forth, the bidder may be disqualified for noncompliance with the bid documents.
TS-02 MEASUREMENT AND PAYMENT:
A. GENERAL: Payments to the Contractor shall be made on the basis of the proposal Bid Form as full and complete payment
for furnishing all materials, labor, tools, and equipment, and for performing all operations necessary to complete the work
included in the Contract Documents. Such compensation shall also include payments for any loss or damages arising directly
or indirectly from the work, or from any discrepancies between the actual quantities of work and those shown in the Contract
Documents, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final
acceptance by the County.
The prices stated on the Bid Form include all costs and expenses for taxes, labor, equipment, materials, commissions,
transportation charges and expenses, patent fees and royalties, labor for handling materials during inspection, together with
any and all other costs and expenses for performing and completing the work as shown on the details and specified herein.
The Basis of Payment for an item at the price shown in the Bid Form shall be in accordance with its description of the item in
this section and as related to the work specified. Unit prices will be applied to the actual quantities furnished and installed in
conformance with the Contract Documents.
19 Bid No. 2020000497
The Contractor's attention is called to the fact that the bids for the various items of work are intended to establish a total price
for completing the work in its entirety. Should the Contractor feel that the cost for any item of work has not been established
in the Bid Form or this section, the cost for that work shall be included in some other applicable Bid Item, so that the bid for the
project reflects the total price for completing the work in its entirety.
B. MEASUREMENT: The quantities for payment under this Contract shall be full compensation determined by actual
measurement of the completed items, in place, ready for service and accepted by the County unless otherwise specified. The
County will witness all field measurements.
The quantities stated in the Bid Form are approximate only and are intended to serve as a basis for the comparison of bids and
to fix the approximate amount of the cost of the project. The County does not expressly or impliedly agree that the actual
amount of the work to be done in the performance of the contract will correspond with the quantities in the Bid Form; the amount
of work to be done may be more or less than the said quantities and may be increased or decreased by the County as
circumstances may require. The increase or decrease of any quantity shall not be regarded as grounds for an increase in the
unit price or in the time allowed for the completion of the work, except as provided in the Contract Documents.
C. BID PACKAGE PAYMENT ITEMS
1. General: The County will not provide any space or place to store materials for this project. No payment will be made for
stored materials. It is intended that all work required to complete this Contract will be included in the various bid items as
described in the following paragraphs.
2. Cured -in -Place Pipe Lining: Each unit price bid shall include: all necessary or required traffic control, sewer pipe cleaning
and preparation of the existing sewer, including blocking or plugging incoming lines; removal, transportation and disposal of
material generated by cleaning and preparation; television surveys; chemical joint sealing if necessary; pipe liner; cleaning;
testing; cleanup; all labor, materials and equipment required to provide a complete and acceptable liner installation, including
all appurtenances, in accordance with the Contract Documents, the manufacturer's specifications and compliance with all
applicable regulatory requirements.
Also included, if repairs are required due to damage caused by the Contractor's operation, shall be materials for repair, if
required, including:
• Pipe, fittings and specials, pipe bedding, and materials for surface restoration;
• Transportation and handling costs delivered to the work site;
• Any bypass pumping; providing provisional sewers to maintain service;
• Complying with the State of Florida Trench Safety Act, including shoring; removal, transportation and disposal of
existing sewer excavation;
• Supporting and protecting existing utilities as required; dewatering; sheeting and shoring, if necessary; furnishing and
installing replacement pipe, fittings and repair couplings; unloading material and placing it in the trench;
• Cutting pipe; furnishing and installing joint materials including lubricant; making all connections within the lines to
existing sewers, laterals and structures;
• Placing and compacting bedding and backfill; furnishing and installing additional suitable backfill material, if required;
• Furnishing all materials and equipment required to clean and test the sewer, -
Cleaning and testing the sewer;
• Temporary paving installation and removal;
• Permanent paving replacement;
• Replacement of pavement markings as existed before repair; replacing utilities, catch basins, manholes, trees, grass,
shrubs, mail boxes, sprinkler systems, concrete or rock bed driveways, sidewalk and all other similar items, to original
locations and to equal or better than original conditions;
• Obtaining and paying for any necessary permits;
• Satisfying all requirements of the permits, and all other appurtenant and miscellaneous items and work including final
cleanup.
This item will be measured and paid at the unit price per linear foot of Cured in Place Pipe Lining as delineated by the pipe size
and depth in brackets named in the Bid Form. Measurement shall be made based on the horizontal projection of the centerline
of the permanently installed liner between catch basins, including the laying length of fittings along the run, measured to the
nearest foot from inside wall of catch basin to inside wall of catch basin for each section lined, not including the catch basin
chamber.
3. Storm Sewer line cleaning is listed as a separate bid item. This item is listed for all cleaning of storm sewer pipes and
other work required to clean the sewers to a degree acceptable for television inspection so that subsequent repairs can be
made.
20 Bid No. 2020000497
4. Warranty TV Survey: Warranty pipe inspection and video recording of the storm sewer lines shall be paid at the unit price
bid per linear foot of each pipe size. Payment shall be made only for the actual feet of pipe inspected as measured from the
inside edge of the catch basin. All setups, original videotapes and photographs shall be incidental to the bid unit costs for the
inspection work.
TS-03 REFERENCE STANDARDS: Wherever reference is made to any published standards, codes, or standard
specifications, it shall mean the latest standard code, specification, or tentative specification of the technical society,
organization, or body referred to, which is in effect at the date of the opening of bids.
The following is a partial list of typical abbreviations which may be used in the Specifications and the organizations to which
they refer:
AASHTO
American Association of State Highway and Transportation Officials
ACI
American Concrete Institute
ACIFS
American Cast Iron Flange Standards
AGA
American Gas Association
AIA
American Institute of Architects
AISC
American Institute of Steel Construction
AISI
American Iron and Steel Institute
ANSI
American National Standard Institute
ASCE
American Society of Civil County's
ASME
American Society of Mechanical County's
ASTM
American Society of Testing and Materials
AWPA
American Wood Preservers Association
AWS
American Welding Society
AWWA
American Water Works Association
CIPRA
Cast Iron Pipe Research Association
FDOT
Florida Department of Transportation
EEE
Institute of Electrical and Electronic County's
NBS
National Bureau of Standards
NCPI
National Clay Pipe Institute
NEC
National Electric Code
NEMA
National Electrical Manufacturers Association
NFPA
National Fire Protection Association
NLMA
National Lumber Manufacturers Administration
OSHA
Occupational Safety and Health Administration
SFBC
South Florida Building Code
SSPC
Steel Structures Painting Council
UL
Underwriters Laboratories, Inc.
Contractor shall, when required, furnish evidence satisfactory to the County that materials and methods are in accordance with
such standards where so specified. In the event any questions arise as to the application of these standards or codes, copies
shall be supplied on site by the Contractor.
TS-04 PROJECT MEETINGS:
A. Pre -construction - A pre -construction meeting will be held to acquaint representative of the County and various agencies
with those in responsible charge of the Contractor's activities for the project. The meeting will cover such subjects as the
following: insurance certificates; permits and licenses; affirmative action employment; construction schedules; cost breakdown
and application for payments; material deliveries, storage and payments; shop drawings and submittals; job -site review of work
by the County; safety and emergency action procedures; operations of the existing collection system; field offices, security and
other housekeeping procedures; and other appropriate matters.
B. Progress - If required by the County, progress meetings shall be held once every two (2) weeks for the purpose of
coordinating and expediting the work. The Contractor, as a part of his obligations under the Contract, shall attend in person or
by an authorized representative to attend and to act on his behalf. The County will conduct such meetings and as necessary,
with the Contractor's input, issue an agenda.
The County and Contractor may call for special job site meetings for the purpose of resolving unforeseen problems or conflicts
which may impede the construction schedule. The County will prepare a brief summary report of the decisions or
understandings concerning each of the items discussed at the meeting.
21 Bid No. 2020000497
TS-05 SUBMITTALS:
A. Progress Schedule - The Purchase Order the Contractor is issued by the County shall outline the rehabilitative work.
This work will contain a portion of the work required under this Contract. A progress schedule shall be prepared and four (4)
copies of said schedule shall be submitted to the County for review and comments within fourteen (14) days of date issue of
Purchase Order.
The schedule shall detail the proposed sequence of the work and identify pertinent construction activities of each Bid Item. The
schedule shall be time -scaled, identifying the estimated date of starting and completion of each bid item in order to complete
the Purchase Order within the time specified in the Purchase Order.
Subsequent changes to the schedule shall be accompanied by a letter of explanation with appropriate reference and revision
date on the schedule.
Review of schedule by County does not relieve the Contractor of any errors or omissions.
B. Shop Drawings
1. The Contractor shall furnish for review, four (4) copies of shop drawings, project data, samples, and other submittal
items required by the Contract Documents. Two (2) copies shall be returned to the Contractor stamped "Furnish as
Submitted" or "Furnish as Corrected". Where major corrections are indicated, two (2) copies will be returned stamped
"Revise and Resubmit" and a new submittal is required (four (4) copies).
2. The review of the Contractor's submissions shall in no way relieve the Contractor of any of his responsibilities
under the Contract. A submission marked "Furnish as Submitted" shall be interpreted to mean that there are no specific
objections to the submitted material, subject to conformance with the Contract Documents and Purchase Order.
3. All submissions shall be dated and properly referenced to the Specifications section.
4. All submissions shall bear the Contractor's stamp certifying that they have been checked for conformance and
accuracy. Submissions without the Contractor's stamp of approval will not be reviewed by the County and will be
returned to the Contractor.
5. For any submission containing any departure from the Contract Documents, the Contractor shall include proper
explanation in his letter of submittal.
6. Work on fabricated or special items shall not be commenced until the required submission information has been
reviewed and marked "Furnish and Submitted" or "Furnish as Corrected".
7. Standard items shall not be assembled or shipped to the job site until the required submission information has
been reviewed and marked "Furnish as Submitted" or "Furnish as Corrected".
8. Prior review actions shall not relieve the Contractor of the responsibility for correction errors, deviations, and/or
omissions discovered at a later date.
9. When so specified, or if considered by the County to be acceptable, the manufacturer's specifications, catalog
data, descriptive matter, illustrations, and other items may be submitted for review in place of shop drawings. In such
case, the requirements shall be as specified for shop drawings, insofar as applicable.
10. The Contractor shall be responsible for the prompt submittal of all shop drawings so that there shall be no
delay to the work due to the absence of such drawings. The County will review the shop drawings within fourteen (14)
calendar days of the receipt of such drawings. Reviewed shop drawings will be returned to the Contractor by regular
mail, posted no later than fourteen (14) calendar days after receipt.
11. Time delays caused by rejection of submittals are not cause for extra charges to the County or time extensions.
12. Shop drawings include, but are not limited to, layout drawings, installation drawings, and construction drawings.
The Contractor shall be responsible for securing all items such as information, details, dimension, and drawings
necessary to prepare submission drawings required and necessary under this Contract and to fulfill all other
requirements of his Contract. The Contractor shall secure such information, details, drawings, and other items from all
possible sources including, but not limited to, the drawings prepared by subcontractors, County's, manufacturers, and
suppliers.
22 Bid No. 2020000497
Submission drawings shall accurately and clearly present the following
• all work and installation dimensions.
• arrangement and sectional views.
Where manufacturer's publications in the form of catalogs, brochures, illustrations, or other data sheets are submitted in lieu
of prepared shop drawings, such submissions shall specifically indicate the particular item offered. Identification of such items
and relative pertinent information shall be made with indelible ink. Submissions showing only general information will not be
accepted.
C. Samples - Contractor shall furnish for review all samples as required by the Contract Documents or requested by the
County. A minimum of two (2) samples shall be submitted. Samples shall be of sufficient size or quantity to clearly illustrate
the quality, type, range of color, finish or texture and shall be properly labeled to show the nature of the work where the material
represented by the sample will be used.
D. Schedule of Payment Values - The Contractor shall submit a separate Schedule of Payment Values for the work in
accordance with Section TS-02 "Measurement and Payment", for all items in the bid that are to be paid for on unit bid item
basis. The schedule shall contain the installed value of the component parts of work for the purpose of making progress
payments during the construction period.
The schedule shall be given in sufficient detail for the proper identification of work accomplished. Each item shall include a
complete installation with all construction costs, the Contractor's overhead, contingencies and profit. The sum of all unit bid
items multiplied by their respective quantities shall equal the total value of the Contract.
TS-06 QUALITY CONTROL:
A. Review at Place of Manufacture - Unless otherwise specified, all products, materials, and time and equipment may be
subject to review by the County at the place of manufacture.
The presence of the County at the place of manufacture, however, shall not relieve the Contractor of the responsibility for
furnishing products, materials, and equipment which comply with all requirements of the Contract Documents, and said duty
shall not be avoided by any act or omission on the part of the County.
B. Sampling and Testing - Unless otherwise specified, all sampling and testing shall be in accordance with the methods
prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered.
Any waiver by the County of any specified testing or other quality assurance measures, whether or not waiver is accompanied
by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as
originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any
necessary corrective or remedial work, shall not be construed as a waiver of any requirements of the Contract Documents.
Notwithstanding the existence of such waiver, the County reserves the right to make independent investigations and tests.
Failure of any portion of the work to meet any of the requirements of the Contract Documents shall be reasonable cause for
the County to require the removal or correction and reconstruction of any such work in accordance with the General Conditions.
C. Site Investigation and Control - The Contractor shall verify all dimensions in the field and shall check field conditions
continuously during construction. The Contractor shall be solely responsible for any inaccuracies built into the work due to his
failure to comply with this requirement.
The Contractor shall inspect related and appurtenant work and shall report in writing to the County any conditions which will
prevent proper completion of the work. Failure to report any such conditions shall constitute acceptance of all site conditions,
and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the Contractor within
the scope of the project.
D. Review and Testing -The County reserves the right to employ and pay for the services of an independent testing laboratory
for specified testing.
The work or actions of the testing laboratory shall in no way relieve the Contractor of his obligations under the Contract. The
laboratory testing work will include such review and testing required by the Contract Documents, existing laws, codes, and
ordinances. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform,
accept, or approve any of the Contractor's work.
23 Bid No. 2020000497
The Contractor shall allow the County ample time and opportunity for review and testing materials to be used in the work. The
Contractor shall advise the County promptly upon placing orders for materials so that arrangements may be made, if desired,
for review before shipment from the place of manufacture. The Contractor shall at all times furnish the County and his
representatives, facilities including labor, and allow proper time for reviewing and testing materials, equipment, and
workmanship. The Contractor must anticipate that possible delays may occur in the execution of its work due to the necessity
of materials and equipment being reviewed and accepted for use. The Contractor shall furnish, at his own expense, all samples
of materials required by the County for testing, and shall make his own arrangements for providing water, electric power, or
fuel for the various reviews and tests of lines and manholes.
The County will bear the costs of all tests, reviews, or investigations undertaken by the order of the County for the purpose of
determining conformance with the Contract Documents if such tests, reviews, or investigations are not specifically required by
the Contract Documents, and if conformance is ascertained thereby. Whenever non-conformance is determined by the County
as a result of such tests, reviews, or investigations, the Contractor shall bear the full costs of any additional tests and
investigations, which are ordered by the County to ascertain subsequent conformance with the Contract Documents.
E. Right of Resection - The County or its representative shall have the right, at all times and places, to reject any articles or
materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless
of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the work at
the site. If the County or its representative, through an oversight or otherwise, has accepted materials or work which is defective
or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery,
or erection, may be subsequently rejected by the County or its representative.
The Contractor shall promptly remove rejected articles or materials from the site of the work after notification or rejection. All
costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the Contractor.
F. Weather Conditions - Work that may be affected by inclement weather shall be suspended until proper conditions prevail.
In the event of impending storms, the Contractor shall take necessary precautions to protect all work, materials and equipment
from exposure.
G. Fire Protection - The Contractor shall take all necessary precautions to prevent fires at or adjacent to the work, including
his own equipment and trailers. Adequate fire extinguisher stations shall be provided throughout the work area.
TS-07 TEMPORARY UTILITIES: The Contractor shall provide for utilities and services for his own operations. These shall
include electrical power, water, ventilation, sanitary facilities and telephone service. The Contractor shall furnish, install and
maintain all temporary utilities during the Contract period including removal upon completion of the work. Such facilities shall
comply with regulations and requirements of the National Electrical Code, OSHA, Florida Power and Light, and applicable
Federal, State, and Local codes, rules and regulations.
A. Temporary Water - The Contractor shall supply all water used for construction, flushing, and testing. The Contractor shall
provide and maintain all piping, fittings, adapters, and valving required. It is the Contractor's responsibility to arrange through
the water department for a water meter. A deposit to be paid by the Contractor is required for meter rental and all water shall
be purchased by the Contractor at the prevailing rate.
B. Temporary Ventilation - The Contractor shall provide and maintain adequate ventilation for a safe working environment. In
addition, forced air ventilation shall be provided for the curing of installed materials, humidity control, and the prevention of
hazardous accumulations of dust, gases, or vapors.
C. Temporary Sanitary Facilities - The Contractor shall provide and maintain adequate and clean sanitary facilities for the
construction work force and visitors. The facilities shall comply with Local codes and regulations and be situated at approved
locations.
TS-08 TEMPORARY ENVIRONMENTAL CONTROLS:
A. Chemicals -All chemicals used during project construction or furnished for testing of project operations, whether herbicide,
pesticide, disinfectant, polymer, reactant of other classifications, will be required to show approval of either EPA or HUD. The
handling, use, storage and disposal of such materials, containers or residues shall be in strict conformance with manufacturer
and/or supplier's secured storage. Copies of antidotes shall be kept at the storage site and at the job site. The Contractor
shall be responsible for any leaked chemical that has permeated into the soil. Costs incurred for cleanup of any such
contamination shall be borne by the Contractor.
B. Dust - During all work for this Contract, the Contractor shall be the application of water and/or calcium chloride or other
means, acceptable to the County, eliminate dust annoyance to adjacent property owners and business establishments. The
Contractor shall take all protective measures, to the satisfaction of the County, necessary to ensure that dust and debris does
24 Bid No. 2020000497
not enter any of the mechanical or electrical equipment. The Contractor shall be responsible for the cleanup of existing buildings
and property which have become soiled due to the lack of proper dust control as determined by the County.
C. Rubbish Control - During the progress of the work, the Contractor shall keep the site of the work and other areas used by
it in a neat and clean condition, and free from any accumulation of rubbish. The Contractor shall dispose of all rubbish and
waste materials of any nature occurring at the work site, and shall establish regular intervals of collection and disposal of such
materials and waste. The Contractor shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions
resulting from its operations. Disposal of all rubbish and surplus materials shall be off the site of construction in accordance
with Local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety
laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction.
D. Toilet Facilities -Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at
construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction.
Such facilities shall be made available when the first employees arrive on the work, shall be properly secluded from public
observation, and shall be constructed and maintained in suitable numbers and at such points and in such manner as may be
required.
The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all times and shall enforce their
use. He shall rigorously prohibit the committing of nuisances on the site of the work, on the lands of the County, or an adjacent
property.
The County and the County shall have the right to review any building or other facility erected, maintained, or used by the
Contractor, to determine whether or not the sanitary regulations have been complied with.
E. Sanitary and Other Organic Wastes - The Contractor shall establish a regular daily collection of all sanitary and organic
wastes. All wastes and refuse from sanitary facilities provided by the Contractor or organic material wastes from any other
source related to the Contractor's operations shall be disposed of away from the site in a manner satisfactory to the County
and in accordance with all laws and regulations pertaining thereto.
F. Noise - Noise resulting from the Contractor's work shall not violate the local noise ordinances or exceed the noise levels
and other requirements relating to noise abatement. The Contractor shall be responsible for curtailing noise resulting from his
operation. He shall, upon written notification from the County or the noise control officers, make any repairs, replacements,
adjustments, additions, and furnish mufflers when necessary to fulfill requirements.
G. Erosion Abatement and Water Pollution - It is imperative that the Contractor's dewatering operations not contaminate or
disturb properties adjacent to the work sites in accordance with the regulatory agencies having jurisdiction. The Contractor
shall, therefore, schedule and control his operations to confine all runoff water from disturbed surfaces, water from dewatering
and/or from excavation below the ground water table operations that becomes contaminated with lime silt, mulch, and other
deleterious matter, fuels, oils, bituminous, calcium chloride, chemicals and other polluting materials.
The Contractor shall construct temporary stilling basin(s) of adequate size and provide all necessary temporary materials,
operations and controls including, but not limited to, filters, coagulants, screens and other means necessary to attain the
required discharge water quality.
The Contractor shall be responsible for providing, operating, and maintaining materials and equipment used for conveying the
clear water to the point of discharge. All pollution prevention procedures, materials, equipment, and related items shall be
operated and maintained until such time as the dewatering operation is discontinued. Upon the removal of the materials,
equipment, and related items, the Contractor shall restore the area to the condition prior to his commencing work.
H. Precautions During Adverse Weather - During adverse weather, and against the possibility thereof, the Contractor shall
take all necessary precautions so that the work may be properly done and satisfactory in all respects. When required, protection
shall be provided by use of tarpaulins, wood and building paper, shelters, or other acceptable means. The Contractor shall be
responsible for all changes caused by adverse weather.
I. Hurricane and Storm Warnings - The Contractor shall be required to remove from and/or secure all loose construction
materials and equipment and protect structures under construction at the job site in the event of a hurricane watch. The
Contractor shall also remove all bulkheads and plugs in pipelines that would impede drainage in case of flooding. Structures
that may be in danger of floatation shall be flooded.
25 Bid No. 2020000497
J. Pests and Rodents - The Contractor shall be responsible for maintaining the job site free from litter, rubbish, and garbage.
He shall provide containers for the disposal of garbage and other materials that attract and are breeding places for pests and
rodents. The Contractor shall provide the services of an exterminator to inspect the job site if pest and rodents are suspected
and shall provide service.
K. Periodic Cleanup: Basic Site Restoration - During construction, the Contractor shall regularly remove from the site all
accumulated debris and surplus materials of any kind which result from his operations. Unused equipment and tools shall be
stored at the Contractor's yard or base of operations for the project.
When the work involves installation of sewers, drains, water mains, manholes, underground structures, or other disturbance of
existing features in or across streets, rights -of -ways, easements, or private property, the Contractor shall (as the work
progresses) promptly backfill, compact, grade, and otherwise restore the disturbed area to a basic condition which will permit
resumption of pedestrian or vehicular traffic and any other critical activity or function consistent with the original use of the land.
Unsightly mounds of earth, large stones, boulders, and debris shall be removed so that the site presents a neat appearance.
The Contractor shall perform the cleanup work on a regular basis and as frequently as requested by the County. Basic site
restoration in a particular area shall be accomplished immediately following the installation or completion of the required
facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the County, if partially completed
facilities must remain incomplete for some time period due to unforeseen circumstances.
Upon failure of the Contractor to perform period clean-up and basic restoration of the site to the County's satisfaction, the
County may, upon five (5) days prior written notice to the Contractor, employ such labor and equipment as he deems necessary
for the purpose, and all costs resulting therefrom shall be charged to the Contractor and deducted from the amounts of money
that may be due him.
TS-09 TRAFFIC REGULATIONS AND MAINTENANCE OF TRAFFIC: Contractor shall comply with all traffic laws and
comply with the requirements, rules, and regulations of the Florida State Department of Transportation and shall comply with
the Maintenance of Traffic policy Charlotte County Public Works, to maintain adequate such items as warning signs, lights, and
barriers, for the protection of traffic on public roadways.
The Contractor shall maintain traffic and protect from all damage to persons and property in accordance with the Contract
Documents and all applicable State and Local regulations. He shall conduct his operations so as to maintain and protect
access, for vehicular and pedestrian traffic, to and from all properties and business establishments adjoining or adjacent to
those streets affected by his operations, and to subject the public to a minimum of delay and inconvenience. Items such as
suitable signs, barricades, and railing shall be erected and the work outlined by adequate lighting at night. Danger lights shall
be provided as required. Traffic shall be detoured as required. Watchmen and flagmen shall be provided as may be necessary
for the protection of traffic. Any work requiring permanent or temporary road closure must be approved by the County in
advance of the project the Contractor must provide the County with an estimated time frame for the closure.
The Contractor and his personnel are cautioned against parking vehicles in locations that affect vehicular and pedestrian traffic
or hinder business establishments for any extended period of time. If necessary, the Contractor shall obtain parking areas for
his personnel.
All dirt spilled from the Contractor's trucks on existing pavements shall be removed by the Contractor whenever in the opinion
of the County the accumulation is sufficient to cause the formation of mud, dust, interference with traffic or create a traffic
hazard.
TS-10 MATERIALS: All materials or devices incorporated in this project shall be new and unused, unless indicated otherwise
in the Contract Documents.
Materials to be incorporated in the work shall be delivered sufficiently in advance of their installation and use to prevent delay
in the execution of the work, and they shall be delivered as nearly as feasible in the order required for executing the work.
The Contractor shall protect all devices and materials from deterioration and damage. The materials shall be handled and
stored by the manufacturer, fabricator supplier and Contractor before, during, and after shipment to prevent warping, twisting,
bending, breaking, chipping, rusting, and any injury, damage or theft of any kind whatsoever. Any material exhibiting any of
the above, shall be removed and replaced at the Contractor's expense for both labor and materials.
A. Storage - The Contractor shall store his equipment and materials at the Contractor's base of operations in accordance with
the manufacturer's recommendations. No storage facility is provided by The County.
26 Bid No. 2020000497
B. Liner Material Certification - Only materials that meet the applicable American Society of Testing and Materials (ASTM)
material standards are acceptable for this work. These standards are as follows:
CURED IN PLACE LINING - ASTM F-1216 latest revision Standard Practice for Rehabilitation of Existing Pipelines and
Conduits by the Inversion and Curing of a Resin Impregnated Tube.
The pipe liner producer's certification, in accordance with ASTM specifications, shall be furnished with the liner materials. The
Contractor shall turn the pipe liner producer's certification over the County prior to installation.
The Contractor shall submit with this bid, the manufacturer's material certification that the material complies with the ASTM
requirements as stated above. Bids containing exceptions to the material requirements shall be considered non -responsive.
TS-11 CURED -IN -PLACE PIPE LINING:
A. GENERAL
1. Scope - The work specified in this section includes all labor, materials, accessories, equipment and tools necessary to
install and test cured -in -place pipe lining in piped outfalls and road crossing pipes.
2. General - The finished pipe in place shall be fabricated from materials which when cured will be chemically resistant to
withstand internal exposure to stormwater.
3. Submittals - The Contractor shall submit shop drawings and other information to the County for review in accordance with
Section TS-05, "Submittals". Included shall be all materials as well as design calculations for the work being completed.
4. Product and Installer Acceptability - To be acceptable, a minimum of 250,000 linear feet (LF). of stormwater collection
system installation of the product in the U.S. must be documented. To be acceptable, the installer must have had at least three
(3) years active experience in the commercial installation of the product, and must have installed at least 50,000 L.F. of the
product in stormwater collection system installations in the State of Florida. This requirement may be waived by the County
for products that have been installed in the Charlotte County Utility system for a period not less than two (2) years and a length
not less than 1,000 lineal feet.
B. PRODUCTS:
Materials for Main Lines - The polyester fiber felt tubing and resin material shall be in accordance with the requirements with
ASTM F1216 and be fabricated to a size that when installed will neatly fit the interior of the host pipe. Allowance shall be made
for circumferential stretching during inversion. The minimum tube length shall be that deemed necessary by the Contractor to
effectively span the distance between the access points. Unless otherwise specified, the Contractor will use a polyester filter
felt tube and an epoxy vinyl ester and catalyst system compatible with the inversion process and having the following physical
properties for the cured pipe:
Tensile Strength ASTM D638 3,000 psi
Flexural Stress #101 (Modified ASTM D790) 4,500 psi
Flexural Modulus of Elasticity #101 (Modified ASTM D790) 300,000 psi
Minimum Long -Term (50 Year) Modulus of Elasticity 150,000 psi
The lining manufacturer shall submit to the County for review complete design calculations for the liner, signed and sealed by
a Professional Engineer registered in the State of Florida and certified by the manufacturer as to the compliance of his materials
to the values used in the calculations. The liner shall be designed to withstand a live load equivalent to two (2) H-20 passing
trucks plus all pertinent dead loads, hydrostatic pressure and grout pressure (if any). For design purposes, the water table shall
be considered at grade elevation. The liner shall be designed in accordance with ASTM F1216 and resist buckling in
accordance with AVWVA C950. The buckling analysis shall account for the combination of dead load, live load, hydrostatic
pressure and grout pressure against the liner. Modulus of soil reaction shall not be taken higher than 1000, corresponding to
a moderate degree of compaction of bedding (85% to 95% Proctor) and a fine-grained soil as shown on Table A4 of AVWVA
C940.
As part of the design calculation submittal, the liner manufacturer shall submit a tabulation of time versus temperature. This
tabulation shall show the lengths of time that exposed portions of the liner will endure without self -initiated cure or other
deterioration beginning. This tabulation shall be at 5° F. increments ranging from 700 F. to 1000 F. The manufacturer shall
also submit his analysis of the progressive effects of such "pre -cure" on the insertion and cured properties of the liner. This
information shall be submitted in a timely fashion prior to the pre -construction conference so that the County may set procedures
for dealing with such an instance caused by construction delays. The minimum liner thickness is for materials with
27 Bid No. 2020000497
characteristics as shown. Bidders with materials with other characteristics must supply complete information on their bids of
the values as listed for ascertaining minimum thickness.
Liner shall be neither accepted nor installed until design calculations are acceptable to the County. Liner shall be as
manufactured by Instituform of North America, Inc., 3315 Democrat Road, Post Office Box 181071, Memphis, Tennessee
38118, or County approved equal. Equivalency shall be determined by the County.
C. WORKMANSHIP:
1. Cleaning/Surface Preparation - It shall be the responsibility of the Contractor to clean the pipeline with a high-pressure
water jet and to remove all internal debris out of the pipeline in accordance with Section TS-12, "Cleaning and Root Removal."
2. Point Repairs - If conditions such as broken pipe and major blockages are found that will prevent proper cleaning or liner
installation, the Contractor, with the concurrence of the County, shall perform the necessary point repair(s). All point repairs
and costs thereof shall be defined in writing prior to initiating. All estimated costs for point repairs shall be lump sum costs for
all labor, time, equipment and material necessary to complete the repair. The County reserves the right to complete point
repairs in-house or by alternative Contractor.
3. Liner Installation for Main Lines -The prepared pipe shall be reviewed and be acceptable to the County for cleanliness and
smoothness before the Contractor begins to line the pipe.
Any additional work / materials and cost deemed necessary to achieve the pipe lining will be submitted in writing to the County
for approval prior to such work being performed.
The Contractor shall present to the County, for review, a description of his methods for avoiding liner stoppage due to conflict
and friction with such points as the manhole entrance and the bend into the pipe entrance. He shall also present plans for
dealing with a liner stopped by snagging within the pipe. This information shall be rendered to the County in a timely fashion
prior to the pre -construction conference.
The Contractor shall have on hand at all times, for use by his personnel and the County, a digital thermometer or other means
of accurately and quickly checking the temperature of exposed portions of the liner.
The Contractor shall immediately notify the County of any construction delays taking place during the insertion operation. Such
delays shall possibly require sampling and testing by an independent laboratory of portions of the cured liner at the County's
discretion. The cost of such test shall be borne by the Contractor and no extra compensation will be allowed. Any failure of
sample tests or a lack of immediate notification of delay shall be automatic cause for rejection of that part of the work at the
County's discretion.
The Contractor shall designate a location where the tube will be vacuum impregnated prior to installation. The Contractor shall
allow the County to inspect the materials and the "wet -out" procedure.
A scaffold or elevated platform shall be erected at the upstream or downstream access point. The tube shall be inverted using
an "inversion elbow" at the bottom of the manhole or an "inversion ring" above ground. The tube shall be pulled and/or inverted
into the sewer main in accordance with manufacturer's recommendations.
With the tube in place, the Contractor shall supply a suitable heat source and water recirculation equipment. The equipment
shall be capable of uniformly raising the water temperature to a level required to effectively cure the resin.
The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing water supply.
Another such gage shall be placed between the tube and the host pipe in the downstream manhole at or near the bottom to
determine the temperatures during the cure. Water temperatures at both ends shall be recorded either electronically, or at 15-
minute intervals for supply to the County. Water temperature in the pipe during the cure period shall be as recommended by
the resin manufacturer.
Initial cure shall be deemed complete when the exposed portions of the tube appear to be hard and sound and the temperature
sensor indicates that the temperature is of a magnitude to realize an exotherm. The cure period shall be of a duration
recommended by the resin manufacturer and may require continuous recirculation of the water to maintain the temperature.
The Contractor shall cool the hardened pipe to a temperature below 1000 F before relieving the hydrostatic head. Cool down
may be accomplished by the introduction of cool water to replace water being pumped out of the manhole.
The new pipe shall be cut off in the manhole at a suitable location. The finished product shall be continuous over the length of
pipe reconstructed and be free from dry spots, delamination and lifts. Should the liner not make a tight seal at the inside
28 Bid No. 2020000497
manhole wall, a seal shall be made by use of extra polyester fiber felt and epoxy resin. Pipe entries and exits shall be smooth,
free or irregularities, and watertight. No visible leaks shall be present and the Contractor shall be responsible for grouting to
remove leaks or fill voids between the host pipe and the liner. During the warranty period, any defects which will affect the
integrity or strength of the product shall be repaired at the Contractor's expense, in a manner mutually agreed upon by the
County and the Contractor.
After the pipe has been cured in place, the Contractor shall reconnect the existing service connections. This shall be done
from the interior of the pipeline without excavation using a robotic cutter. Where holes are cut through the liner, they shall be
neat and smooth in order to prevent blockage at the service connections. Cut -in service connections shall be opened to a
minimum of 95% of the flow capacity of the building sewer. All coupons shall be recovered at the downstream manhole and
removed. The Contractor shall stop all visible leaks, and grout all service connections. Active leaks at reinstated service lateral
connections (between the liner and the existing pipe) shall be grouted. The reinstatement of the service connections shall be
a separate pay item.
The Contractor should not reactivate any line sections until accepted by the County.
D. CATCH BASIN RECONNECTION SEALING: Catch Basin reconnections shall be sealed by means of chemical sealant to
the approved standards as determined by Charlotte County to insure sufficient and complete sealing of all defects in catch
basin.
TS-12 PREPARATORY CLEANING & ROOT REMOVAL:
A. GENERAL
1. Scope -This section covers the preparatory cleaning of storm sewer lines and catch basins as needed prior to the internal
survey of the sewer lines and the cleaning of catch basins prior to rehabilitation. The Contractor shall furnish all necessary
material, labor, equipment, and services required for cleaning the specific storm sewer lines.
2. General - The intent of storm sewer line cleaning is to remove foreign materials from the lines and restore the pipe to a
minimum of 95% of the original carrying capacity or as required for proper seating of internal pipe joint sealing packers. Since
the success of other phases of work depends a great deal on the cleanliness of the lines, the importance of this phase of the
operation is emphasized. It is recognized that there are some conditions such as broken pipe and major blockages that prevent
cleaning from being accomplished or where additional damage would result if cleaning were attempted or continued. Should
such conditions be encountered, the Contractor will not be required to clean those specific sewer sections. If, in the course of
normal cleaning operations, damage does result from pre-existing and unforeseen conditions such as broken pipe, the
Contractor will not be held responsible.
3. Hydraulically Propelled Equipment - The equipment used shall be of a movable dam -type and be constructed in such a
way that a portion of the dam may be collapsed at any time during the cleaning operation to protect against flooding of the
sewer. The movable dam shall be equal in diameter to the pipe being cleaned and shall provide a flexible scraper around the
outer periphery to insure removal of grease. If sewer cleaning balls or other equipment which cannot be collapsed is used,
special precautions to prevent flooding of the sewers and public or private property shall be taken.
4. High Velocity Jet (Hydro -cleaning) Equipment - All high -velocity storm sewer cleaning equipment shall be constructed for
ease and safety of operation. The equipment shall have a selection of two (2) or more high -velocity nozzles. The nozzles shall
be capable of producing a scouring action from 150 to 450 in all size lines designated to be cleaned. Equipment shall also
include a high -velocity gut for washing and scouring manhole walls and floor. The gun shall be capable of producing flows
from a fine spray to a solid stream. The equipment shall carry its own water tank, auxiliary engines, pumps, and hydraulically
driven hose reel.
5. Mechanically Powered Equipment - Bucket machines shall be in pairs with sufficient power to perform the work in an
efficient manner. Machines shall be belt operated or have an overload device. Machines with direct drive that could cause
damage to the pipe will not be allowed. A power rodding machine shall be either a sectional or continuous rod -type capable of
holding a minimum of 750 feet of rod. The rod shall be specifically heat -treated steel. To insure safe operation, the machine
shall be fully enclosed and have an automatic safety clutch or relief valve.
B. WORKMANSHIP:
1. General - The designated storm sewer pipe sections shall be cleaned using hydraulically propelled, high -velocity jet, or
mechanically powered equipment. The equipment shall be capable of removing dirt, grease, rocks, sand, and other materials
and obstructions from the storm sewer lines and catch basins. If cleaning of an entire storm sewer section cannot be
successfully performed from one catch basin, the equipment shall be set up on the other catch basin and cleaning again
29 Bid No. 2020000497
attempted. If, again, successful cleaning cannot be performed or the equipment fails to traverse the entire pipe section, it will
be assumed that a major blockage exists and the cleaning effort shall be abandoned.
2. Cleaning Precautions - During all cleaning and preparation operations, all necessary precautions shall be taken to protect
the storm sewer from damage. During these operations, precautions shall also be taken to insure that no damage is caused
to public or private property adjacent to or served by the sewer or its branches.
Satisfactory precautions shall be taken in the use of cleaning equipment. When hydraulically propelled cleaning tools (which
depend upon water pressure to provide their cleaning force) or tools which retard the flow in the storm sewer line are used,
precautions shall be taken to insure that the water pressure created does not damage or cause flooding of public or private
property being served by the storm sewer. When possible, the flow of water in the storm sewer shall be utilized to provide the
necessary pressure for hydraulic cleaning devices. When additional water from fire hydrants is necessary to avoid delay in
normal work procedures, the water shall be conserved and not used unnecessarily. No fire hydrant shall be obstructed in case
of a fire in the area served by the hydrant.
3. Material Removal - All sludge, dirt, sand, rocks, grease, roots, and other solid or semisolid material resulting from the
cleaning operation shall be removed at the downstream catch basin of the section being cleaned. Passing material from catch
basin to catch basin, which could cause line stoppages, accumulation of sand in wet wells, or damage pumping equipment,
shall not be permitted.
Under no circumstances shall sludge or other debris removed during these operations be dumped or spilled into the streets,
ditches, storm drains, or other sanitary sewers.
The Contractor is advised that he shall not dispose of this material by legal or illegal dumping on private or public property, by
sale of others, or any means other than those given above. All sludge or other debris removed during these operations shall
become the property of the Contractor and as such, any load of material, or any portion thereof, disposed of in a non -permitted
fashion shall become the sole responsibility of the Contractor. Any fines or clean-up costs associated with such dumping shall
be paid by the Contractor; if necessary, monies shall be withheld from any monies due the Contractor until restitution is made.
4. Disposal of Materials - All solids or semi -solids resulting from the cleaning operations shall be removed from the site and
disposed of by the Contractor in a legal and sanitary manner as approved by appropriate authorities, at the Contractor's cost.
Copies of records of all disposal shall be furnished to the County, indicating disposal site, date, amount and a brief description
of material disposed. All materials shall be removed from the site no less often than at the end of each work day. Under no
circumstances will the Contractor be allowed to accumulate any type of debris on the site of work beyond the stated time,
except in totally enclosed containers and as acceptable to the County.
5. Root Removal - Roots shall be removed in the designated sections and manholes where root intrusion is indicated on the
work order. Special attention should be used during the cleaning operation to assure almost complete removal of roots from
the joints. Any roots which could prevent the seating of the packer or could prevent the proper application of chemical sealants,
or could prevent the proper seating and application of cured -in -place, shall be removed. Procedures may include the use of
mechanical equipment such as rodding machines, bucket machines and winches using root cutters and porcupines, and
equipment such as high -velocity jet cleaners. Chemical root treatment shall be used before or at the completion of the root
removal operation, depending on the manufacturer's recommendation, and grouting will take place to remove infiltration.
Contractor shall capture and remove all roots from the line.
6. Chemical Root Treatment - To aid in the removal of roots, catch basin sections that have root intrusion shall be treated
with an acceptable herbicide. The application of the herbicide to the roots shall be done in accordance with the manufacturer's
recommendations and specifications in such a manner to preclude damage to surrounding vegetation. Any damaged
vegetation so designated by the County shall be replaced by the Contractor at no additional cost to the County. All safety
precautions as recommended by the manufacturer shall be adhered to concerning handling and application of the herbicide.
7. Acceptance of Cleaning Operation -Acceptance of storm sewer line cleaning shall be made upon the successful completion
of the television survey and shall be to the satisfaction of the County. If television survey shows the cleaning to be
unsatisfactory, the Contractor shall be required to reclean and re -inspect the storm sewer line until the cleaning is shown to be
satisfactory. In areas where television survey is not performed, the County may require the Contractor to pull a double
squeegee (with each squeegee the same diameter as the sewer) through each manhole section as evidence of adequate
cleaning. If internal sealing is to follow the television survey, particular attention should be given to the adequacy of the cleaning
to insure that proper seating of the sealing packer can be achieved.
In addition, on all those lines which have sags or dips, to an extent that the television camera lens becomes submerged for
three (3) or more feet during the television inspection, the Contractor shall pull double squeegee and/or sponges through the
line in order to remove the water from those dips or sags. Water removal through the squeegees and/or sponges shall be
performed until the television camera lens will no longer be submerged. This requirement may be waived by the County if the
30 Bid No. 2020000497
water in which the camera lens is submerged, is clean enough to allow the identification of pipe defects, cracks, holes, and
location of service taps.
TS-13 TELEVISION/SONAR SURVEY:
A. GENERAL
1. Scope - The work consists of furnishing all labor, materials, accessories, equipment tools, transportation services, and
technical competence for performing all operations required to execute the internal closed-circuit television or external Sonar
survey of storm sewers up to 48-inches in diameter. Above ground SONAR (sound navigation and ranging) survey of the pipes
size, length and condition may be deemed necessary by the contractor upon inspection of the pipe and location. The contractor
accepts all responsibility for any cost of such survey.
2. General - After cleaning as specified in TS 12, "Cleaning and Root Removal," and before and after rehabilitation work, the
pipe shall be visually surveyed by means of closed-circuit television or Sonar in the presence of The County or its
representative. The survey shall be performed one pipe section at a time and the flow in the section being surveyed shall be
suitable controlled.
3. Damming — The Contractor shall supply all labor, materials, accessories, equipment tools, transportation services, and
technical competence for performing all operations required to execute the damming of the area prior to repair of full or partially
submerged pipes for the purpose of inspection and or repair.
4. Equipment - The television or sonar camera used for the survey shall be one specifically designed and constructed for
such survey. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera
shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system
shall be capable of producing a minimum 700-line resolution color video picture. Picture quality and definition shall be to the
satisfaction of the County; and if unsatisfactory, equipment shall be removed and replaced with adequate equipment.
The video camera shall include a title feature capable of showing on the DVD the following information:
• City and State
• Date
• Contractor's name
• Line size
• Manhole / Catch Basin identification (both locations)
On -going footage counter
5. Submittals - The Contractor shall submit shop drawings and other information in accordance with Section TS-05,
Submittals. The Contractor's submittals shall include video tape and a sample of the video titles to be used.
B. PRODUCTS - Video DVD / Thumb Drive - High Grade DVD or Thumb Drive recordings shall be supplied by Contractor
showing both Pre and Post conditions of each pipe location at the County's request. All DVD / Thumb Drive videos shall be
submitted to the County and will become the property of the County.
C. EXECUTION:
1. Pre -Construction Survey - Prior to any repair work, the entire storm sewer line (from catch basin to catch basin) shall be
televised by means of video or sonar. The camera shall be moved through the line in either direction at a moderate rate,
stopping when necessary to permit proper documentation of the storm sewer's condition. In no case, shall the television
camera be pulled at a speed greater than 30-feet per minute. Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper documentation of the storm sewer conditions
shall be used to move the camera through the storm sewer line. The camera shall not be pulled through the storm sewer line
by a hydraulic cleaning unit hose. If, during the survey operation, the television camera will not pass through the entire pipe
section, the Contractor shall set up his equipment so that the survey can be performed from the opposite catch basin.
Whenever non -remote powered and controlled winches are used to pull the television camera through the line, telephones, or
other suitable means of communication shall be set up between the two (2) catch basins of the section being surveyed to
ensure good communications between members of the crew.
Measurement for location of defects shall be above ground by means of a meter device. Marking on the cable, or the like,
which would require interpolation for depth of catch basin, will not be allowed. Measurement meters shall be accurate to tenths
of a foot over the length of the section being surveyed. Accuracy of the distance meter shall be checked by use of a walking
meter, roll -a -tape, or other suitable device.
31 Bid No. 2020000497
Movement of the television camera shall be temporarily halted at each visible point source of infiltration and/or inflow until the
leakage rate from that source is quantified. If the discharge persists, the property involved shall be checked to determine
whether or not the discharge is sewage.
2. Post Construction Survey - Upon completion of the storm sewer line rehabilitation, the entire pipe (from catch basin to
catch basin) shall be televised by means of video or sonar. The camera shall be moved through the line in either direction at a
moderate rate, stopping when necessary to permit proper documentation of the storm sewer repair. In no case shall the
television camera be pulled at a speed greater than thirty feet (30') per minute. Manual winches, power winches, TV cable,
and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the storm
sewer conditions shall be used to move the camera through the pipe. The camera shall not be pulled through the storm sewer
line by a hydraulic cleaning unit hose. If, during the survey operation, the television camera will not pass through the entire
pipe section, the Contractor shall set up his equipment so that the survey can be performed from the opposite catch basin.
Whenever non -remote powered and controlled winches are used to pull the television camera through the line, telephones or
other suitable means of communication shall be set up between the two (2) catch basins of the section being surveyed to insure
good communications between members of the crew.
Measurement for location of repairs shall be above -ground by means of meter device. Marking on the cable, or the like, which
would require interpolation for depth of catch basin, will not be allowed. Measurement meters shall be accurate to tenths of a
foot over the length of the section being surveyed. Accuracy of the distance meter shall be checked by use of a walking meter,
roll -a -tape, or other suitable device.
Movement of the television camera shall be temporarily halted at each repair. The camera shall also be stopped at any
unnoticed or nonrepaired point source of infiltration and/or inflow until the leakage rate from that source is quantified.
3. Field Documentation
• Television / Sonar Survey Logs: Printed location records shall be kept by the Contractor and will clearly show the
location in relation to an adjacent catch basin of each repair point observed during survey. In addition, other points of
significance such as locations of building sewers, unusual conditions and other discernible features will be recorded
and a copy of such records will be supplied to the County.
• Videotape / Sonar Recordings: The purpose of tape recording shall be to supply a visual and audio record of repaired
sections of the line. Videotape recording playback shall be at the same speed that was recorded. Slow motion or stop
motion playback features shall be supplied by the Contractor. Once videotaped, the tapes become property of the
County.
• Photographs: Instant developing, 35mm, or other standard -size photographs of the television picture of problems shall
be taken by the Contractor upon request of the County or its representative.
The Contractor shall have all videotapes / sonar recordings and have all necessary playback equipment readily accessible for
review by the County' representative during the project.
4. Warranty Survey - All collection line repairs, replacement, lining or point repairs shall be resurveyed by the Contractor in
the presence of the County within one (1) year of acceptance by the County. Failure of the Contractor to televise the repair
during the warranty period shall not relieve him of his warranty responsibilities. The Contractor shall schedule his work to
conduct surveys of collection line repairs, linings, point repairs or main line replacement to include a Television Survey in the
11 th month after acceptance and tapes are to be turned over to the County (this will be the third television survey). Procedures
and documentation required are to be identical to those required under the post construction survey requirements herein.
TS-14 QUANTITIES: The exact quantities of the required materials cannot be determined at this time. The quantities given
are for bidder's guidance only. No minimum amount is guaranteed or implied. The bid award may result in similar quantities
of purchases; however, this is not guaranteed. Purchase Orders shall be issued on an "as required" basis.
TS-15 REFERENCES/EXPERIENCE: Contractor shall submit a minimum of three (3) recent (within the past five (5) years)
references of projects of similar size and scope on the attached reference form. Each reference shall include a project
description, project location, name and phone number of a contact person, total project amount, and completion date. The
County reserves the right to contact references.
32 Bid No. 2020000497
TS-16 CRITERIA FOR AWARD: Award of this bid shall be to the overall lowest, responsive, responsible bidder, meeting or
exceeding the requirements specified. Other considerations for award may be notice needed prior to commencement of work
and references.
The quantities shown on the Bid Form are approximate for the bid package, and are given only as a basis of calculation for
award of the Contract. The actual quantities for each purchase order issued may vary substantially from the estimated amount.
Unit prices on the Bid Form will be used for each purchase order issued.
The County reserves the right to reject the bid of any bidder who has previously failed to perform properly, or on time, contracts
of similar nature; or who is not in a position to satisfactorily perform the contract. If, after the due date and time, the lowest
bidder is deemed non -responsible by the County, such bidder shall receive written notice from the County of this determination.
The bidder shall have five (5) business days from the date of this notice to dispute the determination and to provide to the
County any additional information it deems relevant regarding the bidder's responsibility. The County shall make a final
determination regarding the bidder's responsibility at the time of award of the contract.
33 Bid No. 2020000497
INSURANCE REQUIREMENTS
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
BID NO. 2020000497
Contractor and subcontractors shall procure and maintain until all of their obligations have been discharged, including any
warranty periods under this Contract are satisfied, insurance against claims for injury to persons or damage to property which
may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives,
employees or subcontractors.
The insurance requirements herein are minimum requirements for this Contract and in no way limit the indemnity covenants
contained in this Contract. The County in no way warrants that the minimum limits contained herein are sufficient to protect the
Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, his agents,
representatives, employees, or subcontractors. Contractor is free to purchase such additional insurance as may be determined
necessary.
MINIMUM SCOPE AND LIMITS OF INSURANCE - Contractor shall provide coverage with limits of liability not less than those
stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements
provided that the coverage is written on a "following form" basis.
1. Commercial General Liability — Occurrence Form (CG 00 01)
Policy shall include bodily injury, property damage, broad form contractual liability and Explosion, Collapse and
Underground (XCU) coverage. The general aggregate limit shall apply separately to this project/location or the
general aggregate limit shall be twice the required occurrence limit.
Minimum Requirements:
• General Aggregate
• Each Occurrence
$2,000,000
$1,000,000
For Projects greater than $10,000,000:
Estimated Project Construction Cost from $10,000,000 to $29,999,999
• General Aggregate
• Each Occurrence
$3,000,000
$3,000,000
a. The policy shall be endorsed to include the following additional insured language: "Charlotte County a political
subdivision of the state of Florida and it officers, employees, agents and volunteers" shall be named as an
additional insured with respect to liability arising out of the activities performed by, or on behalf of the
Contractor.
b. Contractor's subcontractors shall be subject to the same minimum requirements identified above.
C. Policy shall be endorsed for a waiver of subrogation against the Charlotte County.
2. Automobile Liability
Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this
Contract. Automobile liability must be written on a standard ISO form (CA 00 01) covering any auto (Code 1), or if
Contractor has no owned autos, hired (Code 8) and non -owned (Code 9) autos.
Combined Single Limit (CSL)
$1,000,000
a. The policy shall be endorsed to include the following additional insured language: "Charlotte County a political
subdivision of the state of Florida and it officers, employees, agents and volunteers" shall be named as an
additional insured with respect to liability arising out of the activities performed by, or on behalf of the Contractor,
including automobiles owned, leased, hired or borrowed by the Contractor".
b. Contractor's sub -contractors shall be subject to the same minimum requirements identified in this section.
c. Policy shall contain a waiver of subrogation against the Charlotte County.
3. Worker's Compensation and Employers' Liability
Workers' Compensation
Employers' Liability
Each Accident, bodily injury or disease $1,000,000
Policy shall contain a waiver of subrogation against the Charlotte County.
Projects on or along navigable waters an endorsement for US Longshoremen and Harbor Workers and Jones
Act is required.
34 Bid No. 2020000497
Contractor's sub -contractors shall be subject to the same minimum requirements identified in this section.
If the contractor has no employees the contractor must submit to the County the Workers Compensation
Exemption from the State of Florida.
4. Builder's Risk Insurance (Course of Construction) or Installation Floater
Insurance utilizing an "All Risk" (Special Perils) coverage form with limits equal to the completed value
of the project and no coinsurance penalty provisions.
5. Contractors' Pollution Legal Liability (if project involves environmental hazards)
Each Occurrence or Claim $1,000,000
Policy Aggregate $2,000,000
6. Professional Liability (if design/build)
Each Occurrence or Claim $1,000,000
Policy Aggregate $2,000,000
a. In the event that any professional liability insurance required by this Contract is written on a
claims -made basis, Contractor warrants that any retroactive date under the policy shall precede
the effective date of this Contract; and that either continuous coverage will be maintained or an
extended discovery period will be exercised for a period of five (5) years beginning at the time
work under this Contract is completed.
b. Policy shall contain a waiver of subrogation against Charlotte County.
Additional Insured — All policies, except for the Workers Compensation shall contain endorsements naming the County its
officers, employees, agents and volunteers as additional insured with respect to liabilities arising out of the performance of
services contained herein. The additional insured endorsements' shall not limit the scope of coverage for the County to
vicarious liability but shall allow coverage for the County to full extent provided by the policy, even if those limits exceed those
required by this contract. Such additional insured coverage shall be at least as broad as Additional Insured(Form B)
endorsement form ISO, CG 20 10 11 85 or both CG 20 10 and CG 20 37 if later revisions used.
Waiver of Subrogation Rights — The Contractor shall require the carriers of required coverage's to waive all rights of
subrogation against the County, its officers, employees, agents and volunteers. Contractor agrees to obtain any endorsement
that may be necessary to affect this waiver of subrogation. All general or auto liability insurance coverage provided shall not
prohibit the Contractor and Contractor's employees or agents from waiving the right of subrogation prior to a loss or claim. The
Contractor hereby waives all rights of subrogation against the County.
Policies Primary and Non -Contributory — For any claims related to this contract, the Contractor's insurance coverage shall
be primary insurance as respects the County, its officers, employees, agents and volunteers. Any insurance or self-insurance
maintained by the County, its officers, employees, agents or volunteers shall be excess of the Contractor's insurance and shall
not contribute with it.
Severability of Interests — The Contractor agrees to ensure that coverage provided to meet these requirements is applicable
separately to each insured and there will be no cross liability exclusions that preclude coverage for suits between the Contractor
and the County or between the County and any other insured or additional insured under the policy.
Proof of Coverage - Prior to the commencement of performance of services the Contractor shall furnish to the County
Purchasing Division Certificates of Insurance and amendatory endorsements or copies of the applicable policy language
effecting coverage required. These certificates shall provide that such insurance shall not be terminated or expire without
notice thereof in accordance with the policy provisions and Contractor shall maintain such insurance from the time the
Contractor commences performance of services until completion of such services. Within seven (7) calendar days of notice of
award, the Contractor shall furnish a copy of the Declaration page and required endorsements for all applicable policies and
will provide complete certified copies of the policies and endorsements immediately upon request.
Acceptability of insurance carrier — Unless otherwise approved by Risk Management, Insurance shall be written by insurers
authorized to do business in the State of Florida and with a minimum Best Insurance Guide rating of "A- VII".
Deductibles and Self -Insured Retention — Any and all deductibles or self -insured retentions in excess of $10,000 shall be
declared to and approved by Risk Management. The County may require the Contractor to purchase coverage with a lower
deductible or retention or provide proof of ability to pay losses and related investigations, claim administration and defense
expenses within the deductible or retention.
35 Bid No. 2020000497
Failure to Procure Coverage — In the event that any policy of insurance required under this contract does not comply with the
requirements, is not procured or is cancelled and not replaced, the County has the right but not the obligation or duty to
terminate the contract or obtain insurance if it deems necessary and any premiums paid by the County will be promptly
reimbursed by the Contractor or County payments to the Contractor will be reduced to pay for County purchased insurance.
Insurance Review — Insurance requirements are subject to periodic review by the County. The Risk Manager or designee is
authorized, but not required, to reduce, waive, or suspend any insurance requirements whenever Risk Management determines
that any of the required insurance is not available, is unreasonably priced or is not needed to protect the interests of the County.
In addition, if Risk Management determines that heretofore, unreasonably or unavailable types of insurance coverage or
coverage limits become reasonably priced or available, the Risk Manager or designee is authorized, but not required, to change
the above insurance requirements to require additional types of insurance coverage or higher coverage limits, provided that
any such change is reasonable in light of past claims against the County, inflation, or any other item reasonably related to the
County's risk. Any change requiring additional types of insurance coverage or higher coverage limits must be made by
amendment to this contract. Contractor agrees to execute any such amendment within thirty (30) days of receipt.
Any failure, actual, or alleged, on part of the County to monitor or enforce compliance with any of the insurance and
indemnification requirements will not be deemed as a waiver of any rights on the par to the County.
36 Bid No. 2020000497
SAFETY AND HEALTH REQUIREMENTS
STORMWATER COLLECTION SYSTEM REHABILATION - ANNUAL
BID NO. 2020000497
SH-01 HEALTH AND SAFETY PLAN: It shall be the responsibility of the Contractor to comply with OSHA, EPA, DOT and
other applicable Federal and State of Florida laws, rules, regulations or other requirements. This includes, but is not limited to,
29 CFR 1926 (Safety and Health Regulations for Construction) and 1910 (Safety and Health Regulations for General Industry).
Contractors are required to have a written Health and Safety Program that is jobsite specific. The elements of this written
program shall be in accordance with OSHA 1926 and 1910. A list of program elements can be obtained from Charlotte County
Risk Management.
The Contractor will designate a responsible member of his organization whose duty shall be the prevention of accidents at the
site. This person shall be the Contractor's superintendent unless otherwise designated in writing by the Contractor to the Project
Manager.
A copy of the Contractor's Health and Safety Plan will be submitted to Charlotte County at least 10 days prior to commencement
of work. Contractor shall provide documentation that his employees and subcontractors received training (been informed of)
on the Contractor's Health and Safety Plan. The Contractor will be responsible for conducting a site safety briefing for all
visitors to the site. Documentation of these site safety briefings are to be maintained by the Contractor and made available to
Charlotte County upon request.
Contractor will post, where appropriate, all necessary job -site Health and Safety notices. The Loss Control Coordinator will
conduct unannounced job -site inspections during the course of the project. Minor safety violations may be addressed
immediately with the onsite supervisor and Project Manager. Major safety violations will result in written notification to the
Contractor and Charlotte County Department Director under which the project is being performed. Hazardous conditions that
are considered by the Loss Control Coordinator to be immediately dangerous to life or limb will result in immediate stoppage
of work until the hazardous conditions are corrected.
SH-02 ACCIDENTAL SPILLS: In the event of an accidental release or spill of chemicals or other hazardous materials the
Contractor shall:
• Immediately take action as appropriate to contain the spill if this action can be taken without jeopardizing the health or
safety of employees,
• Notify the Fire/EMS, or other entities as needed or required,
• Contact the Project Manager/Coordinator, and
• Contact Charlotte County Risk Management and Loss Control Coordinator.
The following phone numbers may be used in the event of an emergency:
Risk Management 941.764.4191
Loss Control Coordinator 941.743.1381 (or Cell 941.223.5535)
SH-03 CONTROL OF FUGITIVE EMISSIONS: The Contractor shall take all reasonable precautions necessary to control
fugitive emissions from the job site. Fugitive emissions include, but are not limited to: nuisance dust, chemical
odors/vapors/gases, hazardous materials such as lead or asbestos, and noise. Where the product(s) or material(s) to be used
by the Contractor has a permissible exposure limit (PEL) established by OSHA the Contractor shall take all reasonable steps
to maintain emissions of the product(s) or materials below the OSHA PEL. To verify that emissions are maintained below the
OSHA PEL, the Contractor shall monitor, or shall contract to have monitored, work area exposure conditions. Monitoring shall
occur, at a minimum, during the start of work and whenever there is a change in procedure, process, or chemical or material
used. If it is deemed not practical to maintain exposures below the PEL, the Contractor shall restrict access to all areas where
exposures exceed the PEL to authorized personnel only.
A. ASBESTOS AND SUSPECT ASBESTOS CONTAINING BUILDING MATERIALS: Contractors shall, under no
circumstances, damage or disturb suspect or known asbestos containing material (ACM) unless they are a licensed Florida
Asbestos Abatement Contractor and have been specifically employed to perform asbestos repair or removal. It is the
responsibility of the Contractor to provide his or her own asbestos awareness program in accordance with 29 CFR 1926.1101.
Where required by Federal and State regulations, the Contractor is required to have asbestos surveys performed prior to any
work that includes, but is not limited to, renovation, and demolition. The asbestos survey must be performed by a firm that is
licensed in the State of Florida to perform such surveys. A copy of the asbestos survey shall be submitted to the County's
project manager. Asbestos materials may not be used or installed in any Charlotte County facilities.
37 Bid No. 2020000497
B. LEAD -CONTAINING BUILDING MATERIALS: Contractors that will disturb lead -containing building materials during
the course of work shall take all necessary precautions to protect Charlotte County employees and the public from exposure
to lead dust or contamination. These measures shall conform, at a minimum, to the OSHA requirements detailed in 29 CFR
1926.62 and applicable local, state and federal regulations. Where the Contractor is engaged in work in child -occupied
facilities, such work shall be performed in accordance with 40 CFR 745, and clearance testing shall be performed by the Loss
Control Coordinator or a licensed consultant at the conclusion of the project in accordance with the requirements of this
regulation.
C. SAMPLING AND MONITORING RESULTS: The results of all personal and area monitoring and or other samples
collected for health and safety compliance required by OSHA or any other state or federal regulatory agency shall be provided
to Charlotte County.
38 Bid No. 2020000497
BID FORM
STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
BID NO. 2020000497
TO: Senior Division Manager - Purchasing
Board of County Commissioners
Charlotte County Administration Center
18500 Murdock Circle
Port Charlotte. FI. 33948-1094
The undersigned, as bidder, does hereby declare that he has read the Request for Bids, Instructions to Bidders, General
Provisions, Technical Specifications & Conditions, Insurance, Safety & Health Requirements, Bid Form, Permit Fees, MOT
Policy and any other documentation for
STORMWATER COLLECTION SYSTEM REHABILITATION
and further agrees to furnish all items listed on the attached Bid Form in accordance with the unit sum prices submitted. The
above specified documents are herein incorporated into the Bid Form.
TOTAL ESTIMATED ANNUAL BID PRICE:
(Type/Print) (Numeric)
Manufacturer Name:
Please indicate by (-l) that you have included the following documentation with your bid:
( ) License Requirement: Certified Underground Utilities, Registered Underground Utility, Certified General,
Registered General Certified Master Plumber or Registered Master Plumber.
( ) Reference Sheet Completed
( ) Manufacturer's Material Certification
( ) Design guides and quality control procedures for product manufacturer and for product installation
( ) Installer Training and/or certification of being trained to install the product
( ) Detailed procedures for repairing product
NOTE: In accordance with Florida Statues, Section 119.071(1)(b)2: Sealed bids, proposals, or replies received by an agency
pursuant to a competitive solicitation are exempt from s. 119.071(1)(b)2 and s. 24(a), Art. I of the State Constitution, except as
provided by Florida Statutes 255.0518, until such time as the agency provides notice of an intended decision or until 30 days
after opening the bids, proposals, or final replies, whichever is earlier. Upon release of the intended decision, if you wish to
obtain the quote results, you may do so by visiting our Website at https://purchasingbids.charlottecountyf1.gov under
"Purchasing Bids Online", document number 204974. No information regarding the submittal will be divulged over the
telephone.
Name of Bidder:
(This page to be returned)
39 Bid No. 2020000497
SCHEDULE OF PRICES - STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
No.
1
Item
TV Survey/Sonar Survey
TV Survey: Pre and Post Construction Survey
Unit
LF
Qt .
150
Unit Price
$
Total
$
a.
b.
Sonar Survey: Pre and Post Construction
Survey 1/2 day is equivalent to 4 hours
DAY
'/2 da
$
$
2
3
Warranty
Light Cleaning 0-9% Accumulated Debris
LF
LF
150
150
$
$
$
$
a.
16"-29"
b.
30"-42
LF
150
$
$
C.
4
a.
1 42" or greater
Medium Cleaning (10-29% Accumulated
Debris
16"- 29"
LF
LF
150
150
$
$
$
$
b.
30"- 42"
LF
150
$
$
C.
5
a.
42" or greater
Heavy Cleaning Greater Than 30%
16% 29"
LF
LF
150
150
$
$
$
$
b.
30"-42"
LF
150
$
$
C.
42" or greater
LF
150
$
$
6
15" Cured in Place Pipe - 7.5mm
LF
150
$
$
7
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
8
18" Cured in Place Pipe - 9mm
LF
150
$
$
9
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
10
21" Cured in Place Pipe - 9mm
LF
150
$
$
11
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
12
24" Cured in Place Pipe - 10.5mm
LF
150
$
$
13
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
14
27" Cured in Place Pipe - 10.5mm
LF
150
$
$
15
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
16
30" Cured in Place Pipe - 12mm
LF
150
$
$
17
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
18
36" Cured in Place Pipe - 12mm
LF
150
$
$
19
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
20
42" Cured in Place Pipe - 16.5mm
LF
150
$
$
21
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
22
48" Cured in Place Pipe - 18mm
LF
150
$
$
23
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
24
54" Cured in Place — 19.5mm
LF
150
$
$
25
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
26
60" Cured in Place — 21 mm
LF
150
$
$
27
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
28
66" Cured in Place — 24mm
LF
150
$
$
29
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
30
72" Cured in Place — 27mm
LF
150
$
$
31
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
32
84" Cured in Place — 31.5mm
LF
150
$
$
33
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
34
96" Cured in Place — 37.5mm
LF
150
$
$
35
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
36
17"x13" Cured in Place Pipe — 7.5mm
LF
150
$
$
37
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
Name of Bidder:
(This page to be returned)
40 Bid No. 2020000497
SCHEDULE OF PRICES CONTINUED: STORMWATER COLLECTION SYSTEM REHABILITATION — ANNUAL
No.
Item
Unit
Qty.
Unit Price
Total
38
21"x15" Cured in Place Pipe - 9mm
LF
150
$
$
39
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
40
28"x20" Cured in Place Pipe - 9mm
LF
150
$
$
41
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
42
35"x24" Cured in Place Pipe - 10.5mm
LF
150
$
$
43
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
44
42"x29" Cured in Place Pipe - 12mm
LF
150
$
$
45
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
46
49"x33" Cured in Place Pipe - 16.5mm
LF
150
$
$
47
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
48
57"x38" Cured in Place Pipe - 18mm
LF
150
$
$
49
Thickness Variance +/- per 1.5mm/If
LF
150
$
$
50
Disposal of Materials
CY
50
$
$
51
Mobilization
EA
1
$
Name of Bidder:
TOTAL ANNUAL BID PRICE
(This page to be returned)
41 Bid No. 2020000497
If notified of the acceptance of this bid form, the undersigned agrees to execute a Contract for the stated compensation in the
form as prescribed by the County, within the time constraints outlined in Instructions to Bidders.
The signature below is a guarantee that the Bidder will not withdraw his/her bid for a period of sixty (60) days after the scheduled
time for opening the bids.
The undersigned agrees, if awarded this bid, to furnish a Performance and Payment Bond in the amount of 100% of the total
project price within fourteen (14) calendar days after notification of award to the Purchasing Division for those Work Orders
with an excess value of $200,000. The undersigned shall be responsible and bear all costs associated to record Performance
and Payment Bond with the Charlotte County Clerk of Court Office. Receipt of said recording shall be furnished to the
Purchasing Division.
Enclosed is a bid bond or cashier's check in the amount of $ , which is not less than 5% of the total bid price, as
guarantee that the undersigned will enter into a Contract for the work/material as required in this Bid Document. Note: Failure
to submit a 5% bid bond will be cause for rejection of bid.
All contract documents (i.e.; performance and payment bond, cashier's check, bid bond) shall be in the name of
"Charlotte County".
The undersigned acknowledges receipt of the following addenda, and the cost, if any, of such revisions has been included in
the price bid.
Addendum No. Dated ;Addendum No. Dated ;Addendum No. Dated
Addendum No. Dated ;Addendum No. Dated ;Addendum No. Dated
HOLD HARMLESS AGREEMENT:
(name of firm), it's officers and members shall, through the signing of this
document by an authorized party or agent, indemnify and hold harmless Charlotte County, a political subdivision of the state
of Florida, its officers, agents, employees, and volunteers, from liabilities, damages, losses and costs, including, but not limited
to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of
and persons employed or utilized by in the performance of this contract.
(name) agrees that the first ten dollars ($10.00) of compensation received under this contract
represents specific consideration for this indemnification obligation.
Type of Organization (Please Check One): Individual Ownership Joint Venture
Partnership Corporation
Name of Bidding Firm
Mailing Address
Location Address
City & State
Telephone
E-mail
ZIP
Fax Number
Name/Title of person authorized to bind the Company:
Signature of person authorized to bind the Company:
Date:
(This form to be returned)
42 Bid No. 2020000497
SOURCE OF SUPPLY AND SUBCONTRACTORS
The following sources of supply and subcontractors shall be used for the STORMWATER COLLECTION SYSTEM
REHABILITATION - ANNUAL project. If bidder does not have a source of supply or subcontractor, insert "to be determined".
When a source or subcontractor is determined, selection will be subject to County approval. (If not applicable, state N/A).
2.
3.
I'm
Source of Supply Subcontractor(s)
2.
3
5
DRUG FREE WORKPLACE FORM
The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that
of business) does:
(name
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of
a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees
for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free
workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that
may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the
statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities
or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the
employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days
after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if
such is available in the employee's community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
Signature
Dated
(This form to be returned)
43 Bid No. 2020000497
REFERENCES — STORMWATER COLLECTION SYSTEM REHABILITATION - ANNUAL
Contractor shall submit a minimum of three (3) recent (within the past five (5) years) references of projects of similar size and
scope. Each reference shall include a project description, project location, name and phone number of a contact person, total
project amount, and completion date. The County reserves the right to contact references.
1. Project Owner / Company:
Name of Contact Person:
Address:
City & State:
Project Description:
Total Project Amount: $
2. Project Owner / Company
Telephone #
Zip Code:
Completion Date:
Name of Contact Person: Telephone #
Address:
City & State: Zip Code:
Project Description:
Total Project Amount: $
3. Project Owner / Company
Completion Date:
Name of Contact Person: Telephone #.
Address. -
City & State: Zip Code:_
Project Description:
Total Project Amount: $
4. Project Owner / Company:
Name of Contact Person:
Address:
City & State:
Project Description:
Total Project Amount: $
Name of Bidder:
Completion Date:
Telephone #
Zip Code:
Completion Date:
(This page to be returned)
44 Bid No. 2020000497
CHARLOTTE COUNTY
PUBLIC WORKS DEPARTMENT
CHARLOTTE COUNTY, FLORIDA
POLICY
Subject:
Effective Date:
From:
Maintenance of Traffic (MOT)
August 5,
Joanne Vernon,
Policy
2019
County Engineer
Applies to:
Last Amended:
Page:
All Employees of the Charlotte County
August 2019
Board of County Commissioners
1 of 6 pages
The purpose of this policy is to provide instructions to assure that all work being
performed in the County's rights -of -way are performed under both The Manual of
Uniform Traffic Control Devices (MUTCD) and The Florida Department of
Transportation (FDOT) Roadway & Traffic Design Standards thus, assuring a safe
environment for both the worker(s) and driver(s) on all County roads. Short term
projects that last only a few hours will not be held to the same planning outlined in this
policy however they shall still be subject to MUTCD and FDOT standards. The entire
MOT Policy must be followed even if it is more stringent than the MUTCD and FDOT
standards.
This policy shall apply to all work in the rights -of -way including that performed by
contractors working for the County, contractors working for developers, utility
companies (including work being performed by their personnel or contractors/sub-
contractors) and all County work forces within each department of each division. Both
internal requirements (departmental) as well as external requirements (contractors) are
governed by this policy. A copy of this policy shall be attached to all permits for
contractor compliance. All instruction references to the MUTCD Part VI and Index 600
of the Florida Department of Transportation Design Standards, shall apply to the latest
edition.
The contractor shall at all times take every available precaution to safeguard the public as
well as the construction workers. The contractor's personnel shall comply with the
Maintenance of Traffic requirements, comply with reasonable requests from County
employees, and act courteously with the public.
t. All personnel working within the County's rights -of -way shall at ALL times,
wear FDOT approved safety vests, including those who may be periodically
on -site and out of their vehicles, i.e., supervisors, foreman, testing personnel,
etc.
No personnel in the County's rights -of ways shall wear headphones or
earbuds.
2. Each contractor shall submit a Maintenance of Traffic Plan for any
construction project involving work or activity that may affect traffic on any
County street, roadway, bike path, or sidewalk, and obtain approval prior to
P \ADMINSVC\word docs\ADMIN\Word Docs 2000-2010\08 Word Docs
CHARLOTTE COUNTY
PUBLIC WORKS DEPARTMENT
CHARLOTTE COUNTY, FLORIDA
POLICY
Subject:
Effective Date:
From:
Maintenance of Traffic (MOT)
August 5,
Joanne Vernon,
Policy
2019
County Engineer
Applies to:
Last Amended:
Page:
All Employees of the Charlotte County
August 2019
Board of County Commissioners
2 of 6 pages
the start of the project. The MOT plan submitted will only be good for 60
days from the date approved. If work does not commence prior to the 60 day
timeframe, a new MOT plan must be submitted and approved prior to any
construction beginning.
The MOT Plan shall consist of one or more engineering drawing(s) signed and
dated by a person certified by the International Municipal Signal Association
(IMSA), Florida Intermediate or American Traffic Safety Services
Association (ATSSA), in work zone traffic safety, qualified and
knowledgeable in the field of traffic engineering, detailing traffic control for
any road construction, detours, or road closures. If any changes to the MOT
occur during any phase of the project, a revised MOT Plan shall be
immediately submitted and approved reflecting all changes.
4. For all work within the County rights -of -way, where construction operations
will alter traffic activities, the contractor will designate a qualified individual
who will be responsible to implement, inspect, and/or supervise the
placement, maintenance, and removal of traffic control devices in the work
zone. The person responsible, possessing current valid and verifiable wallet
cards from the above approved courses, shall be the only person approved to
work on the maintenance of traffic and shall remain on site during any time of
activity. This person must also be fluent in the English language.
Traffic control devises shall be maintained in the work zones at all times.
Traffic control devises shall be installed and maintained to meet federal and
state standards set forth in the most current MUTCD, FDOT Design Standards
and in accordance with Charlotte County Maintenance of Traffic Policy
Specifications. Maintaining traffic control devices shall consider proper
position, cleanliness, legibility, and daytime and nighttime visibility and
reflectivity. To assure adequate maintenance the work zone shall be inspected
daily. Damaged or deteriorated traffic control devices shall be replaced.
All equipment and hazards left in the rights -of -way during hours of darkness
are to be barricaded off. All signs and barricades requiring lights shall have
Type A flashing lights in good working order. Any further traffic control
R\ADMINSVC\word docs\ADMIN\Word Docs 2000-2010\08 Word Docs
CHARLOTTE COUNTY
PUBLIC WORKS DEPARTMENT
CHARLOTTE COUNTY, FLORIDA
POLICY
Subject:
Effective Date:
1 rorn:
Maintenance of Traffic (MOT)
August 5,
Joanne Vernon,
Policy
2019
County Engineer
Applies to:
Last Amended:
Page:
All Employees of the Charlotte County
August 2019
Board of County Commissioners
3 of 6 pages
devices deemed necessary during the project are to be provided by the
contractor at the contractor's expense.
7. Type B High Intensity Flashing Warning Lights shall be mounted on the first
and second advanced post mounted warning signs on all approaches to any
work zone.
8. All road, bridge, or sidewalk closure barricades will have Type A flashing
lights in working order.
9. Areas around schools that are in session must have sidewalks that are opened
at minimum of one hour before to at one half hour after school starting in the
morning and one half hour before to one hour after school is let out in the
afternoon, unless written permission is granted by the School Board to close
the sidewalk.
10. Work will not be permitted in the school zone from one hour before to one
half hour after school starting in the morning and at one half hour before to
one hour after school is let out in the afternoon, unless written permission is
granted by the School Board.
11. No construction equipment shall travel on or cross a public roadway without a
yellow flashing beacon and accompanied by flagging personnel to safely
guide the equipment until it is safely off the roadway out of the clear zone.
12. Every attempt shall be made to avoid road closures. Where it is not possible to
completely avoid road closures, the following procedures shall be followed:
a. Road closures shall be limited, if possible, to single lane closures with
traffic controlled by flagmen. Flagging operations and flagmen shall
comply with MUTCD requirements and flagmen shall be certified in a
flagging operation. Flagging is not to begin until the proper signage is in
place. When flagging is not being performed, the signs must be covered
up, turned away from traffic or removed from the job site.
3
P:\ADMINSVC\word docs\ADMIN\Word Docs 2000-2010\08 Word Docs
CHARLOTTE COUNTY
PUBLIC WORKS DEPARTMENT
CHARLOTTE COUNTY, FLORIDA
POLICY
Subject:
Effective Date:
From:
Maintenance of Traffic (MOT)
August 5,
Joanne Vernon,
Policy
2019
County Engineer
Applies to:
Last Amended:
Page:
All Employees of the Charlotte County
August 2019
Board of County Commissioners
4 of 6 pages
b. If the work cannot be performed without closing all traffic lanes, but the
closures can be limited to intervals no longer than five-minute duration's
(e.g., to accommodate necessary equipment operations) flagmen shall be
used to control traffic as necessary. All equipment crossing the roadway is
to be escorted by flaggers.
If the work cannot be performed without closing all traffic lanes for
periods longer than five (5) minutes at a time, provisions shall be made to
maintain access to all developed properties. Access shall be properly
signed and/or marked detours or other approved methods.
d. A detailed Maintenance of Traffic Plan shall be prepared by the contractor
or other responsible entity for all situations where any lane closures are
proposed. The detailed MOT Plans shall show the limits of the road
closure, detour routes and/or other means of maintaining access,
temporary signing and marking that will be used, and any other
information deemed necessary by the County Engineer. The MOT Plan for
road closures shall be submitted to the Engineering Department at least
two weeks prior to each road closure. No road closures, other than
emergencies, are authorized without the prior annroval of the Countv
Engineer. No road closures will begin on a Countv Holidav or
weekend.
e. If the road closure is authorized by the County Engineer, the following
organizations shall be notified seven days prior to the closure and again 24
hours prior to the closure. If the closure will extend for more than one (1)
day, notifications shall be made each day to inform these organizations of
the road closure that will be in effect the following day:
P \ADMINSVC\word docs\ADMIN\Word Docs 2000-2010\08 Word Docs
CHARLOTTE COUNTY
PUBLIC WORKS DEPARTMENT
CHARLOTTE COUNTY, FLORIDA
POLICY
Subject:
Effective Date:
From:
Maintenance of Traffic (MOT)
August 5,
Joanne Vernon,
Policy
2019
County Engineer
Applies to:
Last Amended:
Pave:
All Employees of the Charlotte County
August 2019
Board of County Commissioners
5 of 6 pages
• Charlotte County Public Works
• Public Relations Manager- Tracy.Dohertv(a�charlottecount�fl ov
Phone (941) 575-3643
-Emergency services:
Sheriff FIRE/EMS Fire Headquarters
(941) 639-2101 (941) 833-5600 (941) 833-5600
• Charlotte County School Board:
Transportation Division (941) 575-5432
• The Media: Newspaper/Radio Stations (Notify applicable one(s))
Charlotte Sun Herald (941) 206-1000
Charlotte Herald Tribune Newspaper (941) 473-5475
Englewood Sun Herald Tribune Newspaper (941) 681-3000
Sarasota Herald Tribune Newspaper (941) 953-7755
Venice Gondolier Newspaper (941) 207-1000
I Heart Media — Port Charlotte, Punta Gorda, Sarasota (941) 206-1188
KIX Country 92.9 WIKX Radio Station —Punta Gorda (941)206-1188
98.9 my FM— Port Charlotte, Punta Gorda (941) 206-1188
Seaview 104.9 Radio Station — Punta Gorda (941) 206-1188
All property owners, residents and tenants of the affected properties
(continuing notification not required).
f. If immediate road closure is necessary to safeguard life and/or public
safety or private property, prior approval shall NOT be required.
However, the notifications required under e. above shall be made as soon
as practicable provided that the notification effort does not compromise
the efforts to safeguard life and/or property.
13. All initial MOT Plans (not involving road closures) and proposed changes
shall be submitted to the County Transportation Engineer, or designee, for
approval, at least two weeks prior to the start of work.
P:\ADMINSVC\word docs\ADMIN\Word Docs 2000-2010\08 Word Docs
CHARLOTTE COUNTY
PUBLIC WORKS DEPARTMENT
CHARLOTTE COUNTY, FLORIDA
POLICY
Subject:
Effective Date:
From:
Maintenance of Traffic (MOT)
August 5,
Joanne Vernon,
Policy
2019
County Engineer
Applies to:
Last Amended:
Page:
All Employees of the Charlotte County
August 2019
Board of County Commissioners
6 of 6 pages
14. Failure to comply with the stipulations set forth in this policy will result in
immediate suspension of work, and/or revoking of the permit until such time
as the affected party comes into compliance.
Original: 9/ 15/ 1995
Revisions: 3/01/1997
9/29/2003
7/ 10/2006
3/20/2012
3/24/2014
11/10/2015
8/31 /2016
7/26/2017
9/24/2018
8/5/2019
PAADMINSVC\word docs\ADMIN\Word Docs 2000-2010\08 Word Docs
Charlotte County
Community Development Department
Official Use Only
18400 Murdock Circle, Port Charlotte, FL 33948-1074
Phone: 941.743.1201 Fax: 941.764.4907
'
Zoning: 941.743.1964Toll Free from Englewood:941.697.2919
Email: BuildingSvcs@CharlotteFL.com
Business
www.CharlotteCountVFL.gov
'To exceed expectations in the delivery of public services"
Fee Schedule for Permits & Associated Services
Building, Right -of -Way, Zoning, Planning & Mapping
(Surcharges Amended & Effective on October 1, 2010 in accordance with Section 553.721 of the Florida Statutes)
Valuation Based Permits (note: a 3% Surcharge, $4 minimum, is added to the fee; Plans Review Fees may also apply) The following
permit types have their tee based on building valuation. Valuation comes from the most recent Building Valuation qata normally
published each February & August by the International Code Council (ICC) on the ICC website www.iccsafe.org
Only a signed and sealed contract may be substituted for valuation purposes in order to
appeal the calculated fee and only if the contract includes all phases of construction including contractor overhead and profit.
• One & Two Family, Commercial and Multifamily types less than $50,000 in valuation: _ $90
• One & Two Family types more than or equal to $50,000 in valuation: = Valuation x 0.004 = Permit Fee
• Commercial & Multifamily types more than or equal to $50,000 in valuation: = Valuation x 0.005 = Permit Fee
Flat Fee Based Permits (unless valuation is at or above $50,000 (note: a $4 Surcharge is added to the fee))
These permits MAY be eligible for a discounted fee of $45 each plus the $4 surcharge each if the following conditions are met: 1) The
permits are for individual units in one condo building OR are consecutive houses on the same street, 2) The permits are all of the same
type for the same work, 3) More than 10 (ten) permits are required, and 4) Inspections are called in in multiples of five or more.
Flat Fee for the following:
Baby Barrier
Barn
Boatlift
Cage
Carport
Communication Tower
Deck
Demolition
Door
Electrical Power Pole
Electrical Service Change
Fire Alarm
Fire Sprinkler
Fire Suppression System
Fuel Tank
Hood Suppression
Irrigation System
Kitchen Hood
LP Tank
Parking Lot Milling
Parking Lot Restripe
Parking Lot Resurface
Pool Heater
Plumbing
Dock Hurricane Protection Sewer Connection
Shed (Stick Built)
Shed (DCA > 100 sq. ft.)
Solar Photovoltaic
Spray Booth
Sign
Tent
Water Heater
Window Replacement
$90
Special Flat Fee Based Permits (unless valuation is at or above $50,000 (note: a $4 Surcharge is added to the fee))
Flat Fee for the following:
_
$200
DCA Home
Mobile Home
Residential Interior Remodel
Garage
Residential Addition
Swimming Pool
Plans Review*/Inspections
Pre -Application (this fee is credited towards the permit fee
Plans Amendment/Change:
when the permit is issued):
0 Residential =
$50
• Single Family Residential Types
= $150
• Commercial =
$75
• Commercial/Multifamily Types
= $200
Re -Stamp of Plans: _
$50
Plans Review Rejection:
Re -Inspections:
• 151 Rejection
= $0
0 1" Re -Inspection =
$50
• 2nd Rejection
= $75
0 2nd Re -Inspection =
$100
• 3rd Rejection
= $150
03rd + Re -Inspection =
$150
• 4`h or more Rejection
= $225
0Partial Inspection =
$50
*(non-refundable)
Miscellaneous
Expired Permit Renewal —2 or more renewals require a letter of hardship addressed to the Building Official
Renewal Type
Initial permit cost (building)
Renewal cost
Flat Fee Trade permits
$90
$90 per renewal
All other permits — 1" Renewal
Various
$200 or 25% of the initial building fee whichever is greater
All other permits — 2n Renewal
Various
$200 or 50% of the initial building fee whichever is greater
All other permits — 3r Renewal
Various
$200 or 75°% of the initial building fee whichever is greater
All other permits — 4` Renewal
Various
$200 or 100°% of the initial building fee whichever is greater
$90
Moving Permit (both in & out of county)
Failure to Obtain a Permit Prior to Commencing Work Will Result in a Penalty of Up to Quadruple the Original Fee Page 1 of 2
Permit Extension Request (15t 90 days — in writing & made prior to permit expiration) _ $63
Permit Extension Request (2nd 90 days — in writing & made prior to permit expiration) _ $100
Stop Work Order (i.e. to have the SWO lifted) _ $50
Temporary Certificate Of Occupancy — Must be requested in writing to the Building Official
Time Period
1st 30 Days
2nd 30 Days
3rd 30 Days
Additional 30 day periods
Residential
$ 100.00
$ 200.00
$ 300.00
$ 600.00
Commercial
$ 200.00
$ 400.00
$ 500.00
$ 900.00
Right of Way & Stormwater Division
(Note: Right of Way Permits expire after one (1) year unless a renewal fee of $29 is paid.)
Right of Way Permit or Service: Stormwater
Line & Grade $310 10 acres or less $580
Pool $90 More than 10 acres $580 + $21 per acre over 10 acres
Right of Way Plans Review or Permit $90
Right of Way Utility Permit $140
Re -Inspection $90
Zoning Division
Permits & Plans Review
Plans Review/Inspection/Re-Inspection
Seawalls, Boat Lifts and Docks
$95
New Commercial Review
$65
Fence (Residential or Commercial)
$30
Commercial Re -Submittal
$50
Residential and Commercial Miscellaneous
$22
Single Family -Residential Review
$50
Signs (including additional and temporary signs)
$22
Single Family Re -Submittal
$50
Temporary Event/Use Permits/Reviews
Zoning Re -Inspection
$50
Type 1 (small)
N/A
Miscellaneous
Type 2 (medium)
$300
Zoning Verification Letter
$35
Type 3 (large)
$1,000
Permit/Code Case/Lien Research Request
$35
Plans Change
Minor Home Occupation
$50
Commercial
$22
Current and Comprehensive Planning
Residential
$22
Appeal (of a decision by the Zoning Official)
$235
Environmental Reviews
Special Exception or Variance (See Zoning Code for
list)$880
Commercial or Multifamily Landscape/Tree Permit
$80
Variance - Administrative (See Zoning Code for list)
$175
Commercial or Multifamily Landscape/Tree Permit
$50
BZA Administration
$180
(RESUBMITTAL)
P&Z or BCC Continuance
$220
Single Family or Duplex Landscape/Tree Permit
$70
Small Scale Plan Amendment
$2,490
Single Family or Duplex Landscape/Tree Permit
$50
Large Scale Plan Amendment
$2,640
(RESUBMITTAL)
Environmental Inspections & Mulching Permit
$55
Small Scale Plan Amendment & Rezoning (no PD)
$2,490
Rezoning (no Planned Development)
$2,490
Density Transfers
Rezoning for Planned Development
$4,540
Certification of a Sending Zone
$655
Major Modification of Planned Development
$2,590
Transfer of Density Units W/Certificate
$45
Community Development Districts
$15,000
Transfer of Density Units
DRI Master Development Order
$22,000
W/Certification of Sending Zone
$700
DRI Substantial Deviation
$22,000
Transfer of Density Units W/LATF
$130
DRI Amendment (Notice of Proposed Change)
$3,350
Appeal of TDU ordinance
$1,485
DRI Bi-Annual Report Administrative Fee
$250
Note: Excessive recording or advertising costs will be paid by
the applicant.
Land Information & Mapping Division
Street Name Changes— Public
$460
Data disc (CD/DVD)
$35
Street Name Changes — Private
$405
Aerial prints (black & white)
$10
Address Verification Letter
$15
Aerial prints (color)
$31.05
Address Number Change
$15
Aerial images on disc (All -county)
$35
Address Permit Review (Per Unit)
$15
Mailing —tube
$3
Property Owner Notification (Per 25 Letters)
$15
Mailing — postage as dictated by USPS ($4.80 minimum) varies
Hourly specialized map rate $41.20/hour
Data on supplied Flash Drive
N/C
Impact Fees (please see the fee schedule online at www.charlottecountyfl.com/GrowthManagement/ImpactFees.asp)
Failure to Obtain a Permit Prior to Commencing Work Will Result in a Penalty of Up to Quadruple the Original Fee Page 2 of 2
COUNTY OF CHARLOTTE
PURCHASING DIVISION
Charlotte County Administration Center
18500 Murdock Circle
Port Charlotte, Florida 33948-1094
(941) 743-1378
TO: PROSPECTIVE BIDDERS
DATE: JUNE 25, 2020
RE: ADDENDUM #1 BID NO. 2020000497 — STORMWATER COLLECTION SYSTEM REHABILITATION
BID OPENING DATE: 2:00 p.m. (EST) JULY 1, 2020
Bidders are hereby notified that this Addendum shall be made a part of the documents. The intent is to add to, modify, or
clarify the documents. Should any of these items have an effect on price, such changes shall be included in the price bid.
These items have the same force and effect as if contained in the original.
ITEM #1: QUESTIONS/ANSWERS:
Q1. Would the County consider Ultraviolet Cured -in -Place Pipe Lining (UVCIPP) to be considered in this scope as a separate
method?
A1. No. Please see Technical Specification TS-10, Section B, Liner Material Certification, page 27 of the Bid Document.
Q2. Will there be a minimum quantity for any release of work?
A2. No. Each location is quoted separately and will be paid when accepted by the County.
Q3. Does the County have a location for the dumping/disposal of any debris removed from the pipes during the cleaning?
A3. Debris removed from the pipes will be the responsibility of the Contractor to dispose of properly. Please refer to TS-12 B
1 Thru 7 of the Technical Specifications.
Q4. Can the bidders assume that all inlet/outlet structure for the pipes to be lined will have adequate access for men and
equipment?
A4. No. There may be varying conditions and challenges that will need to be addressed Please see TS-11 1 Thru 3 of the
Technical Specifications.
Q5. On the Count website we were able to locate the bid award information for the previous bid 17-361 Stormwater Collection
System. Are the unit prices utilized for that award available?
A5. The previous unit prices used for award are on the Purchasing Website. The quantities listed on the Bid Form are for Bid
evaluation only.
Q6. Our firm is not listed on the Registered Vendors Notified Listing for this project. Can we Bid the project? Is there something
that we need to do to become a Registered Vendor?
A6. Your Company can submit a bid if you meet the requirements of the Request for Bids. You can complete a Vendor
Registration on the Purchasing Website and you will be notified of all future projects.
Q7. In reference to item no 51 Mobilization, as the unit price box is shaded out we are assuming that the Contractor is asked
not to enter any pricing for this pay item, is this a correct assumption? Could the owner/engineer please clarify what amount
will be compensated to the contractor per purchase order?
A7. The intent is to receive a lump sum price for mobilization based on Each occurrence or PO issued.
Bid No. 2020000497 Addenda #1
Q8. In reference to performing bypass/dewatering operations as the project is unidentified and the extend of risk/unknow factors
are very large, it will be very helpful if the owner engineer please could add pay items for bypass pumping for various pump
size (4", 6" , 8" cost per day includes setup and operation and associated piping to support bypass/dewatering operations)?
This will allow the contractors to provide better pricing.
A8. This is incidental to the contract.
Q9. In reference to bid item no 1.b could the owner/engineer please clarify if the unit price to be stated is the full day price and
that the total price for 1.b will show what the half day price?
A9. Unit price is by Half Day four (4) hours.
Q10. In reference to bid item no 2. could the owner/engineer please clarify if this pay item also needs to cover mobilization or
will it be paid separately? If yes, could the owner engineer please state what could be the average approximate LF of quantity
the Owner/Engineer anticipates releasing per purchase order for this pay item?
A10. Warranty is by linear foot (LF) installed.
Q11. In reference to bid item no 2. could the owner/engineer please clarify if the subject pipe that needs to undergo a warranty
inspection and has debris to an extent that a CCTV inspection can be performed without cleaning the pipe. In such a case how
will the contractor be compensated for perform cleaning services in order to accommodate warranty inspection?
A11. Please see TS-02-4 and TS-13-4 of the Technical Specifications.
Q12. In reference to section "C. BID PACKAGE PAYMENT ITEMS'; sub section "2. Cured -in -Place Pipe Lining" the
specification here reference work related to sewer pipe could the owner/engineer please clarify if the CIPP works is for Sewer
pipe or Storm pipe?
Al2. The contract may be utilized by any County Department for Storm Water or Sanitary Sewer Rehabilitation.
Q13. In reference to section "C. BID PACKAGE PAYMENT ITEMS"; sub section "2. Cured -in -Place Pipe Lining" the
specification state that the unit pricing needs to include pipe cleaning. But in the same section under point #3 there is a verbiage
which also says "Storm Sewer line cleaning is listed as a separate bid item. This item is listed for all cleaning of storm sewer
pipes and other work required to clean the sewers to a degree acceptable for television inspection so that subsequent repairs
can be made." Could the owner/engineer please clarify if the CIPP bid unit prices needs to include pre rehab pipe cleaning?
A13. Line cleaning is listed as a separate Bid Item.
Q14. In reference to section TS-11 CURED -IN -PLACE PIPE LINING" Could the owner/engineer please state what products
are approved by the County for the CATCH BASIN RECONNECTION SEALING?
A14. Contractor would be required to have product approved by the County prior to use.
Q15. Could the Owner/Engineer please share previous bid tabulations of similar project scope?
A15. Please see TS-01, Section C.
Q16. Could the Owner/Engineer please share a summary of purchase orders history released in pervious year annual contract
of similar scope?
A16. No.
Q17. Could the Owner/Engineer please share the anticipated project budget per year?
A17. Please see TS-14 of the Technical Specifications.
Q18. Could the owner/engineer please clarify if the County will be providing a disposal site for disposing debris collected from
cleaning operation of the lines at no cost to the Contractor? If yes, please share the address to the disposal site. If no, please
state the places where the Contractor can dispose the debris?
A18. Please see TS-12 B 1 Thru 4 of the Technical Specifications.
Q19. Will the Owner provide a location for the disposal of sand and debris from the pipe cleaning operations?
A19. Addressed in question #3.
Q20. Considering that the liner installations are occurring in storm water pipes, can the use of polyester/catalyst resin system
be approved for use on the project?
A20. Contractors Submittal for material to be used will be approved by the County prior to award. Please see TS-10 B of the
Technical Specifications.
Bid No. 2020000497 Addenda #1
Q21. A tensile strength requirement of 3,OOOpsi is identified for main lines on Page 27, TS-11.4B. Tensile testing of liners per
ASTM F1216 only applies to pressure pipe systems. Can the requirement for tensile strength be removed from the project
specifications?
A21. No. The contract may be utilized by other departments for sanitary and or storm water rehabilitation.
Q22. Can you please provide a brief description of the work that would be encountered, and materials to be utilized relative to
"Catch basin reconnection sealing" identified on page 29, TS-11, item D.
A22. Addressed in Addendum, question #14.
Q23. What is the annual budget for this project?
A23. Please see TS-01 C of the Technical Specifications.
Q24. Are the releases of work for this annual project spaced out through the year or released at the same time?
A24. Purchase Orders will be issued for work on an as needed basis.
Q25. Is the Sonar Inspection for Bid Item lb to be above ground, or form within the pipe?
A25. Above ground.
This addendum is binding and is to be considered as if contained within the original bid documents of Bid No. 2020000497.
Bidders are required to acknowledge receipt of this addendum on their bid forms.
Signature on File
Kimberly A. Corbett, C.P.M., CPPB
Director of Purchasing
KAC/acm
cc: Randy Vowel, Public Works, Project Manager
Clerk's Office, Minutes Division
File
Bid No. 2020000497 Addenda #1
EXHIBIT B
E R LA" rD
GROUP INC
Rmcaimmimm"C Cc>r4"rRACTOR
October 29, 2020
David Tinoco
Superintendent
Water Distribution & Stormwater
Public Utilities Department
Village of Tequesta
Dear Mr. Tinoco,
Hinterland Group, Inc. hereby agrees to enter into contract with the Village of
Tequesta under the conditions of our current Charlotte County Stormwater
Collection System Rehabilitation, Bid #20-497, by means of piggybacking.
We look forward to working with your staff and if you have any further questions
or additional information is required, please do not hesitate to contact Chase
Rogers at crogers@hinterlandgroup.com or 561-640-3503.
Sincerely,
Chase Rogers
Project Director
Hinterland Group, Inc.
2051 W BLUE HERON BLVD. FZMERA BEACH, FL 33404
561-640-3503 OFFICE 561-640.3504 FAX
CGC 1520354 CUC 1224634 CBC 1255077 EC 13003615
PROJECT WORK AUTHORIZATION NO. 1 WITH HINTERLAND GROUP FOR
STORMWATER COLLECTION SYSTEM REHABILITATION PROJECTS
THIS PROJECT WORK AUTHORIZATION NO. 1 is entered into and effective this _
day of by and between the VILLAGE OF TEQUESTA, a Florida municipal
corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized
and existing in accordance with the laws of the State of Florida, hereinafter the "Village"; and
HINTERLAND GROUP, INC., a Florida corporation with offices located at 2051 West Blue
Heron Boulevard, Riviera Beach, Florida, 33404, hereinafter the "Contractor" and collectively
with the Village, the "Parties".
1.0 Authorization
This Project Work Authorization is issued pursuant to the Agreement for Pipeline Continuing
Construction services between the Village and the Contractor, dated April 8, 2021, hereinafter the
"Agreement". If there are any conflicts between the terms and conditions of this Project Work
Authorization and the Agreement, the terms and conditions of the Agreement shall prevail.
2.0 Proiect Description:
The Utilities Department has - identified a need to line approximately 5,179 linear feet of
—�'- stormwater conveyance piping including associated cleaning and repair services.
3.0 Scope of Services
Under this Project Work Authorization, the Contractor will provide the construction services to
the Village as detailed in the scope of work incorporated herein as Exhibit "A".
4.0 Schedule
The services to be provided under this Project Work Authorization shall be Substantially Complete
within one hundred and twenty (120) calendar days and Finally Complete within one hundred and
fifty (150) calendar days from the Village's issuance of a Notice to Proceed.
5.0 Liquidated Damages
Contractor shall pay the Village $50 for each day that expires after the time (as duly adjusted
pursuant to the Agreement) specified in the Schedule above for Substantial Completion or Final
Completion until the Work is substantially complete or finally complete respectively.
6.0 Compensation
In consideration for the above Scope of Services and within the Agreement, pricing shall be
pursuant to the Agreement. In consideration for the above Scope of Services and pursuant to
Exhibit "B", the Village shall pay the Contractor a total amount not to exceed five hundred four -
three thousand, two hundred seventy-two dollars and zero cents ($532,480.00).
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
HINTERLAND GJLOUP, INC.
A A ..............
By: Daniel uk Preg* GpR?ORgTF
=r SEAL
(C8rporate 6
�: 'c�OR10P.•'• �=
VILLAGE OF TEQUESTA �''�..,,,,,,;,,,�.���`'���,``
By:. .. ail Qa,..wa Mavor --
F iL tUftmbra, l►►
Lk
(Seal)
�r cc
l INC
pRLA
D
EXHIBIT A
PROJECT WORK AUTHORIZATION NO. 1 WITH HINTERLAND GROUP FOR
STORMWATER COLLECTION SYSTEM REHABILITATION PROJECTS
THIS PROJECT WORK AUTHORIZATION NO. 1 is entered into and effective this _
day of by and between the VILLAGE OF TEQUESTA, a Florida municipal
corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized
and existing in accordance with the laws of the State of Florida, hereinafter the "Village"; and
HINTERLAND GROUP, INC., a Florida corporation with offices located at 2051 West Blue
Heron Boulevard, Riviera Beach, Florida, 33404, hereinafter the "Contractor" and collectively
with the Village, the "Parties".
1.0 Authorization
This Project Work Authorization is issued pursuant to the Agreement for Pipeline Continuing
Construction services between the Village and the Contractor, dated April 8, 2021, hereinafter the
"Agreement". If there are any conflicts between the terms and conditions of this Project Work
Authorization and the Agreement, the terms and conditions of the Agreement shall prevail.
2.0 Project Description:
The Utilities Department has identified a need to line approximately 5,179 linear feet of
stormwater conveyance piping including associated cleaning and repair services.
3.0 Scope of Services
Under this Project Work Authorization, the Contractor will provide the construction services to
the Village as detailed in the scope of work incorporated herein as Exhibit "A".
4.0 Schedule
The services to be provided under this Project Work Authorization shall be Substantially Complete
within one hundred and twenty (120) calendar days and Finally Complete within one hundred and
fifty (150) calendar days from the Village's issuance of a Notice to Proceed.
5.0 Liquidated Damages
Contractor shall pay the Village $50 for each day that expires after the time (as duly adjusted
pursuant to the Agreement) specified in the Schedule above for Substantial Completion or Final
Completion until the Work is substantially complete or finally complete respectively.
6.0 Compensation
In consideration for the above Scope of Services and within the Agreement, pricing shall be
pursuant to the Agreement. In consideration for the above Scope of Services and pursuant to
Exhibit "B", the Village shall pay the Contractor a total amount not to exceed five hundred four -
three thousand, two hundred seventy-two dollars and zero cents ($532,480.00).
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and
year first above written.
WITNESSES: HINTERLAND GROUP, INC.
ATTEST:
Lori McWilliams, MMC
Village Clerk
By: Daniel A. Duke, President
(Corporate Seal)
VILLAGE OF TEQUESTA
By: , Mayor
(Seal)
EXHIBIT A - SCOPE OF WORK
1.0 SUMMARY OF WORK
The project components generally include mobilization, general conditions, bonds, insurance, pre -
and post -television surveys, pipe cleaning, furnish and install cured -in -place stormwater pipe,
grouting pipe terminations, bypass pumping, disposal of materials, permit compliance, maintenance
of traffic and pedestrian access around the sites, utility coordination, and surface restoration.
The work included in this Work Authorization include:
Item 1 a — TV Survey: Pre and Post Construction Survey
5179 LF
Item 2 — Warranty
5,179 LF
Item 3a — Light Cleaning (16"-29")
1,313 LF
Item 3b — Light Cleaning (30"-42")
1,787 LF
Item 6 — 15" Cured in Place Pipe-7.5mm
1,292 LF
Item 8 — 18" Cured in Place Pipe-9mm
1,874 LF
Item 12 — 24" Cured in Place Pipe- 10.5mm
700 LF
Item 16 — 30 Cured in Place Pipie-1 2mm
1,313 LF
1 5" Point Repair
1 EA
Underwater Cutout
1 EA
MOT for Seabrook Rd Cutout
1 EA
Pressure Grout Catch Basin
10 EA
The specific locations for stormwater pipe lining and repair under this Work Authorization are
identified in Attachment A.
Notes:
1. The Contractor has visited the work sites and determined that Light Cleaning (Bid Item No. 3),
as defined in the underlying piggyback agreement, is the is warranted for this project and will
be applied to this project.
2. Mobilization is considered incidental to the work and no separate payment will be made.
3. Disposal of materials is considered incidental to the work and no separate payment will be
made.
2.0 MAINTENANCE OF TRAFFIC
A) In the Contractor's use of streets and highways for the Work to be done under these
Specifications, conform to all Municipal, County, State and Federal laws and regulations as
applicable. Provide, erect and maintain effective barricades, warning lights, and signs on all
intercepted streets or highways for protection of the Work and safety of the public. All
barricades or obstructions which encroach on or are adjacent to the public rights of way should
be provided with lights which are illuminated at all times between sunset and sunrise.
B) Contractor shall schedule Work to cause minimum disturbance of normal pedestrian and
vehicular traffic and be responsible for providing suitable means of access to all public and
private properties during all stages of the construction. Other than for an emergency safety
condition, the Contractor must contact the Owner for approval prior to completely blocking off
any street to vehicular traffic during construction. Contractor shall provide written notification to
emergency, police, fire and other appropriate agencies at least 24 hours in advance of new
work or changed work.
C) Maintain traffic in accordance with Section 102 of the Florida Department of Transportation
Standard Specifications for Road and Bridge Construction, 2007 Edition, except as follows:
a. Contractor is responsible for preparing a Maintenance of Traffic plan. Submit plan for
Owner or roadway authority (City, County, D.O.T.) review. The Maintenance of Traffic
plan must be prepared by a person who is certified by an FDOT certified school or an
engineer licensed in the State of Florida.
b. Maintenance of Traffic is considered incidental to the work and no separate payment
will be made.
3.0 MOBILIZATION
Mobilization is considered incidental to the work and no separate payment will be made.
4.0 HOURS OF WORK
Contractor shall comply with the Local Code and Ordinances which regulate noise, equipment
operation, and work hours. Work may commence at 7:00 AM and cease at 5:00 PM. Weekend
work may commence with prior written authorization.
5.0 TEMPORARY FACILITIES & CONTROLS
A) The Contractor is responsible for compliance with all NPDES regulations including submitting a
Pollution Prevention Plan, submitting a Notice of Intent, conducting maintenance and inspection
of controls, erosion and sediment controls and submitting a Notice of Termination.
B) As part of the Work, the Contractor shall be responsible for applying for, obtaining and
complying with all required dewatering permits. Contractor shall notify South Florida Water
Management District (SFWMD) prior to all dewatering activities. All dewatering shall meet
SFWMD requirements.
C) Contractor shall install all turbidity control devices required, if necessary. Contractor shall notify
permitting agencies for inspection of turbidity control devices prior to any construction activities.
6.0 BOND & INSURANCE
A) Contractor shall furnish a Performance and Payment Bond in the amount of 100% of the
awarded contract price satisfactory to the Village within fourteen (14) calendar days after
execution of a Work Authorization.
B) Contractor shall furnish documentation of required insurance, as identified in the underlying
piggyback agreement, within fourteen (14) calendar days after execution of a Work
Authorization.
7.0 WARRANTY
All work shall be fully warranted for 1-year from the date of substantial completion.
ATTACHMENT A
Bayview Neighborhood
Line 53' of 24" RCP
Line 41' of 15" RCP
Line 342' of 24" RCP
Line 39' of 15" RCP Line 133' of 30" RCP
Line 55' of 24" RCP—;
i
2/10/2021, 10:41:43 AM 1:2,257
Stormwater Discharge Points 0 0.02 0.04 0.09 mi
-- Outfall 0 0.04 0.07 0.14 km
Stormwater Structures
Inlet
Manhole
Stormwater Gravity Main
Esri, HERE, Gamin. INCREMENT P, NGA, USGS
Village of Tequesta
Esri, HERE, Gamin, INCREMENT P, NGA, USGS
Beacon St -Church Rd -Franklin Rd
Line 238' of 15" CMP
Line 36' of 18" CMP
Line 225' of 18" CMP
2/10/2021, 10:49:34 AM
Stormwater Discharge Points
Outfall
Stormwater Structures
Inlet
Stormwater Gravity Main
1:1,128
0 0.01 0.02 0.04 mi
0 0.02 0.04 0.07 km
Em. HERE, Garmin. INCREMENT P. NGA. USGS
Village of Tequesta
Esn, HERE, Garmin. INCREMENT P, NGA. USGS I
CC Drive (Golf Course Maintenance Area)
0
2/10/2021, 11:11:42 AM
Stormwater Structures
Inlet
Weir
Stormwater Gravity Main
Line 146' of 23"x33" CMP
r
(Bill under 30" unit price) C
J
0
V
0
J
Line 158' of 23"x33" CMP
(Bill under 30" unit price)
Line 181' of 23"x33" CMP
(Bill under 30" unit price)
Tr a d t w I n
1:564
0 0.01 0.01 0.02 mi
0 0.01 0.01 0.03 km
Esri. HERE, Gamn, INCREMENT P, NGA, USGS
Village of Tequesta
Esri. HERE, Garmin. INCREMENT P. NGA, USGS I
CC Drive (Starboard Way -Bimini Rd)
Line 148' of 15" CMP
Line 156' of 20" CMP
(Bill under 18" unit
price)
Line 48' of 20" CMP -
(Bill under 18" unit
price) -
f
- � Line 173' of 18" CMP
1' Line 60' of 15" CMP
2/10/2021, 11:10:00 AM 1:564
Stormwater Structures 0 0.01 0.01 0.02 mi
Inlet 0 0.01 0.01 0.03 km
Stormwater Gravity Main
Esri, HERE, Game, INCREMENT P, NGA, USGS
Village of Tequesta
Esri. HERE. Garmin, INCREMENT P, NGA, USGS I
Chapel Cir
Line 53' of 18" CMP
1
Chapel Ci r
L
L�
2/10/2021, 11:03:16 AM
Stormwater Structures
Inlet
Manhole
Stormwater Gravity Main
1:564
0 0.01 0.01 0.02 mi
0 0.01 0.01 0.03 km
Esn. HERE, Ga—m, INCREMENT P. NGA. USGS
Village of Tequesta
Esn. HERE. Garmin, INCREMENT P, NGA. USGS
Chestnut Trail
Line 54' of 15" CMP
2/10/2021, 10:55:12 AM
Stormwater Structures
Inlet
Stormwater Gravity Main
Line 55' of 15" CMP
1:564
0 0.01 0.01 0.02 mi
0 0.01 0.01 0.03 km
Esri. HERE, Garmin, INCREMENT P. NGA, USGS
Village of Tequesta
Esri, HERE, Gamin, INCREMENT P, NGA. USGS
Cinnamon PI -Birch PI
Line 25' of 15" CMP
Line 115' of 15" CMP
Line 93' of 15" CMP
Coordinate sanitary
sewer conflict with
Loxahatchee River
District
2/10/2021, 11:06:15 AM
Stormwater Structures
Inlet
Manhole
Stormwater Gravity Main
1:564
0 0.01 0.01 0.02 mi
0 0.01 0.01 0.03 km
Esri, HERE, Gamin, INCREMENT P, NGA, USGS
Village of Tequesta
Esri, HERE, Gamin, INCREMENT P, NGA, USGS I
Golfview Dr -River Dr
C, Line 270' of 20" RCP (Bill
under 18" unit price)
a
a
_1
2/ 10/2021, 11:01:04 AM 1:1,128
Stormwater Discharge Points 0 0.01 0.02 0.04 mi
DTI i
- Outfall 0 0.02 0.04 0.07 km
Stormwater Structures
Inlet
Stormwater Gravity Main
Esn, HERE. Garmin, INCREMENT P, NGA, USGS
Village of Tequesta
Esn, HERE, Garmin. INCREMENT P. NGA, USGS I
Hickory Hill Road
Line 101' of 34" RCP
(Billed under 30" unit —
price)
Line 80' of 34" RCP
(Billed under 30" unit
price)
2/10/2021, 10:57:23AM
Stormwater Structures
Inlet
Manhole
Stormwater Gravity Main
1:564
0 0.01 0.01 0.02 mi
0 0.01 0,01 0.03 km
Esri. HERE. Garmin, INCREMENT P. NGA. USGS
Village of Tequesta
Esn, HERE. Garmin, INCREMENT P, NGA, USGS
N Cypress
Line 21' of 18" BCCMP
Woodland U,
I
Line 219' of 18" BCCMP
Line 311' of 18" BCCMP
Poplar Rd
Line 107' of 30" BCCMP =
Line 386' of 35"x24"
BCCMP (Bill under
30" unit price)
2/10/2021, 10:53:28 AM
Stormwater Structures
Inlet
Manhole
Stormwater Gravity Main
Line 113' of 18" BCCMP
Line 21' of 30" BCCMP
Note: Stabilization activities
to access manholes
incidental to work.
J
Line 131' of 24" BCCMP
Line 104' of 24" BCCMP
1:1,128
0 0.01 0.02 0.04 mi
0 0.02 0.04 0.07 km
Esn, HERE. Gannet, INCREMENT P. NGA, USGS
Village of Tequesfa
Oak Avenue
Line 31' of 15" CMP
Line 264' of 15" CMP
.00V
2/10/2021, 1:55:28 PM
Map Update Form - Points
• Map Updated By FTC
Stormwater Structures
Inlet
Stormwater Gravity Main
Palm Beach County - Service Area Parcels
Potable Water Service Boundary
City Boundary
Service Area Boundary
ry
Bcar on St
15" Point Repair (up to 10')
including restoration
1:564
0 0.01 0.01 0.02 mi
0 0.01 0.01 0.03 km
Esri, HERE, Gannin, INCREMENT P, NGA, USGS
Village of Tequesta
Esn, HERE, Gamin, INCREMENT P, NGA, USGS
Vl
li
a
C�
G
U
L
r
O
LO
C
J '
a C
U
�LO
N `
O C
LO � N N
C
�m a
a
U
00 a r_
C
oLO
U
zo N
r r
N O-
C C _
J
4
C m z
Q
Jl
y
0
N
0 O
N
_ z
a:
o o z
0 o w
f
C)
U
O
O z
� p c
E
U
w
U
a
m
5
Q
U �C
(n m
T j
C �
O U)
U �
L 5
U 3
(0
a)
m Z
E m
m O
d d
G
CL
C) N
CN
Ln U
� � O
in o
r
N p Zc
CN 3 C D
N p
M (n
c
co
O
Z m
m co
a)
c Q
O U
m
T
N
U cn
La
C
m
T
c�
N
3
E
O
rn
w
N
o N
CV) �
- C
CY) :
O E
In m a)
c U CL C
>
J � J
c
d
Z
E
Y
N
O y
O 0
N
z
� o r
z
w
O f
O w
U
O ?
O E
O m
O
ui
O o w
2
w
�o
0
Z, m
m m
c Q
O U
Co
U co
Ij
Li
T
m
N
3
E
O
rn
w
/
a�
f
U)
be
0
&
02
—2
�
�
c2.g
(D2.g
�co�
�CO IL
\V)
�ƒ
e
\
\
>
CD
G
}
\cn
}
)
a
=\
:
cr
±
CO
co
»
;
7
7
<
c
/
>
a
\
$
-,
L�
\
2
\
/
_
§
\
ca
\
�
{
/
±
/
0
/
o
e
6
$
m
k
2
I
=
§
E
\
ƒ
}
}
\
\
)
\ \
\
% )
\ 9
\ (
CN o
P 2
a 3
e