Loading...
HomeMy WebLinkAboutAgreement_General_2/8/2024_Johnson Davis VILLAGE OF TEQUESTA AGREEMENT FOR EMERGENCY UTILITY REPAIRS FOR WATER, WASTEWATER, AND STORMWATER THIS AGREEMENT for emergency utility repairs for water, wastewater, and stormwater is entered into and effective this J day of WkW, 2023, 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 Johnson—Davis Incorporated,a Florida corporation, with offices located at 604 Hillbrath Drive, Lantana, FL 33462, hereinafter "the Contractor", and collectively with the Village, "the Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by both Parties, hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide emergency utility repairs for water, wastewater, and stormwater repairs as needed by the Village. The Parties agree to enter into this Agreement and piggyback for the emergency utility repairs for water, wastewater, and stormwater repairs at the unit prices described in the City of Lake Worth Beach Contract #IF 20-106 Emergency Utility Repairs for Water, Wastewater, and Stormwater. Said contract, including its terms, conditions, specifications, and attached exhibits/amendments, are hereby fully incorporated into this Agreement and attached hereto as Exhibit "A". Authorization to piggyback on the contract and amendments is hereby fully incorporated into this Agreement and attached hereto as Exhibit"B". 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the unit prices provided in Exhibit "A". The Parties hereby agree to the Village's purchase of supplies and/or services in greater or lesser amounts than estimated in the City of Lake Worth Beach Contract#IF 20-106 Emergency Utility Repairs for Water,Wastewater, and Stormwater, as referenced by the proposal in Exhibit "A". In consideration for the above Scope of Services and pursuant to any Exhibits, if applicable,the Village shall pay the Contractor at the unit prices as described in Exhibit"A". The goods or services shall be delivered on a per- order basis in a time, manner, and location acceptable to the Village the "Performance Date." Page 1 of 8 3. CHANGE ORDERS: Seller is aware that price and time are of the essence in this contract and that prompt and timely performance of all such obligations is strictly required. If conditions change that would require an increase in price, scope, or time for performance Seller must notify the Village in writing detailing the conditions that have changed and requesting a change order to the contract within 30 days prior to the performance date"Change Order Deadline".Change orders submitted after the change order deadline will not be considered. Seller shall not proceed with any change to its obligations under a change order request unless documented in a Change Order executed by both Parties. If Seller requests a change order prior to the change order deadline Village at its discretion may accept the change order as is or with modifications, deny the change order, re-advertise and re-solicit providers for the required goods or services or terminate this contract.If the Village elects to re-advertise and re-solicit the need for goods or services the Village will have 30 days "Solicitation Period" in which to accept the contemplated change order or terminate this contract.At any time after execution of this Agreement but prior to Seller's delivery of the Goods, the Village reserves the right at its discretion to change, modify, revise add, or remove any part of its order for the Goods as described by this Agreement and any Exhibits, if applicable. If any such change to the Village's order causes an increase or decrease in the cost of the Goods or causes a change in the time required for delivery of the Goods,the Village shall make an equitable adjustment in the contract price, the delivery schedule, or both. Any change to the Village's order for the Goods and any subsequent equitable adjustment to the terms of this Agreement shall be effectuated through a written Amendment to this Agreement as executed by both Parties pursuant to Section 15. of this Agreement. 4. TERM; TERMINATION; NOTICE: Pursuant to the City of Lake Worth Beach Contract #IF 20-106 Emergency Utility Repairs for Water, Wastewater, and Stormwater, the original contract term was for three (3) years with two (2) additional one-year renewal periods. The initial contract expired on July 8th, 2023. The City of Lake Worth Beach executed renewal#1 through the second amendment to the contractor agreement dated January 4`h,2024, extending the term until July 9', 2024. This Agreement may be terminated by either party upon 30 days written notice to the other party.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 Page 2 of 8 Village of Tequesta Johnson-Davis INC. 345 Tequesta Drive 604 Hillbrath Drive Tequesta, FL 33469-0273 Lantana, FL 33462 Attn: [Department] 5. 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. 6. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold harmless the Village,its agents,servants,and employees,from and against any claim,demand or cause of action of whatsoever kind or nature, arising out of error, omission, negligent act, conduct,or misconduct of the Contractor, its agents, servants,or employees in the performance of services under this Agreement. Nothing contained in this provision shall be construed or interpreted as consent by the Village to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28,Florida Statutes. 7. 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. 8. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agree that this Agreement is not a contract for employment and that no relationship of employee-employer or principal-agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. 9. 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 Page 3 of 8 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. 10. 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 sub-consultants an affidavit stating that the sub-consultant does not employ,contract with,or subcontract with an Unauthorized 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 sub-consultant 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 sub-consultant and the Contractor shall immediately terminate its contract with the sub-consultant. 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. 11. 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 Page 4 of 8 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. 12. 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. 13. 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. 14. 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. 15. 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. 16. 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 Page 5 of 8 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 confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village,upon request from the Village's custodian of public records,in a format that is compatible with the Village's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-06859 OR AT lmmilliamsAleguesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 17. HEADINGS: The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 18. 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 Page 6 of 8 or unenforceable provision is not contained herein. 19. 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. 20. ENTIRE AGREEMENT: This 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. In the event of a conflict between this and any other document, this document shall prevail. 22. AUTHORITY TO OBLIGATE: Each person signing this agreement on behalf of either Party warrants that he or she has the full legal power to execute this agreement on behalf of the Party for whom he or she is signing and bind and obligate such party with respect to all provisions contained in this agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. Page 7 of 8 WITNESSES: JOHNSON-DAVIS INC., ��� Imo-• �--�' By: Print Name: j✓ r*.,l <T -C:��' � �-- (Corporate Seal) VILLAGE OF TEQUESTA By: Molly Youn ,M layof ATTEST: O.,Fll„T,,,,, ;. 'j . ...F"Q :. :t�=; A SL INCORPORATED;` Lori McWilliams,MMC u Village Clerk 'q E4, Page 8 of 8 EXHIBIT B J;D JOHNSON-DAVIS INC. "Construct with Confidence" December 14,2023 Mr.Doug Chambers Director Department of Public Works Village of Tequesta 345 Tequesta Dr. Tequesta,FL 33469 Re:City of Lake Worth Beach,IFB 20-106 Emergency Utility Repairs for Water,Wastewater,and Stormwater—Piggyback Contract Doug, As requested,this letter is to serve as our allowance for the Village of Tequesta(VOT)to utilize the City of Lake Worth Beach IFB 20-106 Emergency Utility Repairs for Water, Wastewater,and Stormwater contract held by Johnson-Davis,Inc.for piggyback purposes. If you have any questions,please contact me at(561)588-1170 ext.322 or at 561-718-4531 (cellular)ccEyer@johnsondavis.com. Sincerely, Wm. k C.Cryer Est" for Iff/� w Yy - � NUCA!7�avaG �C�cyLJ�t�ae�i.�y2 • �J//y e/� c!(�ctc�ie�. • C��G"LCY �AffJZ`� M61II'I1IY b 3UY.l rfAYI'U('N Main office:604 Hillbrath Drive-Lantana,FL 33462-Phone:561-588-1170-Fax:561-585-5252 SOUTH FLORIDA THE SOM FLORIDA Aoc Ft.Pierce Office:863 S.Kings Hwy-Ft.Pierce,FL 34945-Phone:772-468-9200-Fax:772-468-9202 8$8888g888 88 s.8 S:$#�R 8�8«$�%88RS$ RR$X'R>CR88RC8RRS88$8R$$8nR88'»°x%8888 8888888888 88888 � 333i33 OZONE!ix 1 saj-'�Rd��' 11"' aii'd 101191.E XMIS as s�" ������n�� ����� g EEE� d 9999 b�•b�bH.bNiH. •bHbHbN ^ ib.Nib is 888$888 8 88g8g888888888888888888 8 88 lbt. 8888888$8 :3,56II III 55 5555 555555555555555 55 555555 555 555555 S S FEEE a a 99D9 �nn IOU 88888g88 R88 g8 R8R 88g888 88g8 8888 88 888 8888888 g8g8$g8g8888g 8,888888888888888888 8888$ I�����l l. 333333 $19 X32 ffi'��i'5�38 �R^S��'o�� 8 R� A'"m R »l�ii'� S^m„I�`a�«$ B .�I�d�og e i� �65J. . IIii 55555555555555555555555 55555555555555555555555555555555555555555555 3�333 7 p gg gygy yy p y b g 8� b boa% d EEEE 3999 .btibti.bHbh•b?+bH•btibH.b?bN.bhbH•bHbH•b?� b^ b m^ b b^mob b 8888888g8 8888888888 .88888% g"888 '888888g88g8gg8g88$g8gg8gg8ggg8g8g88$8g88g8g8g8 88g8 88888%%% 888`-88 88888 m3?3SRB RRR ffiS9a 111 � R23.8. A 58 .S,.SAAgAASSSss Ill 8999 °S bti•bN bhbH•b�bh.bNb`•.bN btib� ib^i' iyNi bbNibib^ibib^ibib^ibib^ib n m88$8 888 8%88888%%88888%888888 .8 888888888g8g8888$gg88g8g88g8g88 8 8 8 888 $8 88888 88�3333333 A«Ag ffi »«» Rg:ffiSR8S9R - ^R3« .BS�'i'SX p »R »A3S t 5,$$� IIIIII s Y a y 8 Y a 8 N�a$ Y EEEQ 6 8 d DY8_ bh•bNbN.a bhbh.bhih.bHbN�b�b^•b�b�.b� �ibby�ipi yiy�ibib•ibiy.ib _ S e E e- E z � •;Sz _ > at sn� 5 �g.g�y.�g.�x�e�a�:x:r:�s�x• 3 RRm.. `ss mxx m..«"•x«^:s��-" ==msa��«�a � oz�az�? mt a 9g +1 eery_aaa+RRA.+,RAAAA «RRAA«A AAA A�{cs9 }' b c� q 3 $' "� ai+! 37�! �sii73! IHH 3±3+3 13�9t� g 3y aa!! 3 I-Ba-3 71�5aal+J 3 e3 � ���YB~yr�'" � PFF��FEEE���EPE3EEF�EEF EEFFE���EPEP8��2��El�IEEEFE����EYF��BEPEFEE�� a t!m1m, 555555SSSSS ifi 6�55555555 iz555 555555555555555555�55555555555555m 555 ^nTnn^nm - _ SR« € RRnRRR�,>$A$Y� alg i�7ii4{TTTS�RB:Sffi$n$S$`v$$�8$Y$I. LL 83 :S 8 88888888 8888888888888888888888988 88888. 88 888 88888888888 $8888888 8 S 8 888 "888Ra 88888 888888 88 z R �R gay s a ssaaa xx � sss »- saa� "s. � �M "aR is -8888 8888888888888$8888g8888888888888888g8 $g 88888888 88888888 g 8 g8gg8888 8888888888888 88 88 8 88888888 88888888888 88888888888888 -88 88 88 88888888888 8 88 8 8 gg8g8888888888888888«R 858888 88 a � cgs gg i� s� gos8$88 8 fi H M $ I� $ 8 88888888 888888888 "88888 888888888888888888888 8888 88888888 8885 �S8988 8 '88 888888 88 � ��s �§fig � ss � �wwaawwa LLwaaaaawawwwLLwa�awawww�wwwswwwWa� aaw�aaawaaW �aawwawa a �.�:..:��;:��,..�_�:�� aawwws as 8 88888888 888888%-88888$8888888888g88 8888888 8 888888888 g888s888 ° 8. 88 '88 88 g�8 � �.m m o n �s �� 1-�o��� a»ax«sA-gi=««.sash x3 � 3333�353 3�9w35w3w3�S�S6�����S�SWWW��w5LL,5�w��5< <S��SW3333�33 w3w�3� 3 - 83��3� 3W a E ��$ ��° s`S$� $c$8 a°sS�S s°s FE .2N i•3o333i _ _ a° _ i _ d �a ax yypp • m�oam� � - it �� «a » iai YSSS44SEFgg4YFg3>>�ASET4f q�?F�Y4'Y���° � Aspa E:ig¢�r�$RzR4�AoAa8o8o8o8E £ 444344x A;aa;a3A sia��Ta*iisiiss35-• u5 °9bE iz�p„p"„�„ yy&�y''&�$]&m&ja,,m .? _ 88 Eis>#sss���4�� 44��4gggg�igq444��54444Y �`�� Ca Asa .9 M M �� 444�' gg qgqg 454E g4 4YEEi S.SY q qp ° . � J�Jb'J,3' uJ JUJuuGJ�sb 888�8� 4; >Y44 _ sasE EplEFE€Ei� 88�8 ewE� .,E _�3�a139af8 9�3s� 93�� >'s>4 g £> .€ a s _ .s mm`E""yes° e aLLLL �zxsa�PEzzzzrxzxz ;g;;€m �s :moam .b W.bHe 'b-b -a'§ s Ess- Ed ----- -- --- -- --- -- ` -•,g ese .bb ebb ^bb °R��AESE sE i - e a.gq 555» S5 555 5555 -- bm 171 � �s R _ ______ _ ____k�RRRRSY8t33 i4 iS `sLL`s i 2 FIFFIFIsQ$�� laaasa $asaasaogsas= a- a maR . sus maaaa _ ,"w.m«ecc s eceaRn» natiR R �; ,° 33333333333:3533?333333 33:3333 33 e 88888 8888888888888888888888888888$88888888888888 8888888- 8 88888888 $888888,$ 8888 8 88888888888888 x gg8sss s xaxax a� xx, 8`88ao �§ � �§� §� HE§ �����M- 1�gE �� ��»�s � s»»»»»s»»»m xiai"xii - »� »x.2 » .33t5 _ a � b bYbbbb 88888 8888$s888a8$ 888888g$ .8888g$ 88888888888888898888.88 gg$ 88888 88888888 88888888 8888< 8 88888888888888 18 fig $egg R s s »P3 aaa�s wsas�Wawsa��aasWWa�aWaasWsas��ss��s�aas�w��aas�aa�aa �aW�Wsaaa aW saasa aass�aaa �a �� .. Y bbc' b bLumm 88888 88888 "8888 888888888888 g8$88 88 -888 888888 888888888 88888 88888888 8888 8 88 Sim 88888 -88 gg�g sg»s s`s s� � SI sa 0 ss 8s ' 8 �� �� g� i »»„rr i xxx»sx«sx ««�«»»z »»»-»» x»'^x -»"x - z -»sx» x =R b bbbbibbbobbbb . . . . . . . . . . . . . . 8 88888888888888888888888888gg8888gg8888gg8888g 888888 888888$.8 888=888 8888888$ 8888SIN MIMSs $ 8888888�888888 13 g_ w�3 wow w9W wow wow w�w�w�w w�w�w w3w wow w3w w9w w33 �9w w� ���� ��:�« 8888 88888888888 8111 8888gg 888888 SSg8888888 g88888888 888 8 8 88$ $ 8 8 888888888 � all :M �� 18g88R-R RJR LL�W3� �3�3uW����W5LL3w�55���wSwwwW5�3�5WS�55W333�3W�3��3�3 �3W3�3��3 3555W W3W3��33 ��»� � e oaa of as ��EE Y- eE E e = P Yi mho „ s • •EEa ,J� • �m € 's m a � $E?s�ss' $E'� `=' s"$='s` g��°mm$�m s °Bi T;•€ oa:=R¢ a� 9" 3E B omSS f yyf mfff gqOQff ff Yf fs 44 sT� 9 ' ^ ai^ais> 4 44i3 T4 ss -€{sTff- Tsff f�f 4 - a 7 E $ 44444Y� > i��>•i>°ii»>•i'>aa>ii>•»i>•>>��Si>•i��ii»">•ap _ � " � __ =x3 a86�. E,°„"% :���� ;������__ °g��q4� 34334ssa i iiaasss iisiaa iss i i as isaaiissis �� as _$ E!8 > 444T4gg44 4T4$ S4 lT4(( ggYY i44iii 4 SEi44€ Y88i s�'mmg � - "� yy SSE $g$gaaiEaa�Ygg3amaY8���a4iaaagp �aaaYgS�aaaaEe �= S aLL . �a •E2fi"afr - 9g � � �YYY�YrLcF��Y�YY fE aaa ai ai� as �iA as 3,� Ei a, - -aka _� Y t � 3 j8 _r rhA�nhn�aaadd > g- •� � • � e:� �.a._ -. .- a e€sa Y$ Sbf� �� C�[E['4`E _ aa_ z�s II2P2112112222 cT=aR'«a�c� ab:bbabo- 66 6 _mbb_b_F__m_�RbbhuQ.`•^bhu�rbo R �R�Aib7f bb'" �$$$555m�R�% =-z��mS$��sn$$,3i�a _o°$33a-��_�X d'20r�5° w3�Yi 5'5555_`_G_3_="5 5€A %S eR____ ____ 5_5 ^^ mm$aeooS ogeg ##as# i£##assasasa3n#a###s£#####as#s�ais#####£psi#a#a#£s£i #i£##;;# 88888888888888888888888888888888888888888 88888888 8888888888 g 8 8888888888g88gY 8888888888 g888 8 8 88 sY U � ��$$8$AN N U �gS$$$�$$&�$$������ 9$$$$��� .���� � � a =$s$s$$$'-S�-ssY «« $$3$Ya �xxa » -� - - s2»»„» » b�Fbba=bbe� 88888888 .888888.88888888$88$888888g8888888 88888888 8888888888 8 8 8888888888Ra88R 8888289888 888888g Y $$$ Y $811 $aa$ sa R SOMs z8�8 8s »as==a'H n w I ==6.e= as 8 $888888888888888888,888888,8888888888888888 88888888 88a8888888 8 8 $„§ sg_g 8R»z Sg a$s ggg YaRpgggg $ $ $$$ ss s$$$9$$ $ s 1-1111 » »»"Y7s„$„88ge8RS 888$$8$ �R 8 8 "'IIS1»a»a' SRa�» »aWaa3�2 »» aY»_-�»» - ^y«,x8ry5 x Y» »x a»aa €»��������s��&aa � � s b bbbbbbbbbbbi bbbibbbbbb�bbb�bbb bab O b bbbbbbbbbbbbbybbbbypbbbbbbubba 88 8888 8 %8888 $ 'S $%%8888888888 88 8 888 8888888888 8 8 888 888 88888888�.88 88 888888 �8 R888 .8 ^.8em aR s s s s� SSYYBR $ $$ $ $$ $$ $ $ $$ ass a s8sssIa s s a »$3»^$ a »»a»x a= —g—. as wma, u bbbbb bbbb bbbbbba b bbbbbbbbbibb bbbbbyb bybObyDDb 6 8888888888888.8888 !%8888888888 888 88 88888888 8g88888888 g gs 8888888888 88888888888888888 8 8 8 8 RRSR .$ Ys88 m88 38R8' 5888 R 8�_ ��$ $$$ o$$$�. $ 8 my 8 8 S 11-88W RI asa aaaa aaWa�saaa� - bbbbabbbbb?bbaabbbbi?bib�bia�bib�bbb�aba c baamemammeoa- ebm aremaareme a g§ g a e i3 ag i 3' P ms _ _• �P �E m Sms� va r6 �g6 h bFs �'� s• §a e $ C 5 �p �� � �ztR���� p �p� p§$p@gglpp30 = i ;aE g33g3gm5 - a YaY fikSkkdfififik ; a -P�WW o, $ d8»'� i�.s %6 x34 $$ �� $�.ssss�.in b•�� a �$�� a� �.� s�83 � a �,�,mb € � Hill] 8+E8E888 a. a : ��EE82EEE8E�E2EFE88E8EE��E�2EE222E88FEEE3 00000 "' 8Y�8H FE E gaEEEEE GGGC g EEEEBg 55555`tiiiiiiiiiiii 55555555655555 55555� �����3���� pE$99 ��5�i�i�E�S�����Es§�i�i EEEE :mro �'� 3333333333 o�go �9555559zE5 S5555���E558 �§ 555��5 4 mmnna ��8888�8vaR888d8a8v88JTdJazJJJ,Jd���a�n , ,,,,,,,,,,,,,,, ,,,, ,• .. �|||||||;||■!!!!!■!!!!!!!! !!|| !| !# ,,,,,,,:,.,,,_� ■§■§ !_ #r | im III 0,1 it III | #e###s88118# w2 © g ■§! •-!!!V!!!!!!r!U M !` !� « aaeeaaa£ ~Ge 2© ; e , |lU M,%!!!!!l::=;!■§!!!z! !\\! .. !. : |!HIM | .....,-1............. .... !, ||||! ■!■■!■!!!!«!!M M 6.: | � |r;t ; l:;=;§§ ) \ §{ \ gdgdgggwdgggg �g = , :.,` !| )| gggSQgggggggg h/ h a.......................... !„:„;:;;1,!!: DocuSign Envelope ID: 1 FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 C-2237-B 6/16/20 RM CON-G CONTRACTOR AGREEMENT (Emergency Utility Repairs for Water, Wastewater and Stormwater ) THIS AGREEMENT is made this 7/10/2020 , between the City of Lake Worth Beach, Florida, a municipal corporation, hereinafter the "CITY", with its office located at 7 North Dixie Highway, Lake Worth Beach, Florida 33460, and Johnson- Davis Incorporated, a company authorized to do business in the State of Florida, hereinafter the "CONTRACTOR", with its office located at 604 Hillbrath Drive, Lantana, FL 33462. RECITALS WHEREAS, the CITY is a municipal corporation organized and existing pursuant to the Charter and the Constitution of the State of Florida; WHEREAS, the CITY issued Invitation to Bid # 20-106 (hereinafter "IFB") for the Emergency Utility Repairs for Water, Wastewater and Stormwater; and WHEREAS, CONTRACTOR submitted a Bid to perform the services described and set out in the IFB which is incorporated herein by reference with the Scope of Services specifically attached as Exhibit "A", and WHEREAS, the CITY desires to accept the CONTRACTOR's bid in order for CONTRACTOR to render the services to the CITY as provided herein; and WHEREAS, the CONTRACTOR further warrants that it is experienced and capable of performing the tasks hereunder in a professional and competent manner; and WHEREAS, this Agreement has been identified as providing essential services which is anticipated to be needed by the CITY in the event of a hurricane or other disaster in order to provide the services for the benefit of the public health, safety and welfare; and WHEREAS, CONTRACTOR acknowledges and agrees that in such event, the CITY may apply to the State of Florida or the federal government for funds which will be used to pay CONTRACTOR or reimburse the CITY for payments made to CONTRACTOR, and that the federal government will only consider reimbursing for contracts which contain the requisite FEMA provisions; and WHEREAS, CONTRACTOR acknowledges and agrees that any work performed under this Agreement and pursuant to the IFB will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives; and WHEREAS, CONTRACTOR acknowledges and agrees to the terms laid out in IFB and Exhibit "B", which are the provisions required to be included in contracts funded by DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 federal grants, including FEMA Public Assistance (see 2 C.F.R. § 200.326 and applicable FEMA guidance); and WHEREAS, the CITY finds making the non-exclusive award of the IFB to the CONTRACTOR as described herein serves a valid public purpose. NOW THEREFORE, the CITY hereby engages the services of the CONTRACTOR, and in consideration of the mutual promises herein contained, the sufficiency of which is hereby acknowledged by both parties, the parties agree as follows.- 1. TERM The initial term of this non-exclusive Agreement shall be from the date of execution by the CITY for an initial term of three (3) years with two (2) additional 1-year renewal options unless earlier terminated in accordance with the terms of this Agreement. Rates shall remain firm for the first three (3) years of the Agreement subject to terms and conditions to be negotiated on requests for consideration of a price adjustment after that term. 2. SCOPE OF WORK 2.1 The Scope of Work includes all implements, machinery, equipment, transportation, tools, materials, supplies, labor and other things necessary to provide repairs to the CITY's water distribution, wastewater collection and stormwater collection systems immediately after a hurricane, other disaster, or as needed by the CITY on an emergency basis. CONTRACTOR represents that it is capable of efficiently repairing water distribution, wastewater collection and stormwater collection systems for a large CITY area in a timely and cost-effective manner. The CONTRACTOR is also capable of assembling, directing, and managing a work force that can complete the repairs in timely and efficient manner 2.2. The CONTRACTOR represents that it is experienced and proficient in all phases of construction and repairs of water systems, including but not limited to: furnishing and installing various sizes of pipe for gravity sewer main and force main, water distribution lines and storm sewer mains; and concrete structures for the wastewater and storm water systems, set up and monitoring of bypass pumping; dewatering systems; and restoration related to landscaping, asphalt and concrete work may also be required as needed. The CONTRACTOR must be capable of assembling, directing, and managing a work force that can complete the repairs in the assigned number of days 2.2 The CONTRACTOR represents to the CITY that the Scope of Work provided under this Agreement and IFB shall be in accordance with accepted and established trade practices and procedures recognized in the CONTRACTOR's trade in general and that DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 the materials shall conform to the highest standards and in accordance with this Agreement. 2.3 The CONTRACTOR represents that it is licensed to do business in the State of Florida and holds and will maintain all applicable licenses required for the work to be completed under this Agreement. The CONTRACTOR further warrants its capability and experience to perform the work provided for herein in a professional and competent manner. 2.4 The Scope of Work shall be performed by the CONTRACTOR or under its supervision and all personnel engaged in performing the Scope of Work shall be fully qualified and, if required, authorized or permitted under the state and local law to perform such Scope of Work. All of the CONTRACTOR's personnel (and all subcontractors), while on CITY premises, shall comply with all CITY requirements governing safety, conduct and security. 2.5 The Scope of Work shall be completed in accordance with the terms and conditions set forth in the IFB and this Agreement. 3. INDEPENDENT CONTRACTOR; USE OF AGENTS OR ASSISTANTS 3.1 The CONTRACTOR is and shall be, in the performance of the Scope of Work under this Agreement, an independent contractor, and not an employee, agent, or servant of the CITY. All persons engaged in any of the Scope of Work performed pursuant to this Agreement shall at all times, and in all places, be subject to the CONTRACTOR's sole direction, supervision, and control. The CONTRACTOR shall exercise control over the means and manner in which it and its employees perform the Scope of Work. 3.2 To the extent reasonably necessary to enable the CONTRACTOR to perform the Scope of Work hereunder, the CONTRACTOR shall be authorized to engage the services of any agents or assistants which it may deem proper, and may further employ, engage, or retain the services of such other persons or corporations to aid or assist in the proper performance of its duties. All costs of the services of, or expenses incurred by, such agents or assistants shall be paid by the CONTRACTOR. 4. MATERIALS 4.1 The CONTRACTOR shall provide all materials as more specifically set forth in the Scope of Work. 5. FEE AND ORDERING MECHANISM 5.1 For services to be rendered under this Agreement, the CONTRACTOR shall be entitled to a billing rates set forth in CONTRACTOR's bid in Schedule of Unit Prices for DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 services to be performed, which is attached hereto as Exhibit"C". The CONTRACTOR's Schedule of Unit Prices shall remain fixed for the first three (3) years of this Agreement. After the first three (3) years of this Agreement, if due to applicable price escalations and/or reductions which impact the CONTRACTOR's Schedule of Unit Prices, the CITY and CONTRACTOR may execute a written amendment to this Agreement to establish new Schedule of Unit Prices for the renewal term(s). The City Manager may approve changes in the CONTRACTOR's Schedule of Unit Prices based on the recommendation of the CITY's Water Utility Director or designee. 5.2 Should the CITY require additional materials or services, not included in this Agreement, fees and payment for such work will be set forth in a separate amendment, as authorized in accordance with the CITY's procurement code prior to any such additional materials or services being provided by the CONTRACTOR. 5.3 The CITY's ordering mechanism for the Scope of Work performed under this Agreement may be a Work Order or CITY Purchase Order; however, the terms and conditions stated in a CITY Purchase Order shall not apply. CONTRACTOR shall not exceed amounts expressed on any Purchase Order. The CITY's Fiscal Year ends on September 30th of each calendar year and the CITY cannot authorize the purchase of goods or services beyond September 30th of each calendar year, prior to the annual budget being approved by the CITY's City Commission. Additionally, the CITY must have budgeted appropriate funds for the goods and services in any subsequent Fiscal Year. If the budget is approved for said goods and services, the CITY will issue a new Purchase Order for required and approved goods and/or services. 5.4 This Agreement does not guarantee that the CITY will utilize the CONTRACTOR in any capacity or for any services hereunder. When the CITY identifies a need for the CONTRACTOR's services, the CITY will request a proposal from the CONTRACTOR to provide the services requested. The CITY will provide the CONTRACTOR with plans and/or specifications in order for the CONTRACTOR to develop its proposal. The CONTRACTOR's proposal shall be submitted in the format of the sample work order, attached hereto and incorporated herein as Exhibit "D" along with a copy of the CONTRACTOR's proposal and shall be based on the CONTRACTOR's Schedule of Unit Prices attached hereto as Exhibit "C". Upon receipt of the CONTRACTOR's proposed work order and proposal, the CITY shall decide in its sole discretion whether to award the work order to the CONTRACTOR. In an event of declared disaster, the work order or a Purchase Order may be awarded by the CITY's City Manager. If the work order is approved by the CITY, the CONTRACTOR shall commence the identified services upon the CITY's approval of the work order for the services and issuance of a notice to proceed. The CITY reserves the right to reject any and all proposals submitted by the CONTRACTOR. A CITY-approved work order shall include (by reference) the plans and/or specifications provided by the CITY to the CONTRACTOR. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 6. MAXIMUM COSTS 6.1 The CONTRACTOR expressly acknowledges and agrees that the total cost to complete the Scope of Work in accordance with the IFB and this Agreement is not to exceed the amount(s) set forth in the approved City work order or Purchase Order issued to the CONTRACTOR annually, and no additional costs shall be authorized without prior written approval from the CITY. 7. INVOICE & PAYMENT 7.1 The CONTRACTOR shall submit an itemized invoice to the CITY for approval prior to receiving compensation. The CONTRACTOR shall be paid within thirty (30) days of receipt of an approved invoice for work. 7.2 If the CITY disputes any invoice or part of an invoice, CITY shall notify the CONTRACTOR within a reasonable time after receipt of the invoice. CITY reserves the right to off-set, reduce or withhold any payment to the CONTRACTOR until the dispute is resolved. 7.3 Payment to the Contractor shall be made pursuant Florida's Prompt Payment Act (for construction services), section 218.735, Florida Statutes, except as provided herein. Specifically, the City will withhold ten percent (10%) of each payment from a work order to the CONTRACTOR as retainage until fifty percent (50%) of the work order price is paid to the CONTRACTOR. Upon payment of fifty percent (50%) of the work order price to the CONTRACTOR, the CITY will withhold only five percent(5%) of each work order payment made to the CONTRACTOR. Upon written request from the CONTRACTOR, the Contract Administrator may agree in writing with the CONTRACTOR to release a portion of the retainage upon payment of fifty percent (50%) of the work order price being paid to the CONTRACTOR (not to exceed fifty percent (50%) of the total retainage amount). 7.4 Upon substantial completion, the CONTRACTOR shall establish a punch-list of items that must be completed by the CONTRACTOR. The punch-list shall be provided to the CITY within ten (10) days of substantial completion. The CITY shall have five (5) business days to review the punch-list and revise the same. The CITY shall return the punch-list to the CONTRACTOR. The CONTRACTOR shall complete all items identified on the punch-list prior to the CONTRACTOR submitting its final payment request including the request for all retainage. 7.5 Final Payment. Upon final completion and acceptance of the work in accordance with this Agreement (including all punch-list items) and final inspection by the appropriate agency with jurisdiction over the project (if other than the CITY), the CONTRACTOR shall submit a "final invoice" to the CITY. In order for both parties to close their books and records, the CONTRACTOR will clearly state "FINAL" on the CONTRACTOR's final DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 invoice. This certifies that all work under the applicable work order has been properly completed and all charges have been invoiced to the CITY. Since this account will thereupon be closed, any and other further charges if not properly included in this final invoice are waived by the CONTRACTOR. If the CONTRACTOR's Final Invoice is approved as set forth above, the CITY shall pay the remainder of the work order price including any amount held as retainage. 7.6 Notwithstanding the foregoing, the CITY shall not be required to pay or release any amount of retainage that is subject of a good faith dispute, the subject of a claim brought pursuant to section 255.05, Florida Statutes, or otherwise the subject of a claim or demand by the CITY. 7.7 Final payment shall not become due until the CONTRACTOR and all of its subcontractors submit to the CITY releases and waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security interests or encumbrances arising out of this Agreement or otherwise related to the Program. 7.8 Acceptance of final payment by the CONTRACTOR or a subcontractor shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final invoice. 8. PUBLIC CONSTRUCTION BOND It is anticipated that work awarded under this Agreement may require a public construction bond under section 255.05, Florida Statutes. Due to the likelihood of services having to be performed on an emergency basis, the CONTRACTOR must provide the CITY with a public construction bond in amount of $200,000 at the beginning of the hurricane season (no later than June 1 of each year) which is in accordance with section 255.05, Florida Statutes. Said bond shall remain in place until December 1 of each year. The bond must be recorded in the Official Records in and for Palm Beach County and a copy of the recorded bond must be provided to the CITY prior to the CONTRACTOR providing any services under this Agreement. If the CITY approves a Purchase Order or a work order which exceeds $200,000 in total construction cost, the CONTRACTOR must provide the CITY with an amendment to the bond which covers the amount in excess of $200,000. Said bond amendment must be recorded in the Official Records in and for Palm Beach County and a copy of the recorded bond amendment must be provided to the CITY prior to the CONTRACTOR providing any services under the Purchase Order or work order. The CITY reserves the right to request a separate public construction bond for any Purchase Order or work order which is less than $200,000. The cost of the public construction bond(s) as required under this section shall be a direct pass through cost to the CITY without any mark-up by the CONTRACTOR. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 The public construction bond shall be on forms attached hereto as Exhibit "E" or substantially similar as approved by the CITY and shall incorporate by reference the terms of this Agreement in its entirety. To be acceptable to the CITY, a Surety Company shall comply with the following provisions: The Surety Company shall have a currently valid Certificate of Authority, issued by the State of Florida Department of Insurance, authorizing it to write surety bonds in the State of Florida. (a) The Surety Company shall have a currently valid Certificate of Authority issued by the United States Department of Treasury under Sections 9304 to 9308 of Title 31 of the United States Code. (b) The Surety Company shall be in full compliance with the provisions of the Florida Insurance Code. (c) The Surety Company shall have at least twice the minimum surplus and capital required by the Florida Insurance Code at the time the CONTRACTOR submits its proposed work order for CITY approval. (d) The Surety Company shall have at least the ratings of A-/Class V in the latest issue of Best's Key Rating Guide. (e) The Surety Company shall not expose itself to any loss on any one risk in an amount exceeding ten (10) percent of its surplus to policyholders, provided: 1. Any risk or portion of any risk being reinsured shall be deducted in determining the limitation of the risk as prescribed in this section. These minimum requirements shall apply to the reinsuring carrier providing authorization or approval by the State of Florida, Department of Insurance to do business in this state have been met. 2. In the case of the surety insurance company, in addition to the deduction for reinsurance, the amount assumed by any co-surety, the value of any security deposited, pledged or held subject to the consent of the surety and for the protection of the surety shall be deducted. 9. AUDIT BY CITY 9.1 The CONTRACTOR shall permit the CITY, or any authorized representatives of the CITY, at all reasonable times, access to and the right to examine all records, books, papers or documents related to the CONTRACTOR's performance under this Agreement including, but not limited to, expenses for sub-contractors, agents or assistants, direct DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 and indirect charges for work performed and detailed documentation for all such work performed or to be performed under this Agreement. 10. COPIES OF DATA/DOCUMENTS 10.1 Copies or original documents prepared by the CONTRACTOR in relation to work associated with this Agreement shall be provided to the CITY. Data collected, stored, and/or provided shall be in a form acceptable to the CITY and agreed upon by the CITY. 11. OWNERSHIP 11.1 Each and every report, draft, work product, map, record, and other document reproduced, prepared, or caused to be prepared by the CONTRACTOR pursuant to or in connection with this Agreement shall be the exclusive property of the CITY. 12. WRITTEN AUTHORIZATION REQUIRED 12.1 The CONTRACTOR shall not make changes in the Scope of Work or perform any additional services or provide any additional material under this Agreement without first obtaining written authorization from the CITY for such additional services or materials. Additional services or materials provided without written authorization shall be done at the CONTRACTOR's sole risk and without payment from the CITY. 13. DEFAULTS, TERMINATION OF AGREEMENT 13.1 If the CONTRACTOR fails to timely perform the Scope of Work or has failed in any other respect to satisfactorily perform in accordance with this Agreement; or, is in material breach of a term or condition of this Agreement, the City Manager or designee may give written notice to the CONTRACTOR specifying defaults to be remedied. Such notice shall set forth the basis for any dissatisfaction and suggest corrective measures. If the CONTRACTOR does not remedy defaults within the allotted time or commence good faith steps to remedy the default to the reasonable satisfaction of the City Manager or designee, the CITY may take such action to remedy the default and all expenses related thereto shall be borne by the CONTRACTOR including, without limitation, utilization of another contractor to provide for such work; and/or, the CITY may withhold any money due or which may become due to the CONTRACTOR for such expense and/or work related to the claimed default. Alternatively, or in addition to the foregoing, if after three (3) days the CONTRACTOR has not remedied defaults or commenced good faith steps to remedy defaults to the satisfaction of the City Manager or designee, the CITY may elect to terminate this Agreement. No compensation shall be paid for de-mobilization, take-down, disengagement wind-down, lost profits or other costs incurred due to termination of this Agreement under this paragraph. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 13.2 Notwithstanding paragraph 13.1, the CITY reserves the right and may elect to terminate this Agreement at any time, with or without cause. At such time, the CONTRACTOR would be compensated only for that work which has been satisfactorily completed to the date of termination. No compensation shall be paid for de-mobilization, take-down, disengagement wind-down, lost profits or other costs incurred due to termination of this Agreement under this paragraph. 14. INSURANCE 14.1. Prior to commencing the Scope of Work, the CONTRACTOR shall provide certificates evidencing insurance coverage as required hereunder. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida. The Certificates shall clearly indicate that the CONTRACTOR has obtained insurance of the type, amount, and classification as required for strict compliance with this Section and that no material change or cancellation of the insurance shall be effective without thirty (30) days' prior written notice to the CITY. Failure to comply with the foregoing requirements shall not relieve the CONTRACTOR of its liability and obligations under this Contract. All insurance, other than Workers' Compensation, required hereunder shall specifically include the "City of Lake Worth Beach" as an "Additional Insured" on a primary, non-contributory basis, and the CONTRACTOR shall provide additional insured endorsements section of Certificates of Insurance. 14.2. The CONTRACTOR shall maintain, during the life of this Agreement, commercial general liability, including contractual liability insurance in the amount of $1,000,000 per occurrence ($2,000,000 aggregate) to protect the CONTRACTOR from claims for damages for bodily and personal injury, including wrongful death, as well as from claims of property damages which may arise from any operations under this Agreement, whether such operations be by the CONTRACTOR or by anyone directly employed by or contracting with the CONTRACTOR. 14.3. The CONTRACTOR shall maintain, during the life of this Agreement, comprehensive automobile liability insurance in the minimum amount of $1,000,000 combined single limit for bodily injury and property damages liability to protect the CONTRACTOR from claims for damages for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use, or maintenance of owned and non-owned automobiles, including rented automobiles whether such operations be by the CONTRACTOR or by anyone directly or indirectly employed by the CONTRACTOR. 14.4. The CONTRACTOR shall maintain, during the life of this Agreement, Workers' Compensation Insurance and Employer's Liability Insurance for all employees as required by Florida Statutes. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 15. WAIVER OF BREACH 15.1 The waiver by either party of any breach of any provision of this Agreement shall not operate or be construed as a waiver of any subsequent breach of that same or any other provision. 16. INDEMNITY 16.1 The CONTRACTOR shall indemnify, defend and hold harmless, to the maximum extent permitted by law, the CITY and its officers, agents, employees and representatives, from and against any and all liability, suit, actions, proceedings, judgments, claims, losses, liens, damages, injuries (whether in contract or in tort, including personal injury, accidental death, patent infringement or property damage, and regardless, of whether the allegations are false, fraudulent or groundless), costs and expenses (including attorney's fees, litigation, arbitration, mediation, appeal expenses) to the extent arising out of or alleged to have arisen out of the acts, omissions or neglect of the CONTRACTOR or any of its agents, employees, subcontractors or by anyone the CONTRACTOR directly or indirectly employed. 16.2 The CONTRACTOR's obligation to indemnify, defend and hold harmless shall remain in effect and shall be binding upon the CONTRACTOR whether such injury or damage shall accrue, or may be discovered, before or after termination of this Agreement. 16.3 Compliance with any insurance requirements required elsewhere in this Agreement shall not relieve CONTRACTOR of its liability and obligation to defend, hold harmless and indemnify the CITY as set forth in this section. 16.4 Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the CITY or CONTRACTOR. Further, nothing contained in this Agreement shall be construed or interpreted as consent by the CITY to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in section 768.28, Florida Statutes, as amended from time to time. 16.5 The CONTRACTOR's failure to comply with this section's provisions shall constitute a material breach upon which the CITY may immediately terminate or suspend this Agreement. 17. ENTIRE AGREEMENT AND ORDER OF PRECEDENCE 17.1 This Agreement consists of the terms and conditions provided herein; the IFB (including all specifications, exhibits and addenda attached thereto or referenced therein and the Scope of Services attached as Exhibit "A"); all applicable federal grant requirements (Exhibit "B"); and, the CONTRACTOR's Equipment and Personnel Rate Schedule (Exhibit "C"). To the extent that there exists a conflict between this Agreement DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 and the remaining documents, the terms, conditions, covenants, and/or provisions of this Agreement along with Exhibit "A" shall prevail with the IFB (including all specifications, exhibits and addenda attached thereto or referenced therein and the Scope of Services attached as Exhibit "A") next taking precedence. Wherever possible, the provisions of such documents shall be construed in such a manner as to avoid conflicts between provisions of the various documents. 17.2 This Agreement supersedes any and all other Agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other Agreement, statement, or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. 18. ASSIGNMENT 18.1 Nothing under this Agreement shall be construed to give any rights or benefits to any party other than the CITY and the CONTRACTOR. All duties and responsibilities under this Agreement shall be for the sole and exclusive benefit of the CITY and the CONTRACTOR and not for the benefit or any other party. The CONTRACTOR shall not assign any right or interest in this Agreement, and shall not delegate any duty owned, without the CITY's prior written consent. Any attempted assignment or delegation shall be void and totally ineffective for all purposes, and shall constitute a material breach upon which the CITY may immediately terminate or suspend this Agreement. 18.2 In the event the CITY consents to an assignment or delegation, the assignee, delegate, or its legal representative shall agree in writing to personally assume, perform, and be bound by this Agreement's covenants, conditions, obligations and provisions. 19. SUCCESSORS AND ASSIGNS 19.1 Subject to the provision regarding assignment, this Agreement shall be binding on the heirs, executors, administrators, successors, and assigns of the respective parties. 20. OF TRIAL BY JURY 20.1 TO ENCOURAGE PROMPT AND EQUITABLE RESOLUTION OF ANY LITIGATION, EACH PARTY HEREBY WAIVES ITS RIGHTS TO A TRIAL BY JURY IN ANY LITIGATION RELATED TO THIS AGREEMENT. 21. GOVERNING LAW AND REMEDIES 21.1 The validity of this Agreement and of any of its terms or provisions, as well as the rights and duties of the parties hereunder, shall be governed by the laws of the State of Florida and venue shall be in Palm Beach County, Florida. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 21.2 No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. 22. TIME IS OF THE ESSENCE 22.1 Time is of the essence in the completion of the Scope of Work as specified herein. 23. NOTICES 23.1 All notices hereunder must be in writing and, unless otherwise provided herein, shall be deemed validly given on the date when personally delivered to the address indicated below; or on the third (3rd) business day following deposit, postage prepaid, using certified mail, return receipt requested, in any U.S. postal mailbox or at any U.S. Post Office; or when sent via nationally recognized overnight courier to the address indicated below. Should the CITY or the CONTRACTOR have a change of address, the other party shall immediately be notified in writing of such change, provided, however, that each address for notice must include a street address and not merely a post office box. All notices, demands or requests from the CONTRACTOR to the CITY shall be given to the CITY address as follows: Michael Bornstein, City Manager City of Lake Worth Beach 7 North Dixie Highway Lake Worth Beach, Florida 33460 All notices, demands or requests from the CITY to the CONTRACTOR shall be given to the CONTRACTOR address as follows: Johnson-Davis Incorporated Attn. Clark Cryer 604 Hillbrath Drive Lantana, Florida 33462 24. SEVERABILITY 24.1 Should any part, term or provision of this Agreement or any document required herein to be executed be declared invalid, void or unenforceable, all remaining parts, terms and provisions hereof shall remain in full force and effect and shall in no way be invalidated, impaired or affected thereby. 25. DELAYS AND FORCES OF NATURE DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 25.1 The CONTRACTOR shall not be considered in default by reason of a delay in timely performance if such delay and failure arises out of causes reasonably beyond the control of the CONTRACTOR or its subcontractors and without their fault or negligence. Upon the CONTRACTOR's request, the CITY shall consider the facts and extent of any such delay and failure to timely perform the work for reason beyond the control of the CONTRACTOR and, if the CONTRACTOR'S delay and failure to timely perform was without it or its subcontractors' fault or negligence, as determined by the CITY in its sole discretion, the time of completion shall be extended for any reasonable time that the CITY, in its sole discretion, may decide; subject to the CITY'S rights to change, terminate, or stop any or all of the work at any time. If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the CITY or its employees, or by any other contractor employed by the CITY, or by changes ordered by the CITY or in an unusual delay in transportation, unavoidable casualties, or any causes beyond the CONTRACTOR'S control, or by delay authorized by the CITY pending negotiation or by any cause which the CITY, in its sole discretion, shall decide justifies the delay, then the time of completion shall be extended for any reasonable time the CITY, in its sole discretion, may decide. No extension of time shall be made for any delay occurring more than five (5) days before a claim therefore is made in writing to the CITY. In the case of continuing cause of delay, only one (1) claim is necessary. The CONTRACTOR's sole remedy for a delay in completion of the work for any reason will be an extension of time to complete the work and CONTRACTOR specifically waives any right to seek any monetary damages or losses for a delay in completion of the work, including, but not limited to, waiving any right to seek monetary amounts for lost profits, additional overhead, salaries, lost productivity, efficiency losses, or any other alleged monetary losses which may be allegedly suffered by CONTRACTOR due to a delay in completion of the work. 25.2 Neither party shall be considered in default in the performance of its obligations hereunder or any of them, if such obligations were prevented or delayed by any cause, existing or future beyond the reasonable control of such party which include but are not limited to acts of God, labor disputes or civil unrest. 26. COUNTERPARTS 26.1 This Agreement may be executed in counterparts, each of which shall be an original, but all of which shall constitute one and the same document. This Agreement may be executed with electronic signatures. 27. LIMITATIONS OF LIABILITY DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 27.1 Under no circumstances shall either party be liable to the other for any consequential, incidental, special, punitive, or any other form of indirect or non- compensatory damages. 28. PUBLIC ENTITY CRIMES 28.1 CONTRACTOR acknowledges and agrees that 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier or sub-contractor 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, Florida Statues, for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. CONTRACTOR will advise the CITY immediately if it becomes aware of any violation of this statute. 29. PREPARATION 29.1 This Agreement shall not be construed more strongly against either party regardless of who was more responsible for its preparation. 30. PALM BEACH COUNTY INSPECTOR GENERAL 30.1 In accordance with Palm Beach County ordinance number 2011-009, the CONTRACTOR acknowledges that this Agreement may be subject to investigation and/or audit by the Palm Beach County Inspector General. The CONTRACTOR has reviewed Palm Beach County ordinance number 2011-009 and is aware of its rights and/or obligations under such ordinance. 31. ENFORCEMENT COSTS 31.1 All parties shall be responsible for their own attorneys' fees, court costs and expenses if any legal action or other proceeding is brought for any dispute, disagreement, or issue of construction or interpretation arising hereunder whether relating to the Agreement's execution, validity, the obligations provided therein, or performance of this Agreement, or because of an alleged breach, default or misrepresentation in connection with any provisions of this Agreement. 32. PUBLIC RECORDS CONTRACTOR shall comply with Florida's Public Records Laws, Chapter 119, Florida Statutes, and, if it is acting on behalf of the CITY as provided under section 119.011(2), the CONTRACTOR specifically agrees to: DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 (a) Keep and maintain public records required by the CITY to perform the services under this Agreement. (b) Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable tie at a cost that does not exceed the cost provided in this Chapter 119, Florida Statutes, or as otherwise provided by law. (c) Ensure that said public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Agreement term and following completion of the Agreement, if the CONTRACTOR does not transfer the records to the CITY. (d) Upon the completion of the Agreement, transfer, at no cost, to the CITY all public records in possession of the CONTRACTOR or keep and maintain public records required by the CITY to perform the services. If the CONTRACTOR transfers all public records to the CITY upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the City. 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, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (561) 586-1660, DANDREA(aD-LAKEWORTHBEACHFL.GOV, OR 7 NORTH DIXIE HIGHWAY, LAKE WORTH BEACH, FLORIDA 33460. 33. COPYRIGHTS AND/OR PATENT RIGHTS 33.1 CONTRACTOR warrants that there has been no violation of copyrights and/or patent rights in the manufacturing, producing or selling of the goods, shipped or ordered, as a result of this Agreement and the CONTRACTOR agrees to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 34. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 34.1 CONTRACTOR certifies that all material, equipment, etc., contained in this bid meets all OSHA requirements. CONTRACTOR further certifies that, if the material, equipment, etc., delivered is subsequently found to be deficient in any OSHA requirements in effect on date of delivery, all costs necessary to bring the material, equipment, etc. into compliance with the aforementioned requirements shall be borne by the CONTRACTOR. 35. FEDERAL AND STATE TAX 35.1 The CITY is exempt from Federal Tax and State Tax for Tangible Personal Property. The Procurement Official will sign an exemption certificate submitted by the successful CONTRACTOR. The CONTRACTOR shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with the CITY, nor shall the CONTRACTOR be authorized to use the CITY's tax Exemption Number in securing such materials. 36. PROTECTION OF PROPERTY 36.1 The CONTRACTOR shall at all times guard against damage or loss to the property of the CITY or of other vendors or contractors and shall be held responsible for replacing or repairing any such loss or damage. The CITY may withhold payment or make such deductions as deemed necessary to insure reimbursement or replacement for loss or damage to property through negligence of the successful CONTRACTOR or its agents. The CONTRACTOR shall be responsible to safeguard all of their property such as tools and equipment while on site. The CITY will not be held responsible for any loss of CONTRACTOR property due to theft or vandalism. 37. DAMAGE TO PERSONS OR PROPERTY 37.1 The responsibility for all damage to person or property arising out of or on account of work done under this Agreement shall rest upon the CONTRACTOR, and the CONTRACTOR shall save the CITY harmless from all claims made on account of such damages. 38. WARRANTY 38.1 CONTRACTOR warrants and guarantees to the CITY that the Scope of Work provided under this Agreement shall be in accordance with the Agreement and the other documents specifically included in this Agreement. CONTRACTOR warrants that all materials and parts supplied under the Scope of Work and this Agreement shall be free from defects for a minimum of one (1) year from the final completion of the Scope of Work. CONTRACTOR guarantees that all services and labor performed under the Scope of Work and this Agreement will be free from defects for a minimum of one (1) year from the final completion of the Scope of Work. CONTRACTOR shall provide to the CITY any and all manufacturers' warranties for the goods and services being provided under the Scope of Work. CONTRACTOR agrees to pay for all transportation and handling costs DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 of returning the boilers, if required, for repair or replacement. If a boiler(s) must be returned, CONTRACTOR, shall provide a replacement boiler(s) for the duration. 39. SCRUTINIZED COMPANIES 39.1 CONTRACTOR certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List and are not engaged in the boycott of Israel. Pursuant to section 287.135, Florida Statutes, the CITY may immediately terminate this Agreement at its sole option if the CONTRACTOR or any of its subcontractors are found to have submitted a false certification; or if the CONTRACTOR or any of its subcontractors, are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of this Agreement. 39.2 If this Agreement is for one million dollars or more, the CONTRACTOR certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria as identified in Section 287.135, Florida Statutes. Pursuant to Section 287.135, the CITY may immediately terminate this Agreement at its sole option if the CONTRACTOR, or any of its subcontractors are found to have submitted a false certification; or if the CONTRACTOR or any of its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or are or have been engaged with business operations in Cuba or Syria during the term of this Agreement. 39.3 The CONTRACTOR agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under this Agreement. 39.4 The CONTRACTOR agrees that the certifications in this section shall be effective and relied upon by the CITY for the term of this Agreement, including any and all renewals. 39.5 The CONTRACTOR agrees that if it or any of its subcontractors' status changes in regards to any certification herein, the CONTRACTOR shall immediately notify the CITY of the same. 39.6 As provided in Subsection 287.135(8), Florida Statutes, if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. 40. SURVIVABILITY 40.1 Any provision of this Agreement which is of a continuing nature or imposes an obligation which extends beyond the term of this Agreement shall survive its expiration or earlier termination. 41. WORK FOR HIRE DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 41.1 All documents, including but not limited to drawings, specifications, plans, reports, other items and data or programs stored in hard-copy, electronically or otherwise (collectively referred to as "Documents" hereafter), prepared by the CONTRACTOR or its subcontractors under this Agreement shall be considered a "Work for Hire" and the exclusive property of the CITY. To the extent such Documents may not be deemed a "Work for Hire" under applicable law, CONTRACTOR and CONTRACTOR's Subcontractors will assign to the CITY all right, title and interest in and to CONTRACTOR and/or CONTRACTOR's Subcontractors' copyright(s) for such Documents. CONTRACTOR shall execute and deliver to CITY such instruments of transfer and take such other action that CITY may reasonable request, including, without limitation, executing and filing, at CITY's expense, copyright applications, assignments and other documents required for the protection of CITY's right to such Documents. The CONTRACTOR shall retain copies of the Documents for a period of three (3) years from the date of completion of the scope of services. The CITY grants to the CONTRACTOR and CONTRACTOR's Subcontractors the right and/or limited license to use a portion of the Documents prepared by the CONTRACTOR or the CONTRACTOR's Subcontractors in future projects of the CONTRACTOR or CONTRACTOR's Subcontractors with said right and/or limited license to use a portion at CONTRACTOR's or CONTRACTOR's Subcontractor's own risk and without any liability to CITY. Any modifications made by the CITY to any of the Contractor's Documents, or any use, partial use or reuse of the Documents without written authorization or adaptation by the CONTRACTOR will be at the CITY's sole risk and without liability to the CONTRACTOR. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE FOLLOWS DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 IN WITNESS WHEREOF the parties hereto have made and executed this Agreement for Emergency Utility Repairs for Water,Wastewater and Stormwater on the day and year first above written. CITY OF LAKE WORTH BEACH, FLORIDA ATTEST: By: Paj% J-hdh �PKF woRTPam Triolo, Mayor �clo Q+ a o1roq y By: ~- Deborah M. Andrea, City Clerk J FOF FILL(Q)R APPROVED AS TO FORM AND APPROVED FOR FINANCIAL LEGAL SUFFICIENCY: SUFFICIENCY By: Ct,.Z4�Gods By: 6U(- Glen J. Torcivia, City Attorney Bruce ler, nancial Services Director CONTRACTOR: Johnson- a 's I r orated By: [Corporate Seal] Print Name: l-T Title: � sran: STATE OF .a„c: ) COUNTY OF The foregoing instrument was acknowledged before me this cAa� day of rvt=, 2020, by - who was physically present, as (title), of Johnson-Days Incorporated., a company which is authorized to do business in the State of Florida, and who is personally known to me or who has produced the following as identification. Notary Public �pS*!'Y PUel4+ LMISA DITIJ PELKEY Print Name: . . Gommission#GG157707 My commission expires: N�,FOF�OpP� Expires 490No sJa ,2 DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 Exhibit A IFB Scope of Services The City of Lake Worth Beach is expecting that the CONTRACTOR provides repairs to the CITY's water distribution, wastewater collection and stormwater collection systems immediately after a hurricane, other disaster, or as needed by the CITY on an emergency basis. The objective of this Agreement is to secure the services of an experienced CONTRACTOR who is capable of efficiently repairing aforementioned water systems in a timely and cost-effective manner. The CONTRACTOR should be experienced and proficient in all phases of construction and repairs of water systems, including but not limited to: furnishing and installing various sizes of pipe for gravity sewer main and force main, water distribution lines and storm sewer mains; and concrete structures for the wastewater and storm water systems, set up and monitoring of bypass pumping; dewatering systems; and restoration related to landscaping, asphalt and concrete work may also be required as needed. The CONTRACTOR must be capable of assembling, directing, and managing a work force that can complete the repairs in the assigned number of days. This is an acknowledgement that FEMA financial assistance may be used to fund the resulting contract. The CONTRACTOR shall perform all work in compliance with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives in order to maximize recovery of reimbursable expenses. This shall include the provision of audit quality documentation as required by and acceptable to FEMA for all work accomplished. This includes compliance with any disaster management or monitoring services the CITY may have under contract. The CONTRACTOR may be required, at the CITY's discretion, to be under the direction of an agent of the CITY. While intended to cover water, wastewater and stormwater repair needs in any major disaster scenario or other emergency, the primary focus is on the threat of hurricane damage to the CITY. The planning standards used for this project are based on the anticipated impacts of a named storm event or major flood impacting Palm Beach County, Florida. The CITY envisions the need for multiple contracts to carry out the water utility systems work throughout the CITY in the event of a major disaster or other emergency. The CONTRACTOR must have the experience and capability to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial CITY payment and between subsequent payments, as well as DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 the capacity to provide the necessary insurance. The CONTRACTOR must also have an established management team, an established network of resources to provide the necessary equipment and personnel to complete comprehensive water utility system repairs and demonstrable experience in major disaster recovery projects. This Agreement is a contingency contract that will be activated activated via purchase order or work order only in the case of an emergency or immediately after an emergency. As such, no compensation will accrue to the contractor(s) unless and until a purchase order or work order is issued either in anticipation of an emergency or immediately after such disaster. Each purchase order/work order will contain a price ceiling (not-to-exceed amount) that the CONTRACTOR exceeds at its own risk. The CITY does not guarantee a CONTRACTOR will be activated under this Agreement. In addition to using CITY forces and equipment, the CITY intends to award multiple contracts on a contingency basis for the purpose of having CONTRACTOR(S) immediately available and committed to assisting the CITY prior to or in the aftermath of an emergency. Each CONTRACTOR awarded a repair contract will serve as a General Contractor for the purpose of water utility systems repair operations, and will be able to use his/her own resources and subcontractor resources to meet the obligations of the contract and specific purchase order. It is anticipated that the CONTRACTOR will use both local and non-local subcontractors. Notwithstanding, the CONTRACTOR must take all necessary affirmative steps to assure that small and minority businesses, women's business enterprises and labor surplus area firms are solicited and used when possible. When a major disaster or emergency occurs or is imminent, the CITY intends to contact the CONTRACTOR awarded a repair contract under this IFB to advise them of the CITY's intent to utilize the contracts via purchase order/work order. When a major disaster or emergency occurs or is imminent, the CITY will initially send out an alert to the selected CONTRACTOR(S). This alert will serve to activate the lines of communication between the CONTRACTOR representatives and the CITY. Specific purchase orders/work orders will be issued to select contractor(s) based on the best interest of the CITY. The CITY reserves the right to assign purchase orders to various CONTRACTORS based on pricing submitted. The CITY does not guarantee a cradle to grave pricing arrangement but reserves the right to pick and choose awarded CONTRACTORS based on ranking. The general concept of water utility systems repairs shall include pipe break repair, pipe collapse repair, sections of pipe replacement, cleaning and lining of existing mains, among other tasks. The CITY will prescribe the specific schedule to be used after ascertaining the scope and nature of the anticipated or disaster's or emergency's impacts. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 The CITY reserves the right to utilize the CONTRACTOR for other repair work consistent with this Scope of Work even if the repair work is not an emergency. Said work will be awarded via Purchase Order OR Work Order in the CITY's sole discretion. Reporting The CONTRACTOR shall submit a report to the CITY Emergency Management Coordinator or designee by close of business each day of the term of the Purchase Order or Work Order, Each report shall contain, at a minimum, the following information: 1. Contractor's Name 2. Contract Number 3. Daily and cumulative hours for each piece of equipment, if appropriate 4. Daily and cumulative hours for personnel, by position, and tasks performed, if appropriate 5. Volumes of repairs handled Failure to provide audit quality information by 5:00 p.m. of the following day of operation will subject CONTRACTOR to non-payment in each instance at the sole discretion of the CITY. Performance of Contractor It is the intent of the Agreement to ensure that the CONTRACTOR provides a quality level of services. To this end, all complaints received by the Emergency Management Coordinator or designee, and reported to the CONTRACTOR shall be promptly resolved pursuant to the provisions of this Agreement. The Emergency Management Coordinator or designee may levy administrative charges for the following infractions: 1 . Inability to perform repairs due to CONTRACTOR equipment or operational failures, liquidated damages of $500 per day, for each day repair site must remain attended. CONTRACTOR may also be subject to non-payment and liquidated damages of $50 for the following infraction: 1 . Failure to provide audit quality information by 5:00 p.m. of the following day of operation. The CONTRACTOR may be immediately terminated and may not paid for the following: DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 1. Starting repairs of any non-eligible, non-CITY approved areas. 2. Moving to another designated Work Area without prior CITY approval. 3. Failure to provide service in accordance to guidelines set forth by FEMA and the CITY. 4. Soliciting work from private citizens or others to be performed in the designated Service Area during the awarded contract term. The City reserves the right to delete or amend any of the services as listed and described herein in negotiations with the selected CONTRACTOR(S) or in specific purchase orders. END OF SCOPE OF SERVICES DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 Exhibit B Federal Contract Provisions The Contractor hereby agrees that the following terms, at a minimum, are incorporated into this Agreement: Equal Employment Opportunity. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 (3) Withholding for unpaid wages and liquidated damages. FEMA, the State of Florida, or the CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. Clean Air Act. 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the CITY, and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act. 1. The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Suspension and Debarment. (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification, as laid out in Exhibit I, is a material representation of fact relied upon by the CITY. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida or the CITY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Byrd Anti-Lobbying Amendment. Contractors who apply or bid for an award of $100,000 or more shall file the required certification as laid out in Exhibit J. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. Procurement of Recovered materials. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 (i) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— Competitively within a timeframe providing for compliance with the contract performance schedule; • Meeting contract performance requirements; or • At a reasonable price. (ii) Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. (iii) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. Access to Records. (1) The Contractor agrees to provide the State of Florida, the CITY, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representative's access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the CITY and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. DHS Seal, Logo, and Flags. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval. Compliance with Federal Law, Regulations, and Executive Orders. By signing this agreement, The CONTRACTOR acknowledges that FEMA financial assistance will be DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. No Obligation by Federal Government. The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts. The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. Affirmative Steps. Required Affirmative Steps If the Contractor intends to subcontract any portion of the work covered by this Contract, the Contractor must take all necessary affirmative steps to assure that small and minority businesses, women's business enterprises and labor surplus area firms are solicited and used when possible. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 EXHIBIT C CONTRACTOR'S SCHEDULE OF UNIT PRICES DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 Johnson-Davis Incorporated ITEM DESCRIPTION - UNIT PRICE GENERAL CONDITIONS GC-1 Emergency Mobilization/Demobilization Costs LS $3,000.00 for Rear Easement repairs GC-2 Emergency Mobilization/Demobilization Costs LS $3,000.00 for Utility Right of Way repairs GC-3 NON-Emergency Mobilization/Demobilization LS $2,000.00 Costs for Rear Easement repairs GC-4 NON-Emergency Mobilization/Demobilization LS $2,000.00 Costs for Utility Right of Way repairs GC-5 Record Drawing (less than 40 LF of Utility LS $1,500.00 Work GC-6 Record Drawing (more than 40 LF of Utility LS $3,500.00 Work GC-7 Construction Survey LS $500.00 GC-8 M.O.T. Residential Street EA $500.00 GC-9 M.O.T. City Arterial Roadway EA $1,500.00 GC-10 M.O.T. DOT Roadway EA $3,000.00 Bacteriological Testing and Clearance of GC-11 Water Mains (actual cost reimbursement by ALLOWANCE N/A city) GC-12 Density Tests (actual cost reimbursement by --- N/A city) GC-13 Proctor Tests (actual cost reimbursement by --- N/A city) GC-14 Florida Bearing Value Tests (actual cost --- N/A reimbursement by City) GC-15 LBR Test (Load Bearing Ratio) (actual cost --- N/A reimbursement by City) GC-16 Concrete 12" x 6" Cylinder Test (actual cost --- N/A reimbursement by City) GC-17 Applicable Permits (actual cost reimbursement --- N/A by City) WASTEWATER WASTEWATER FORCEMAIN- includes all fittings, appurtenances, restraints and restoration for a complete installation F-1 Furnish & Install 4-Inch C-900 DR-18 PVC LF $40.00 Sewer Main F 2 Furnish & Install 4-Inch Class 350 DIP Sewer LF $75.00 Main F-3 Furnish & Install 6-Inch C-900 DR-18 PVC LF $45.00 Sewer Main DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 F-4 Furnish & Install 6-Inch Class 350 DIP Sewer LF $60.00 Main F-5 Furnish & Install 8-Inch C-900 DR-18 PVC LF $55.00 Sewer Main F-6 Furnish & Install 8-Inch Class 350 DIP Sewer LF $65.00 Main F 7 Furnish & Install 10-Inch C-900 DR-18 PVC LF $65.00 Sewer Main F 8 Furnish & Install 10-Inch Class 350 DIP Sewer LF $70.00 Main F 9 Furnish & Install 12-Inch C-900 DR-18 PVC LF $70.00 Sewer Main F-10 Furnish & Install 12-Inch Class 350 DIP Sewer LF $95.00 Main F-11 Furnish & Install 16-Inch C-905 DR-18 PVC LF $75.00 Sewer Main F-12 Furnish & Install 16-Inch Class 350 DIP Sewer LF $130.00 Main F-13 Furnish & Install 18-Inch C-905 DR-18 PVC LF $90.00 Sewer Main F-14 Furnish & Install 18-Inch Class 350 DIP Sewer LF $140.00 Main F-15 Furnish & Install 20-Inch C-905 DR-18 PVC LF $95.00 Sewer Main F-16 Furnish & Install 20-Inch Class 350 DIP Sewer LF $150.00 Main F-17 Furnish & Install 24-Inch C-905 DR-18 PVC LF $150.00 Sewer Main F-18 Furnish & Install 24-Inch Class 350 DIP Sewer LF $190.00 Main F-19 Furnish & Install 30-Inch C-905 DR-21 PVC LF $180.00 Sewer Main F-20 Furnish & Install 30-Inch Class 350 DIP Sewer LF $200.00 Main F-21 Furnish & Install 36-Inch C-905 DR-21 PVC LF $250.00 Sewer Main F 22 Furnish & Install 36-Inch Class 350 DIP Sewer LF $350.00 Main F-23 Furnish & Install 42-Inch Class 350 DIP Sewer LF $550.00 Main GRAVITY SANITARY SEWER - includes all fittings, appurtenances, dewatering and restoration for a complete installation F-24 Furnish & Install 8-Inch SDR-26 PVC Sewer 4' - 8' Deep LF $40.00 Main F-25 Furnish & Install 8-Inch SDR-26 PVC Sewer 82 LF $75.00 W Deep F-26 Furnish & Install 8-Inch DR-18 PVC Sewer 12' + Deep LF $45.00 Main DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 F 27 Furnish & Install 8-Inch Class 350 DIP Sewer 4' - 8' Deep LF $60.00 Main F 28 Furnish & Install 8-Inch Class 350 DIP Sewer 8' - 12' LF $55.00 Main Dee F-29 Furnish & Install 10-Inch SDR-26 PVC Sewer 4' - 8' Deep LF $65.00 Main F-30 Furnish & Install 10-Inch SDR-26 PVC Sewer 8' - 12' LF $65.00 Main F-31 Furnish & Install 10-Inch DR-18 PVC Sewer 12' + Deep LF $70.00 Main F-32 Furnish & Install 10-Inch Class 350 DIP Sewer 4' - 8' Deep LF $70.00 Main F-33 Furnish & Install 10-Inch Class 350 DIP Sewer 8' - 12' LF $95.00 Main F-34 Furnish & Install 12-Inch SDR-26 PVC Sewer 4' - 8' Deep LF $75.00 Main F-35 Furnish & Install 12-Inch SDR-26 PVC Sewer 82 LF $130.00 W Deep F-36 Furnish & Install 12-Inch DR-18 PVC Sewer 12' + Deep LF $90.00 Main F-37 Furnish & Install 12-Inch Class 350 DIP Sewer 4' - 8' Deep LF $140.00 Main F-38 Furnish Dee& Install 12-Inch Class 350 DIP Sewer 82 LF $95.00 Mai F-39 Furnish & Install 15-Inch SDR-26 PVC Sewer 4' - 8' Deep LF $150.00 Main F-40 Furnish & Install 15-Inch SDR-26 PVC Sewer 8' - 12' LF $150.00 Main Dee F-41 Furnish & Install 15-Inch DR-18 PVC Sewer 12' + Deep LF $190.00 Main F-42 Furnish & Install 15-Inch Class 250 DIP Sewer 4' - 8' Deep LF $180.00 Main F-43 Furnish & Install 15-Inch Class 250 DIP Sewer 8' - 12' LF $200.00 Main Dee F-44 Furnish & Install 18-Inch PS 115 PVC Sewer 4' - 8' Deep LF $250.00 Main F-45 Furnish & Install 18-Inch PS 115 PVC Sewer 8' - 12' LF $350.00 Main Dee F-46 Furnish & Install 18-Inch DR-18 PVC Sewer 12' + Deep LF $550.00 Main F-47 Furnish & Install 18-Inch Class 250 DIP Sewer 4' - 8' Deep LF $300.00 Main F-48 Furnish & Install 18-Inch Class 250 DIP Sewer 8' - 12' LF $320.00 Main Dee F-49 Furnish & Install 21-Inch PS 115 PVC Sewer 4' - 8' Deep LF $320.00 Main F-50 Furnish & Install 21-Inch PS 115 PVC Sewer 8' - 12' LF $450.00 Main Dee F-51 Furnish & Install 21-Inch DR-18 PVC Sewer 12' + Deep LF $620.00 Main DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 F-52 Furnish & Install 20-Inch Class 250 DIP Sewer 4' - 8' Deep LF $360.00 Main F-53 Furnish & Install 20-Inch Class 250 DIP Sewer 8' - 12' LF $400.00 Main Dee F-54 Furnish & Install 24-Inch PS 115 PVC Sewer 4' - 8' Deep LF $340.00 Main F-55 Furnish & Install 24-Inch PS 115 PVC Sewer 82 LF $470.00 W Deep F-56 Furnish & Install 24-Inch DR-18 PVC Sewer 12' + Deep LF $680.00 Main F-57 Furnish & Install 24-Inch Class 250 DIP Sewer 4' - 8' Deep LF $400.00 Main F-58 Furnish & Install 24-Inch Class 250 DIP Sewer 82 LF $520.00 MainDeep F-59 Furnish & Install 30-Inch PS 115 PVC Sewer 4' - 8' Deep LF $380.00 Main F-60 Furnish & Install 30-Inch PS 115 PVC Sewer 82 LF $510.00 W Deep F-61 Furnish & Install 30-Inch DR-18 PVC Sewer 12' + Deep LF $740.00 Main F-62 Furnish & Install 30-Inch Class 250 DIP Sewer 4' - 8' Deep LF $620.00 Main F-63 Furnish & Install 30-Inch Class 250 DIP Sewer 8' - 12' LF $780.00 Main Dee F-64 Furnish & Install 36-Inch PS 115 PVC Sewer 4' - 8' Deep LF $800.00 Main F-65 Furnish & Install 36-Inch PS 115 PVC Sewer 8' - 12' LF $700.00 Main Dee F-66 Furnish & Install 36-Inch DR-21 PVC Sewer 12' + Deep LF $800.00 Main F-67 Furnish & Install 36-Inch Class 250 DIP Sewer 4' - 8' Deep LF $680.00 Main F-68 Furnish & Install 36-Inch Class 250 DIP Sewer 8' - 12' LF $1,000.00 Main Dee Sanitary Sewer Lateral Clean-Out including cut-in wye and all appurtenances for complete installation F-69 Sanitary Sewer 6" Lateral & Clean-out (single) `7' depth to EA $2,500.00 main F-70 Sanitary Sewer 6" Lateral & Clean-out (double) `7' depth to EA $3,000.00 main F-71 Sanitary Sewer 6" Lateral & Clean-out (single) '7' depth to main EA $4,500.00 F-72 Sanitary Sewer 6" Lateral & Clean-out (double) '7' depth to EA $5,000.00 main F-73 Sanitary Sewer 8" Lateral & Clean-out (single) EA $3,500.00 F-74 Sanitary Sewer 8" Lateral & Clean-out (double) EA $4,000.00 Furnish & Install Gate Valve &Valve Box F-75 4" Gate Valve &Valve Box I EA $1,400.00 DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 F-76 6" Gate Valve &Valve Box EA $1,600.00 F-77 6" Plug Valve & Valve box EA $2,700.00 F-78 8" Plug Valve & Valve box EA $3,500.00 F-79 10" Plug Valve & Valve box EA $4,000.00 F-80 12" Plug Valve &Valve box EA $7,000.00 F-81 16" Plug Valve &Valve box EA $10,000.00 F-82 20" Plug Valve &Valve box EA $20,000.00 Furnish & Install Tapping Sleeve with Valve &Valve Box F-83 4"x 4" Tapping Sleeve w/Valve & Valve Box EA $3,000.00 F-84 6"x 4" Tapping Sleeve w/Valve & Valve Box EA $3,500.00 F-85 6"x 6" Tapping Sleeve w/Valve & Valve Box EA $3,900.00 F-86 8"x 4" Tapping Sleeve wNalve & Valve Box EA $3,600.00 F-87 I 8"x 6" Tapping Sleeve w/Valve & Valve Box EA $5,000.00 F-88 8"x 8" Tapping Sleeve w/Valve & Valve Box EA $5,500.00 F-89 10" x 4"Tapping Sleeve w/Valve &Valve Box EA $3,800.00 F-90 10" x 6"Tapping Sleeve w/Valve &Valve Box EA $6,100.00 F-91 10" x 8"Tapping Sleeve w/Valve & Valve Box EA $8,500.00 F-92 10" x 10"Tapping Sleeve w/Valve &Valve Box EA $7,000.00 F-93 12" x 4"Tapping Sleeve w/Valve & Valve Box EA $4,000.00 F-94 1 12" x 6"Tapping Sleeve w/Valve & Valve Box EA $5,600.00 F-95 12" x 8" Tapping Sleeve w/Valve & Valve Box EA $6,500.00 F-96 12" x 10"Tapping Sleeve w/Valve &Valve Box EA $7,000.00 F-97 12" x 12"Tapping Sleeve w/Valve & Valve Box EA $9,000.00 F-98 16" x 6"Tapping Sleeve w/Valve & Valve Box EA $5,500.00 F-99 16" x 8"Tapping Sleeve w/Valve & Valve Box EA $7,000.00 F-100 16" x 10"Tapping Sleeve w/Valve &Valve Box EA $8,500.00 F-101 16" x 12"Tapping Sleeve w/Valve &Valve Box EA $9,600.00 F-102 16" x 16"Tapping Sleeve w/Valve & Valve Box EA $17,500.00 F-103 18" x 6"Tapping Sleeve w/Valve & Valve Box EA $6,500.00 F-104 18" x 8" Tapping Sleeve w/Valve & Valve Box EA $8,200.00 F-105 18" x 10"Tapping Sleeve w/Valve &Valve Box EA $9,500.00 F-106 18" x 12"Tapping Sleeve w/Valve & Valve Box EA $11,000.00 F-107 18" x 16"Tapping Sleeve w/Valve &Valve Box EA $12,000.00 F-108 18" x 18"Tapping Sleeve w/Valve &Valve Box EA $29,000.00 F-109 20" x 6"Tapping Sleeve w/Valve & Valve Box EA $7,500.00 F-110 20" x 8" Tapping Sleeve w/Valve & Valve Box EA $11,500.00 F-111 20" x 10"Tapping Sleeve w/Valve & Valve Box EA $16,500.00 F-112 20" x 12"Tapping Sleeve w/Valve &Valve Box EA $17,500.00 F-113 20" x 16"Tapping Sleeve w/Valve &Valve Box EA $20,500.00 F-114 20" x 20"Tapping Sleeve w/Valve & Valve Box EA $35,000.00 F-115 36" x 18" Tapping Sleeve w/Valve &Valve Box EA $27,000.00 F-116 36" x 24"Tapping Sleeve w/Valve &Valve Box EA $36,000.00 F-117 36" x 30"Tapping Sleeve w/Valve &Valve Box EA $55,000.00 DocuSign Envelope ID: 1 FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 F-118 Wastewater Force Main 2" Air Release Valve EA $8,000.00 w/Manhole F-119 Wastewater Force Main 2" or 3"Air/Vacuum EA $3,000.00 Valve F-120 Wastewater Force Main 2"x1", 2"x2", 2"x3" EA $8,000.00 Combination Air Valve w/Manhole Furnish & Install Line Stop inclusive of all appurtenances for a complete installation F-121 4" Insertion Line Stop EA $4,000.00 F-122 6" Insertion Line Stop EA $4,500.00 F-123 8" Insertion Line Stop EA $5,500.00 F-124 10" Insertion Line Stop EA $6,500.00 F-125 12" Insertion Line Stop EA $10,000.00 F-126 16" Insertion Line Stop EA $12,000.00 F-127 18" Insertion Line Stop EA $18,000.00 F-128 20" Insertion Line Stop EA $20,000.00 F-129 24" Insertion Line Stop EA $30,000.00 F-130 30" Insertion Line Stop EA $40,000.00 F-131 1 36" Insertion Line Stop EA $50,000.00 Furnish & Install new Standard Precast Concrete 48" diameter Manhole Structure to include Bench work and Ring and Cover including City approved coatings inside and out at a depth of: F-132 0' - 4' FT Deep EA $5,000.00 F-133 4' - 6' FT Deep EA $8,000.00 F-134 6' - 8' FT Deep EA $10,000.00 F-135 8' - 10' FT Deep EA $11,000.00 F-136 10' - 12' FT Deep EA $12,000.00 F-137 12' - 14' FT Deep EA $16,000.00 F-138 14' - 16' FT Deep EA $18,000.00 F-139 16' - 20' FT Deep EA $21,000.00 MISCELLANEOUS F-140 Core drill exist manhole (Any size) EA $1,500.00 SANITARY CREW A- Includes a foreman, 3 experienced workers, layout, excavating, installing and backfilling equipment necessary F-141 for concrete, PVC, HDPE or metal pipe laying HR $460.00 or repair up to 36" diameter. Material costs shall be included with invoice with maximum 15% markup. WATERMAIN** **Prices Quoted in the Water Main Section are Interchangeable with Raw Water Lines as needed WATERMAIN- includes all fittings, appurtenances, restraints and restoration for a complete installation. Includes testing: density, pressure and bacteriological. DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 W 1 Furnish & Install 4-Inch C-900 DR-18 PVC LF $30.00 Water Main W 2 Furnish & Install 4-Inch Class 350 DIP Water LF $40.00 Main W 3 Furnish & Install 6-Inch C-900 DR-18 PVC LF $32.00 Water Main W 4 Furnish & Install 6-Inch Class 350 DIP Water LF $42.00 Main W-5 Furnish & Install 8-Inch C-900 DR-18 PVC LF $40.00 Water Main W 6 Furnish & Install 8-Inch Class 350 DIP Water LF $50.00 Main W 7 Furnish & Install 10-Inch C-900 DR-18 PVC LF $46.00 Water Main W 8 Furnish & Install 10-Inch Class 350 DIP Water LF $55.00 Main W 9 Furnish & Install 12-Inch C-900 DR-18 PVC LF $50.00 Water Main W-10 Furnish & Install 12-Inch Class 350 DIP Water LF $65.00 Main W-11 Furnish & Install 16-Inch C-905 DR-18 PVC LF $75.00 Water Main W 12 Furnish & Install 16-Inch Class 250 DIP Water LF $100.00 Main W-13 Furnish & Install 18-Inch C-905 DR-18 PVC LF $83.00 Water Main W-14 Furnish & Install 18-Inch Class 250 DIP Water LF $110.00 Main W-15 Furnish & Install 20-Inch C-905 DR-18 PVC LF $110.00 Water Main W-16 Furnish & Install 20-Inch Class 250 DIP Water LF $140.00 Main W 17 Furnish & Install 24-Inch C-905 DR-18 PVC LF $140.00 Water Main W 18 Furnish & Install 24-Inch Class 200 DIP Water LF $160.00 Main W 19 Furnish & Install 30-Inch C-905 DR-21 PVC LF $150.00 Water Main W 20 Furnish & Install 30-Inch Class 200 DIP Water LF $200.00 Main W 21 Furnish & Install 36-Inch C-905 DR-21 PVC LF $220.00 Water Main W 22 Furnish & Install 36-Inch Class 200 DIP Water LF $300.00 Main Furnish & Install Gate Valve &Valve Box W-23 4" Gate Valve &Valve Box EA $1,400.00 W-24 6" Gate Valve &Valve Box EA $1,600.00 W-25 8" Gate Valve &Valve Box EA $1,800.00 W-26 10" Gate Valve &Valve Box EA $3,000.00 DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 W-27 12" Gate Valve & Valve Box EA $3,500.00 W-28 16" Gate Valve &Valve Box EA $8,500.00 Furnish & Install Butterfly Valve &Valve Box W-29 14" Butterfly Valve & Valve Box EA $4,000.00 W-30 16" Butterfly Valve & Valve Box EA $4,500.00 W-31 18" Butterfly Valve & Valve Box EA $5,000.00 W-32 20" Butterfly Valve & Valve Box EA $7,000.00 W-33 24" Butterfly Valve & Valve Box EA $10,000.00 W-34 30" Butterfly Valve & Valve Box EA $15,000.00 W-35 1 36" Butterfly Valve & Valve Box EA $24,000.00 Furnish & Install Tapping Sleeve with Valve &Valve Box W-36 4"x 4" Tapping Sleeve w/Valve &Valve Box EA $3,500.00 W-37 6"x 4" Tapping Sleeve w/Valve & Valve Box EA $4,000.00 W-38 6"x 6" Tapping Sleeve wNalve & Valve Box EA $4,500.00 W-39 8"x 4" Tapping Sleeve w/Valve & Valve Box EA $3,600.00 W-40 8"x 6" Tapping Sleeve w/Valve & Valve Box EA $5,000.00 W-41 8"x 8" Tapping Sleeve w/Valve & Valve Box EA $6,000.00 W-42 10" x 4"Tapping Sleeve w/Valve &Valve Box EA $7,000.00 W-43 10" x 6"Tapping Sleeve w/Valve &Valve Box EA $8,500.00 W-44 10" x 8"Tapping Sleeve w/Valve &Valve Box EA $9,500.00 W-45 10" x 10"Tapping Sleeve wNalve &Valve Box EA $10,000.00 W-46 12" x 4"Tapping Sleeve w/Valve &Valve Box EA $4,500.00 W-47 12" x 6"Tapping Sleeve wNalve & Valve Box EA $8,000.00 W-48 12" x 8"Tapping Sleeve wNalve & Valve Box EA $9,000.00 W-49 12" x 10"Tapping Sleeve wNalve & Valve Box EA $7,000.00 W-50 12" x 12"Tapping Sleeve w/Valve & Valve Box EA $9,000.00 W-51 16" x 6"Tapping Sleeve w/Valve & Valve Box EA $8,500.00 W-52 16" x 8"Tapping Sleeve wNalve & Valve Box EA $10,000.00 W-53 16" x 10"Tapping Sleeve wNalve &Valve Box EA $11,000.00 W-54 16" x 12" Tapping Sleeve wNalve &Valve Box EA $9,600.00 W-55 16" x 16"Tapping Sleeve wNalve & Valve Box EA $17,500.00 W-56 18" x 6" Tapping Sleeve wNalve & Valve Box EA $6,500.00 W-57 18" x 8" Tapping Sleeve wNalve & Valve Box EA $8,200.00 W-58 18" x 10" Tapping Sleeve wNalve &Valve Box EA $9,500.00 W-59 18" x 12"Tapping Sleeve wNalve &Valve Box EA $11,000.00 W-60 18" x 16" Tapping Sleeve wNalve &Valve Box EA $12,000.00 W-61 18" x 18"Tapping Sleeve w/Valve &Valve Box EA $29,000.00 W-62 20" x 6" Tapping Sleeve wNalve & Valve Box EA $7,500.00 W-63 20" x 8" Tapping Sleeve w/Valve & Valve Box EA $8,400.00 W-64 20" x 10"Tapping Sleeve w/Valve &Valve Box EA $10,200.00 W-65 20" x 12"Tapping Sleeve w/Valve &Valve Box EA $11,200.00 W-66 20" x 16" Tapping Sleeve w/Valve &Valve Box EA $20,500.00 W-67 20" x 20" Tapping Sleeve wNalve &Valve Box EA $35,000.00 W-68 24" x 6" Tapping Sleeve w/Valve & Valve Box EA $7,800.00 DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 W-69 24" x 8" Tapping Sleeve w/Valve & Valve Box EA $8,600.00 W-70 24" x 10" Tapping Sleeve w/Valve & Valve Box EA $9,800.00 W-71 24" x 12"Tapping Sleeve wNalve &Valve Box EA $12,000.00 W-72 24" x 16"Tapping Sleeve wNalve &Valve Box EA $16,800.00 W-73 24" x 20"Tapping Sleeve wNalve &Valve Box EA $27,000.00 W-74 30" x 6"Tapping Sleeve wNalve & Valve Box EA $8,500.00 W-75 30" x 8"Tapping Sleeve wNalve & Valve Box EA $9,500.00 W-76 30" x 10"Tapping Sleeve wNalve & Valve Box EA $10,600.00 W-77 30" x 12"Tapping Sleeve wNalve & Valve Box EA $11,800.00 W-78 30" x 16"Tapping Sleeve w/Valve & Valve Box EA $16,400.00 W-79 30" x 20"Tapping Sleeve wNalve & Valve Box EA $32,000.00 W-80 36" x 6"Tapping Sleeve wNalve & Valve Box EA $9,000.00 W-81 36" x 8"Tapping Sleeve wNalve & Valve Box EA $10,000.00 W-82 36" x 10"Tapping Sleeve w/Valve & Valve Box EA $11,500.00 W-83 36" x 12"Tapping Sleeve wNalve & Valve Box EA $12,600.00 W-84 36" x 16"Tapping Sleeve w/Valve &Valve Box EA $14,500.00 W-85 36" x 20"Tapping Sleeve w/Valve &Valve Box EA $33,800.00 W-86 36" x 24"Tapping Sleeve wNalve &Valve Box EA $39,000.00 W-87 36" x 30"Tapping Sleeve w/Valve &Valve Box EA $62,000.00 Furnish & Install Line Stop includes all appurtenances for a complete installation W-88 4" Insertion Line Stop EA $6,000.00 W-89 6" Insertion Line Stop EA $8,000.00 W-90 8" Insertion Line Stop EA $10,000.00 W-91 10" Insertion Line Stop EA $12,000.00 W-92 12" Insertion Line Stop EA $14,000.00 W-93 16" Insertion Line Stop EA $30,000.00 W-94 18" Insertion Line Stop EA $32,000.00 W-95 20" Insertion Line Stop EA $33,000.00 W-96 36" Insertion Line Stop EA $75,000.00 Fire Hydrants, Sample Points, ARVs W 97 Fire Hydrant Assembly w/6" Gate Valve, EA $7,000.00 restraints, etc. W-98 Remove & Replace Fire Hydrant Assembly EA $7,800.00 W-99 Bollards for Fire Hydrant LS $300.00 W-100 Sample Points w/double strap saddle & corp EA $1,000.00 W-101 Sample Points on Fire Hydrants EA $1,000.00 W-102 2" Blowoff piping with box EA $1,000.00 W-103 Water Main 1" Combination Air Release Valve EA $6,500.00 w/Manhole (pipes 4"-16" W-104 Water Main 2" Combination Air Release Valve EA $9,000.00 w/Manhole (pipes larger than 16" Water Services MEOW DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 Short Single service (1-2" Poly) (up to 10' long) W-105 includes meter box and all appurtenances EA $1,200.00 except meter Short Double Service (1-2" Poly) (up to 10' W-106 long) includes meter box and all EA $1,400.00 appurtenances except meter Short Service for Meter Bank (2" Poly) (up to EA $2,000.00 W-107 10' Ion includes up to 3 services W-108 Additional services on short service meter EA $1,000.00 bank W-109 Long Single Service (1-2" poly w/3" casings) EA $1,800.00 (up to 50' Lon W-110 Long Double Service (1-2" poly w/3" casings) EA $2,000.00 (up to 50' Lon Long Service for Meter Bank (2" Poly) (up to EA $2,200.00 W-111 50' Ion includes up to 3 services W-112 1 Additional services on long service meter bank EA $1,000.00 Abandonment W-113 Cut existing watermain and connect proposed EA $4,000.00 watermain W-114 Cut and plug existing watermain to be EA $1,000.00 abandoned W-115 Abandon &grout fill existing 4-6"watermain LF $15.00 W-116 Remove & dispose existing watermain LF $20.00 W-117 Remove & Dispose AC Water Main (actual N/A cost reimbursement by City) Miscellaneous WATER CREW A - Includes a foreman, 3 experienced workers, layout, excavating, installing and backfilling equipment necessary W-118 for PVC, HDPE or metal pipe laying or repair HR $420.00 up to 36" diameter. Material costs shall be included with invoice with maximum 15% markup. STORM WATER GRAVITY STORM SEWER - includes all fittings, appurtenances, dewatering and restoration for a complete installation S-1 Furnish & Install 12-Inch PVC Sewer Main 0' - 6' Deep LF $80.00 S-2 Furnish & Install 12-Inch PVC Sewer Main 6' - 8' Deep LF $100.00 S-3 Furnish & Install 12-Inch RCP Sewer Main 0' - 6' Deep LF $80.00 S-4 Furnish & Install 12-Inch RCP Sewer Main 6' - 8' Deep LF $100.00 S-5 Furnish & Install 12-Inch HDPE Sewer Main 0' - 6' Deep LF $80.00 S-6 Furnish & Install 12-Inch HDPE Sewer Main 6' - 8' Deep LF $100.00 S-7 Furnish & Install 15-Inch RCP Sewer Main 0' - 6' Deep LF $100.00 S-8 Furnish & Install 15-Inch RCP Sewer Main 6' - 8' Deep LF $120.00 S-9 Furnish & Install 18-Inch PVC Sewer Main 0' - 6' Deep LF $110.00 S-10 Furnish & Install 18-Inch PVC Sewer Main 6' - 8' Deep LF $120.00 DocuSign Envelope ID. 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 S-11 Furnish & Install 18-Inch RCP Sewer Main 0' - 6' Deep LF $110.00 S-12 Furnish & Install 18-Inch RCP Sewer Main 6' - 8' Deep LF $120.00 S-13 Furnish & Install 18-Inch HDPE Sewer Main 0' - 6' Deep LF $110.00 S-14 Furnish & Install 18-Inch HDPE Sewer Main 6' - 8' Deep LF $120.00 S-15 Furnish & Install 24-Inch PVC Sewer Main 0' - 6' Deep LF $120.00 S-16 Furnish & Install 24-Inch PVC Sewer Main 6' - 8' Deep LF _ $140.00 S-17 Furnish & Install 24-Inch RCP Sewer Main 0' - 6' Deep LF $120.00 S-18 Furnish & Install 24-Inch RCP Sewer Main 6' - 8' Deep LF $140.00 S-19 Furnish & Install 24-Inch HDPE Sewer Main 0' - 6' Deep LF $120.00 S-20 Furnish & Install 24-Inch HDPE Sewer Main 6' - 8' Deep LF $140.00 S-21 Furnish & Install 30-Inch PVC Sewer Main 0' - 6' Deep LF $140.00 S-22 Furnish & Install 30-Inch PVC Sewer Main 6' - 8' Deep LF $160.00 S-23 Furnish & Install 30-Inch RCP Sewer Main 0' - 6' Deep LF $140.00 S-24 Furnish & Install 30-Inch RCP Sewer Main 6' - 8' Deep LF $160.00 S-25 Furnish & Install 30-Inch RCP Sewer Main 8Dee0 LF $180.00 S-26 Furnish & Install 36-Inch PVC Sewer Main 0' - 6' Deep LF $160.00 S-27 Furnish & Install 36-Inch PVC Sewer Main 6' - 8' Deep LF $180.00 S-28 Furnish & Install 36-Inch RCP Sewer Main 0' - 6' Deep LF $160.00 S-29 Furnish & Install 36-Inch RCP Sewer Main 6' - 8' Deep LF $180.00 S-30 Furnish & Install 36-Inch RCP Sewer Main 8Dee0 LF $200.00 S-31 Furnish & Install 42-Inch PVC Sewer Main 0' - 6' Deep LF $200.00 S-32 Furnish & Install 42-Inch PVC Sewer Main 6' - 8' Deep LF $220.00 S-33 I Furnish & Install 42-Inch RCP Sewer Main 0' - 6' Deep LF $180.00 S-34 Furnish & Install 42-Inch RCP Sewer Main 6' - 8' Deep LF $200.00 S-35 Furnish & Install 42-Inch RCP Sewer Main 8Dee0 LF $220.00 S-36 Furnish & Install 48-Inch RCP Sewer Main 0' - 6' Deep LF $240.00 S-37 Furnish & Install 48-Inch RCP Sewer Main 6' - 8' Deep LF $280.00 S-38 Furnish & Install 48-Inch RCP Sewer Main 8Dee0 LF $550.00 S-39 Furnish & Install 48-Inch RCP Sewer Main 1 Deep2 LF $600.00 S-40 Furnish & Install 54-Inch RCP Sewer Main 0' - 6' Deep LF $320.00 S-41 Furnish & Install 54-Inch RCP Sewer Main 6' - 8' Deep LF $340.00 S-42 Furnish & Install 54-Inch RCP Sewer Main 8Dee0 LF $500.00 S-43 Furnish & Install 54-Inch RCP Sewer Main 1 Deep5 LF $760.00 S-44 Furnish & Install 60-Inch RCP Sewer Main 0' - 6' Deep LF $300.00 S-45 Furnish & Install 60-Inch RCP Sewer Main 6' - 8' Deep LF $400.00 S-46 Furnish & Install 60-Inch RCP Sewer Main 8Dee0 LF $600.00 S-47 Furnish & Install 60-Inch RCP Sewer Main 1 Deep5 LF $880.00 S-48 I Furnish & Install 66-Inch RCP Sewer Main 0' - 6' Deep LF $340.00 DocuSign Envelope ID: 1 FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 S-49 Furnish & Install 66-Inch RCP Sewer Main 6' - 8' Deep LF $440.00 S-50 Furnish & Install 66-Inch RCP Sewer Main 8Dee0 LF $640.00 S-51 Furnish & Install 66-Inch RCP Sewer Main 1 Deep5 LF $920.00 S-52 Furnish & Install 72-Inch RCP Sewer Main 0' - 6' Deep LF $400.00 S-53 Furnish & Install 72-Inch RCP Sewer Main 6' - 8' Deep LF $500.00 S-54 Furnish & Install 72-Inch RCP Sewer Main 8Dee0 LF $800.00 S-55 Furnish & Install 72-Inch RCP Sewer Main 10' - 5 LF $1,000.00 Furnish & Install new Standard Precast Concrete 48" diameter Manhole Structure to include Bench and Ring and Cover including City approved coatings inside and out at a depth of: S-56 0' -4' FT Deep EA $5,000.00 S-57 4' - 6' FT Deep EA $7,000.00 S-58 6' - 8' FT Deep EA $8,000.00 S-59 8' - 10' FT Deep EA $10,000.00 S-60 10' - 12' FT Deep EA $12,000.00 S-61 12' - 14' FT Deep EA $14,000.00 S-62 14' - 16' FT Deep EA $16,000.00 S-63 1 16' - 20' FT Deep EA $20,000.00 Outfall Check Valves - includes pipe cleaning and installation for complete system S-64 15"WAPRO Check Valve EA $8,500.00 S-65 18"WAPRO Check Valve EA $9,500.00 S-66 24"WAPRO Check Valve EA $16,000.00 S-67 36"WAPRO Check Valve EA $24,000.00 S-68 42"WAPRO Check Valve EA $35,000.00 S-69 48"WAPRO Check Valve EA $45,000.00 S-70 54"WAPRO Check Valve EA $55,000.00 S-71 60"WAPRO Check Valve EA $65,000.00 S-72 66" WAPRO Check Valve EA $75,000.00 S-73 72" WAPRO Check Valve EA $85,000.00 MISCELLANEOUS STORM CREW A- Includes a foreman, 3 experienced workers, layout, excavating, installing and backfilling equipment necessary S-74 for concrete, PVC, HDPE or metal pipe laying HR $460.00 or repair up to 36" diameter. Material costs shall be included with invoice with maximum 15% markup. STORM CREW B - Includes a foreman, 3 S-75 experienced workers, layout, excavating, HR $600.00 installing and backfilling equipment necessary for concrete, PVC, HDPE or metal pipe laying DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 or repair 36"to 72" diameter. Material costs shall be included with invoice with maximum 15% markup. RESTORATION R-1 Removal and disposal of 6"thick concrete SF $10.00 R-2 Furnish & Install 4" Concrete without wire SF $18.00 R-3 Furnish & Install 6" Concrete without wire SF $24.00 R-4 Furnish & Install ADA compliant detectable EA $500.00 surface R-5 Furnish & Install FDOT Type "D" Curb- by LF $100.00 hand R-6 Furnish & Install FDOT Type "D" Curb - by LF $80.00 machine R 7 Furnish & Install FDOT Type "F" Curb - by LF $100.00 hand R 8 Furnish & Install FDOT Type "F" Curb - by LF $80.00 machine R 9 Furnish & Install FDOT Valley Gutter- by LF $100.00 hand R-10 Furnish & Install FDOT Valley Gutter- by LF $80.00 machine R-11 Furnish & Install Bahia Sod - up to 1000 SF SF $2.00 R-12 Furnish & Install Bahia Sod - over 1000 SF SF $1.00 R-13 Furnish & Install Floratam Sod - up to 1000 SF $4.00 R-14 Furnish & Install Floratam Sod - over 1000 SF SF $2.00 R-15 Furnish & Install FDOT seed & mulch mix SY $10.00 R-16 Furnish Operator, Water Truck and Irrigate HR $100.00 Sod or Seed Mix R-17 Removal and Disposal of Existing Asphalt SY $10.00 Pavement R-18 Mill Existing Pavement(3/4" - 1" avg) SY $60.00 R-19 Furnish and Install Asphalt Overlay, Type S-III SY $90.00 3/4 - 1 av R-20 Furnish and Install 1-1/2" Type S-1 Asphalt SY $78.00 First Course R-21 Furnish and Install 1" Type S-111 Surface SY $60.00 Course R 22 Furnish and Install 1-1/2" SP-12.5 Asphalt First SY $80.00 Course in FDOT/PBC Right of Way R-23 Furnish and Install 1"Type FC-9.5 Asphalt SY $100.00 Surface Course in FDOT/PBC Right of Way R-24 FDOT Flowable Fill (Excavatable) CY $400.00 R-25 Leak Repairs (structures) - Grouting GAL $200.00 R-26 Ground Stabilization Grouting CY $600.00 R-27 6" Limerock/ Crushed Concrete Base, primed SY $46.00 R-28 8" Limerock/ Crushed Concrete Base, primed SY $50.00 DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 R-29 1 12" Compacted Subgrade, 98% T-180 SY $24.00 R-30 Adjust manhole ring and cover to grade EA $750.00 R-31 Adjust valve box to grade EA $500.00 R-32 Brick paver remove/replace (1 1/2" sand, 6" SF $40.00 limerock base, 12" compacted sub grade) CURED-IN-PLACE PIPE LINING* *Cured-in-place lining prices shall be inclusive of pre- video, cleaning, post-video and anything else for a complete installation in gravity sanitary or storm sewer L-1 Furnish and install 6"-12" diameter CIPP EA $6,000.00 sectional liner, up to 6-ft in length L 2 Furnish and install 6"-12" diameter CIPP LF $100.00 sectional liner, beyond 6-ft in length, all depths L-3 Furnish and install 15"-18" diameter CIPP EA $8,000.00 sectional liner, up to 6-ft in length L-4 Furnish and install 15"-18" diameter CIPP LF $120.00 sectional liner, beyond 6-ft in length, all depths L-5 Furnish and install 21"diameter CIPP EA $12,000.00 sectional liner, up to 6-ft in length L-6 Furnish and install 21"diameter CIPP LF $150.00 sectional liner, beyond 6-ft in length, all depths L-7 Furnish and install 8"diameter CIPP liner 0-8' depth LF $75.00 L-8 Furnish and install 8"diameter CIPP liner 8-12' depth LF $80.00 L-9 Furnish and install 8" diameter CIPP liner 12'+ depth LF $85.00 L-10 Furnish and install 10"diameter CIPP liner 0-8' depth LF $80.00 L-11 Furnish and install 10"diameter CIPP liner 8-12' depth LF $85.00 L-12 Furnish and install 10"diameter CIPP liner 12'+ depth LF $90.00 L-13 Furnish and install 12" diameter CIPP liner 0-8' depth LF $85.00 L-14 Furnish and install 12"diameter CIPP liner 8-12' depth LF $90.00 L-15 Furnish and install 12"diameter CIPP liner 12'+ depth LF $95.00 L-16 Furnish and install 15"diameter CIPP liner 0-8' depth LF $90.00 L-17 Furnish and install 15"diameter CIPP liner 8-12' depth LF $95.00 L-18 Furnish and install 15"diameter CIPP liner 12'+ depth LF $100.00 L-19 Furnish and install 18"diameter CIPP liner 0-8' depth LF $95.00 L-20 Furnish and install 18"diameter CIPP liner 8-12' depth LF $100.00 L-21 Furnish and install 18"diameter CIPP liner 12'+ depth LF $105.00 L-22 Furnish and install 20-21" diameter CIPP liner 0-8' depth LF $100.00 L-23 Furnish and install 20-21" diameter CIPP liner 8-12' depth LF $105.00 L-24 Furnish and install 20-21" diameter CIPP liner 12'+ depth LF $110.00 L-25 Furnish and install 24" diameter CIPP liner 0-8' depth LF $105.00 L-26 Furnish and install 24" diameter CIPP liner 8-12' depth LF $110.00 L-27 Furnish and install 24" diameter CIPP liner 12'+ depth LF $115.00 L-28 Furnish and install 30" diameter CIPP liner 0-8' depth LF $130.00 L-29 Furnish and install 30" diameter CIPP liner 8-12' depth LF $135.00 L-30 Furnish and install 30"diameter CIPP liner 12'+ depth LF $145.00 L-31 Furnish and install 36"diameter CIPP liner 0-8' depth LF $170.00 DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 L-32 Furnish and install 36" diameter CIPP liner 8-12' depth LF $175.00 L-33 Furnish and install 36" diameter CIPP liner 12'+ depth LF $180.00 BY-PASS PUMP SET UP WITH BY-PASS PUMPING BP-1 Bypass 4" Pump Including setup and DAY $1,200.00 monitoring BP-2 Bypass 6" Pump Including setup and DAY $1,400.00 monitoring BP-3 Bypass 8" Pump Including setup and DAY $1,800.00 monitoring BP-4 Bypass 10" Pump Including setup and DAY $2,000.00 monitoring WELL POINT SYSTEM AND DE-WATERING Well Point system up to 50 points complete WP-1 with pump and jetting equipment, and DAY $2,800.00 Monitoring Well Point system with more than 50 points WP-2 complete with pump and jetting equipment, DAY $3,000.00 and Monitoring IMPORTED BACKFILL & REMOVAL OF IN-SITU MATERIAL BF-1 Removal & Disposal of unsuitable in-situ CY $60.00 material/soil BF-2 Imported Backfill & Compaction CY 1 $50.00 DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 EXHIBIT D SAMPLE WORK ORDER CONTRACTOR AGREEMENT (EMERGENCY UTILITY REPAIRS FOR WATER, WASTEWATER AND STORMWATER) WORK ORDER NO. THIS WORK ORDER for Emergency Utility Repairs for Water, Wastewater and Stormwater ("Work Order" hereafter) is made on the , between the City of Lake Worth Beach, a Florida municipal corporation located at 7 North Dixie Highway, Lake Worth, Florida 33460 ("City" hereafter) and Johnson-Davis Incorporated, a Florida corporation ("Contractor" hereafter). 1.0 Proiect Description: The City desires the Contractor to provide all goods, services, materials and equipment as identified herein related to the Emergency Utility Repairs for Water, Wastewater and Stormwater project generally described as: (the "Project"). The Project is more specifically described in the plans prepared by dated and which are incorporated herein by reference. 2.0 Scope Under this Work Order, the Contractor will provide the City of Lake Worth with construction services for the Project as specified in the Contractor's proposal attached hereto and incorporated herein as Exhibit "1". 3.0 Schedule and Liquidated Damages Substantial completion of all services and work under this Work Order shall be within calendar days from the Effective Date of this Work Order. Final completion of all services and work (and all punch-list items (if any)) under this Work Order shall be within _ calendar days from the Effective Date of this Work Order. The Effective Date of this Work Order is the date following the parties' execution of this Work Order and the City's delivery of a Notice to Proceed to the Contractor via e-mail, facsimile or other form of delivery as documented by the City. Substantial completion occurs when the services and work has progressed to the point where, in the opinion of the City, the work is sufficiently complete in accordance with the Contract Documents and this Work Order, so that the Project can be utilized for the purposes for which it is intended. Final completion occurs when all services and work (including punch-list items) has been completed and the project becomes fully operational and accepted by the City. Liquidated Damages. The City and Contractor recognize that time is of the essence under this Work Order and the Contract Documents, and that the City will suffer financial loss if the services and work described in this Work Order and the Contract Documents are not completed within the times specified in this Work Order. The City and Contractor recognize, agree and acknowledge that it would be impractical and extremely difficult to ascertain and fix the actual damages that the City would suffer in the event Contractor neglects, refuses, or otherwise fails to complete the DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 services and work within the time specified. Accordingly, instead of requiring any such proof, the City and Contractor agree that as liquidated damages for delay(but not as a penalty)Contractor shall pay the City hundred dollars($ .00) for each day that expires after the time specified in this Work Order. 4.0 Compensation and Direct Purchases This Work Order is issued for a lump sum, not to exceed amount of $ ( ). The attached proposal identifies all costs and expenses included in the lump sum, not to exceed amount. The following Direct Purchases are to be made under this Work Order by the City: 5.0 Proiect Manager The Project Manager for the Contractor is phone: email: and, the Project Manager for the City is phone: ; email: 6.0 Progress Meetings The Contractor shall schedule periodic progress review meetings with the City Project Manager as necessary but every 30 days as a minimum. 7.0 Contractor's Representations In order to induce the City to enter into this Work Order,the Contractor makes the following representations: 7.1 Contractor has familiarized itself with the nature and extent of the Contract Documents including this Work Order, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. 7.2 Contractor has obtained at his/her own expense and carefully studied, or assumes responsibility for obtaining and carefully studying, soil investigations, explorations, and test reports which pertain to the subsurface conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the work as Contractor considers necessary for the performance or furnishing of the work at the stated work order price within the Work Order stated time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of the IFB; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or is deemed necessary by Contractor for such purposes. 7.3 Contractor has reviewed and checked all information and data shown or indicated DocuSign Envelope ID:1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said Underground Facilities are or is deemed necessary by the Contractor in order to perform and furnish the work under this Work Order price, within the Work Order time and in accordance with the other terms and conditions of the Contract Documents. 7.4 Contractor has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.5 Contractor has given the City's Contract Administrator written notice of all conflicts, errors or discrepancies that he or she has discovered in the Contract Documents and the written resolution thereof by City or its designee is acceptable to the Contractor. 8.0 Warranty. The Contractor warrants and guarantees to the City that all services and work provided under this Work Order will be in accordance with this Work Order and the other Contract Documents. The Contractor warrants that (a) all materials and parts supplied under this Work Order shall be free from defects for one (1) year from the final completion of all work (unless a longer manufacturer warranty applies); (b) all services and work performed under this Work Order will be free from defects for one (1) year from the final completion of all work and the project shall be fully operational without unreasonable downtime or failures; and (c) that the services and work will conform to the requirements of the Contract Documents. If, at any time prior to the expiration of the one (1) year warranty period, the City discovers any failure or breach of the Contractor's warranties or the Contractor discovers any failure or breach of the Contractor's warranties, the Contractor will, upon written notice from City or of its own accord, at the Contractor's sole cost and expense, promptly correct such failure or breach (which corrective action must include, without limitation, any necessary removal, disassembly, reinstallation, repair, replacement, reassembly, retesting, and/or re-inspection of any part or portion of the work and any other property damaged or affected by such failure, breach, or corrective action). The Contractor will remedy any such failure or breach so, to the extent possible, to avoid unnecessary disruptions to the operations of City or its systems. In the event the Contractor fails to initiate and diligently pursue corrective action within five (5) days of the Contractor's receipt of the City's notice or the Contractor's discovery of the same, the City may undertake such corrective action at the Contractor's expense. 9.0 Authorization This Work Order is issued pursuant to the System Hardening and Reliability Improvements Contract for between the City of Lake Worth and the Contractor, dated 2020 ("Contract" hereafter). If there are any conflicts between the terms and conditions of this Work Order and the Contract, the terms and conditions of the Contract shall prevail. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK DocuSign Envelope ID: 1FB8DD78-F8DE-418E-9F3A-D74482C4A6C3 SIGNATURE PAGE FOLLOWS IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order as of the day and year set forth above. CITY OF LAKE WORTH BEACH, FLORIDA By: Pam Triolo, Mayor ATTEST: By: Deborah M. Andrea, City Clerk APPROVED AS TO FORM AND APPROVED FOR FINANCIAL LEGAL SUFFICIENCY: SUFFICIENCY By: By: Glen J. Torcivia, City Attorney Bruce T. Miller, Financial Services Director CONTRACTOR: Johnson-Davis Incorporated By: (DO NOT SIGN — SAMPLE) [Corporate Seal] Print Name: Title: STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of 2020, by , who was physically present, as (title), of Johnson-Davis Incorporated, a Company which is authorized to do business in the State of Florida, and who is personally known to me or who has produced the following as identification. Notary Public Print Name: My commission expires: 1111111111111111111111111111111111111 IN 1111 RECORDED 07/17/2,120 10.5-9:2 EXHIBIT E Palr(l BN2ch Gnun;�jr Florida Sharon R. Bock:tCLERK I. COMPTROLLER CITY OF LAKE WORTH BEACH F'' 091,10 - qii-t; PAYMENT AND PERFORMANCE BOND (Pursuant to secs. 255.05 and 337.18, Fla. Stat.) Surety Bond No. 016227969 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR: SURETY: Name: Johnson-Davis Incorporated Name: Liberty Mutual Insurance Company Principal Business Address: Principal Business Address 604 Hillbrath Drive 175 Berkeley Street Lantana, FL 33462 Boston, MA 02116 Telephone Number: Telephone Number: (561) 588-1170 (610) 832-8240 OWNER: City of Lake Worth Beach 7 North Dixie Highway Lake Worth Beach, FL 33460 (561) 586-1600 CONTRACT: Date: Amount: $200,000.00 Description (Name and Location): Emergency Utility Repairs for Water, Wastewater and Stormwater City of Lake Worth Beach, FL ,s BOND Date (Not earlier than Contract Date): Amount: $200,000.00 Modifications to this Bond Form: None This Bond is issued in favor of the City of Lake Worth Beach/Owner conditioned on the full and faithful performance of the Contract. 1. Contractor has entered into Project No. IFS 20-106 with the City for the project titled " rnergengUtiltyRcp;tits for Wawr,Wastewater aid Sturmwater " (the "Contract"), with conditions and provisions as are further described in the aforementioned Contract, which Contract, including all of its attachments, exhibits and incorporated documents (hereinafter, collectively, the "Contract Documents") is by reference made a part hereof for the purposes of explaining this bond. 2. Principal and Surety are bound to the Owner in the sum of the Contract Amount set forth above for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns,jointly and severally. 3. THE CONDITION OF THIS BOND is that if Principal: a. Performs the Work required of and in accordance with the Contract Documents at the times and in the manner prescribed in the Contract Documents, which are made a part of this bond by reference; and b. In accordance with sec. 255.05 and sec. 337.18, Florida Statutes, promptly makes payments to all persons, defined in sec. 713.01, Florida Statutes, who furnish labor, services or materials for prosecution of the work set forth in the Contract Documents described above; and c. Pays Owner all losses, damages (including liquidated damages), expenses, costs, and professional fees, including but not limited to attorneys' fees, including appellate proceedings, that Owner sustains because of a default by Principal under the Contract Documents;and d. Performs the warranty and guarantee of all work and materials furnished under the Contract D o c u m e n t s for the time specified in the Contract Documents, then this bond is void; otherwise it remains in full force. 4. Section 255.05, Fla. Stat., as amended, together with all notice and time provisions contained therein, is incorporated herein by reference. 5. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in secs. 255.05(2) and (10), Fla. Stat., and those of sec. 337.18, Fla. Stat. 6. Any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract Documents or the changes does not affect Surety's obligation under this bond, and Surety waives notice of such changes. 7. Principal and Surety expressly acknowledge that any and all provisions relating to consequential, delay and liquidated damages contained in the contract are expressly covered by and made a part of this Performance, Labor and Material Payment Bond. Principal and Surety acknowledge that any such provisions lie within their obligations and within the policy coverages and limitations of this instrument. 8. Any action brought under this instrument shall be brought in the state court of competent jurisdiction in Palm Beach County, Florida, and not elsewhere. Surety and Contractor, intending to be legally bound hereby, subject to the terms included herein and as required under Florida Statutes, do each cause this Performance and Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative. Signed and sealed this /2 day of L ti 20D J Johnson-Davis Incorporated Witness /�`' �� Principal Title (Corporate Seal) Liberty Mutual Insurance Company Megan Douaire Witness Surety Attorney-in-Fact (Attach Power of Attorney) Elizabeth K. Sterling Print Name (Corporate Seal) This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein slated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No:8195687-016072 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively coiled the°Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Maria Signorile Benjamin A.Stahl;Elizabeth K.Sterling;Wesley P.Wiltiams all of the city of Adanta state of GA each individually if there be more than one named,its We and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its ad aril deed.any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 7th day of September 2018 . Liberty Mutual Insurance Company P�hNSUg4 ZY INSU %HSU� The Ohio Casualty Insurance Company `p4POR+r West American Insurance Company 1912 1919 1991 Cy 0 ; u, Ida s°'M . *era By: N D&M AL Carey,Assistant Secretary State of PENNSYLVANI A > m County of MONTGOMERY ss c m rn c ay On this 7th day ofSeptember 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o 2 Company,The Ohio Casual�ty Canpany,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes=I- > therein contained by signing on behalf of the corporations by himself as a duty authorized officer. LL)w mca IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial set at King of Pnussia,Pennsylvania,on the day and year first above written. a)E a o PAS, CONW)MWEALTH OF PENUMVANIA Q smi m O T Pasleea,Noway Public 02 of Upp.Moron Tarp..► kiy y cash By: m o7 e W ti cla Pa My Garrison Em—Mann 28.2021 eresa Pastella,Notary Public 3o E cc ID,., OT �? lu mt Re INa asexaacn a Nora a I 4Ry pU C:)LnO G; This Power of Attorney is made and executed pursuant to and by authority of the following By and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual p c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading an follows: o a> u ei ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 2 w Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the v_>1 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o M c any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-In-fact,subject to the imitations set forth in their respective powers of attomey,shall t N > have full power to bind the Corporation,by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed such"eD Z� instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey4ri-fact under the�M provisions of this article may be revoked at any time by the Beard,the Chairman,the President or by the officer or officers granting such power or authority, ore o ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and tlndertaldngs. m Any officer of the Company authorized for that purpose in writing by the chairman or the president and subject to such limitations as the chairman or the president may prescribe,F shall appoint such atomeys-In-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bands,recognizances and other surety obligations.Such attaneysin-fad subject to the imitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bytaws of the Company authorizes David M.Carey,Assistant Secretary to appoint such adomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bands,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original paver of attorney of which the foregoing is a full,We and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 2020 1Nsu I1 INS& INSUq, J OPP�r'L V' IV `9 'YC 1912 0 0 1919 f 1991 0 y o ! O y Renee C.Llewellyn,Assistant Secretary LMS-12877 LMIC OCIC WAIC Muni Co 062018 �,• +�� STATE OF FLORIDA a PALM BEACH COUNTY I hereby certify that the foregoing is a true copy of the record in my office with red ns,if any as r ed by law. �j� + 'IaTHIS DAY OF '0 0 tJ SHARON R. B004 CLERK&COPPI20tLER By DEPUTY CLERK DocuSign Envelope ID: 573B13B7-D54C-4E49-BE79-5F32FOB6E151 c-2237-B-Aml DNG FIRST AMENDMENT TO CONTRACTOR AGREEMENT (Emergency Utility Repairs for Water, Wastewater and Stormwater) 7/15/THIS FIRST AMENDMENT ("Amendment") to the Agreement is made as of 2022, by and between the City of Lake Worth Beach, a Florida municipal corporation ("CITY")and Johnson-Davis Incorporated, a corporation authorized to do business in the State of Florida("CONTRACTOR"). WHEREAS, on July 10, 2020, the CITY entered into an agreement with the CONTRACTOR for the Emergency Utility Repairs for Water, Wastewater and Stormwater ("Agreement"); and WHEREAS, CITY and CONTRACTOR wish to amend the Agreement to include additional unit price items as set forth as Exhibit "A", which is attached hereto and incorporated herein; and WHEREAS, the CITY finds amending the Agreement as set forth herein is in the best interest of the City and serves a valid public purpose. NOW,THEREFORE,in consideration of the mutual promises set forth herein,the receipt and sufficiency of which are hereby acknowledged,the parties hereto agree as follow: 1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully incorporated herein by reference. 2. Scope of Work. The Agreement is amended at "Scope of Work", to add the additional unit price items as set forth in Exhibit"A". 3. Entire Agreement. The CITY and the CONTRACTOR agree that the Agreement and this Amendment set forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the provisions, terms and conditions contained in this Amendment may be added to, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. 4. Legal Effect. This Amendment shall not become binding and effective until approved by the City Manager. 5. Counterparts. This Amendment may be executed in one or more counterparts, each of which shall be deemed an original,and will become effective and binding upon the parties as of the effective date at such time as all the signatories hereto have signed a counterpart of this Amendment. The parties may sign this Amendment electronically and such electronic signature will be treated as an original signature of the signing party. Page 1 of 4 DocuSign Envelope ID:573B13B7-D54C-4E49-BE79-5F32FOB6E151 6. E-Verify.Pursuant to Section 448.095(2), Florida Statutes,beginning on January 1, 2021,the CONTRACTOR shall: a. Register with and use the E-Verify system to verify the work authorization status of all newly hired employees and require all subcontractors (providing services or receiving funding under this Agreement) to register with and use the E-Verify system to verify the work authorization status of all the subcontractors'newly hired employees; b. Secure an affidavit from all subcontractors(providing services or receiving funding under this Agreement)stating that the subcontractor does not employ,contract with, or subcontract with an "unauthorized alien" as defined in Section 448.095(1)(k), Florida Statutes; C. Maintain copies of all subcontractor affidavits for the duration of this Agreement and provide the same to the CITY upon request; d. Comply fully, and ensure all of its subcontractors comply fully, with Section 448.095,Florida Statutes; e. Be aware that a violation of Section 448.09,Florida Statutes (Unauthorized aliens; employment prohibited) shall be grounds for termination of this Agreement; and, f. Be aware that if the CITY terminates this Agreement under Section 448.095(2)(c), Florida Statutes, CONTRACTOR may not be awarded a contract for at least I year after the date on which the Agreement is terminated and will be liable for any additional costs incurred by the CITY as a result of the termination of the Agreement. 7. Amendment. Except for the provisions of the Agreement specifically modified by this Amendment, all other terms and conditions of the Agreement shall remain in full force and effect. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE FOLLOWS Page 2 of 4 DocuSign Envelope ID:573B13B7-D54C-4E49-BE79-5F32FOB6E151 IN WITNESS WHEREOF the parties hereto have made and executed this First Amendment to the Contractor Agreement (Emergency Utility Repairs for Water, Wastewater and Stormwater) on the day and year first above written. CITY OF LAKE WORTH BEACH, FLORIDA KE W By: Carmen Y. Davis, City Manager ATTEST: V y Ot�• P. By. Melissa Ann Coyne, City Clerk APPROVED AS TO FORM AND APPROVED FOR FINANCIAL LEGAL SUFFICIENCY: SUFFICIENCY By: �� ,ItiV6s� By: 6. r-t, j., Glen J. Torcivia, City Attorney Bruce T. Miller, Financial Services Director CONTRACTOR: Johnson-Davis I orporated B [Corporate Seal] Print Name: Wes. Clark C. Cryer Title' stimating Manager STATE OF Florida ) COUNTY OF Palm Beach ) THE FOREGOING instrument was acknowledged before me by means of Xphysical presence or ❑online notarization on this 22nd day of June 2022, by Wm. Clark C . Cryer , as the Estimating Manager [title] of Johnson-Davis Incorporated, a Florida Corporation, who is personally known to me or who has produced as identification, and who did take an oath that he or she is duly authorized to execute the foregoing instrument and bind the CONTRACTOR to the same. otary Public Signature Notary Seal: : hs": 1;1Y COb1At1 S� IGG 23US �, IdYC01 SSt0tt/GG 230425 '? ;0.° EXPItES:August 11,2D22 Pi Page 3 of 4 ••aR'••: t3onW Ttm Notary A+ekth*mfts DocuSign Envelope ID:573B13B7-D54C-4E49-BE79-5F32FOB6E151 Exhibit"A" Item Description U/M Unit Price No. 1 10' x 6"Exfiltration Trench with 18"Slotted RCP LF $ 350.00 2 Control Structure w/Concrete Weir EA $ 10,500.00 3 Type C Inlet EA $ 6,000.00 Page 4 of 4 DocuSign Envelope ID:9435938E-B5C1-48A4-A9D9-091EB82B7516 C-2237-B-Am2 DNG SECOND AMENDMENT TO CONTRACTOR AGREEMENT (Emersency Utility Repairs for Water,Wastewater and Stormwater) THIS SECOND AMENDMENT ("Amendment") to the Agreement is made as of 1/4/2024 ,by and between the City of Lake Worth Beach,a Florida municipal corporation ("CITY") and Johnson-Davis Incorporated., a Company authorized to do business in the State of Florida, hereinafter the("CONTRACTOR!'). WHEREAS, on July 10, 2020, the CITY entered into the Contractor Agreement with the CONTRACTOR to provide Emergency Utility Repairs for Water, Wastewater and. Stormwater for Disaster Recovery to the CITY(the"Agreement"); and WHEREAS, the term of the Agreement was for three (3) years with two (2) additional single year renewal options; and WHEREAS, the CITY and the CONTRACTOR wish to amend the Agreement to extend the terms of the Agreement for additional one (1) year with all other teens and conditions remaining the same; and WHEREAS,the CONTRACTOR submitted a revised rate schedule for the pricing to be provided under this Amendment, which rates are attached hereto as Exhibit"A"and incorporated herein;and WHEREAS, this Agreement may be funded, in whole or in part, by the Federal agencies, in which case, the CONTRACTOR agrees that any services performed pursuant to this Agreement will comply with all applicable Federal law, Federal regulations, executive orders, FEMA policies, procedures, and directives and special clauses as provided in Agreement and additional Federal Contract provision incorporated with this Amendment in Exhibit"B"; and WHEREAS,the CITY finds amending the Agreement as set forth herein is in the best interest of the CITY and serves a valid public purpose. NOW,THEREFORE,in consideration of the mutual promises contained herein,the sufficiency of which is hereby acknowledged by each party hereto, the CITY and the CONTRACTOR agree to amend the Agreement, as follow: 1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully incorporated herein by reference. 2. Term of Agreement. The effective date of this amendment is July 8, 2023. The parties agree that the term of the Agreement is hereby extended to July 9,2024, 3. Fee and Ordering Mechanism. The Agreement is amended at Section 5, Fee and Ordering Mechanism, specifically paragraph 5.1, by deleting Exhibit "C" of the Agreement and replacing it with Exhibit"A" attached hereto and made a part hereof. Page I of 16 DocuSign Envelope ID:9435938E-B5Cl-48A4-A9D9-091EB82B7516 4. Additional Federal Clauses. The additional federal clauses attached hereto as Exhibit 1113"are incorporated into the Agreement and made apart hereof. 5. E-Verify. Pursuant to Section 448.095(2),Florida Statutes,beginning on January 1,2021, the CONTRACTOR shall: a. Register with and use the E-Verify system to verify the work authorization status of all newly hired employees and require all subcontractors(providing services or receiving funding under this Agreement)to register with and use the E-Verify system to verify the work authorization status of all the subcontractors' newly hired employees; b. Secure an affidavit from all subcontractors(providing services or receiving funding under this Agreement) stating that the subcontractor does not employ, contract with, or subcontract with an "unauthorized alien"as defined in Section 448.095(1)(k),Florida Statutes; c. Maintain copies of all subcontractor affidavits for the duration of this Agreement and provide the same to the CITY upon request; d. Comply fully, and ensure all of its subcontractors comply fully, with Section 448.095, Florida Statutes; e. Be aware that a violation of Section 448.09, Florida Statutes (Unauthorized aliens; employment prohibited)shall be grounds for termination of this Agreement; and, f. Be aware that if the CITY terminates this Agreement under Section 448.095(2)(c),Florida Statues, the CONTRACTOR may not be awarded a contract for at least 1 year after the date on which the Agreement is terminated and will be liable for any additional costs incurred by the CITY as a result of the termination of the Agreement. 6. Entire Agreement. The CITY and the CONTRACTOR. agree that the Agreement and this Amendment set forth the entire agreement between the parties, and that there are no promises or ' understandings other than those stated herein. None of the provisions,terms and conditions contained in this Amendment may be added to, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. All other terms and conditions of the Agreement (except as amended herein)remain in full force and effect. 7. Counterparts. This Amendment may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. Either or both parties may sign this Amendment via facsimile, email or electronically and such signature is as valid as the original signature of such party. REMAINDER OF TF S PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE FOLLOWS Page 2 of 16 DocuSign Envelope ID:9435938E-155C1-48A4-A9D9-091E682137516 IN WITNESS WHEREOF, the parties hereto have made and executed this Second Amendment to the Contractor Agreement for Emergency Utility Repairs for Water, Wastewater and Stonnwater for Disaster Recovery on the day and year first above written: WORr CITY OF LAKE WORTH BEACH,FLORIDA c4 e.�•S � . a � n��ai S � N�q c or CA Q�p By. Ja/�f�.�.tL 1dmv, Jamie Brown, Interim City Manager ATTEST: By: M.t'USSa QI V, cht v ' NtA6 Melissa Anne Coyne,MMC, City Clerk APPROVED AS TO FORM AND APPROVED FOR FINANCIAL LEGAL SUFFICIENCY: SUFFICIENCY By: 01,v'is{y GV" By: u- Glen J. Torcivia, City Attomey For Yannick Ngendahayo, Financial Services Director CO y1"I R),, :TOR: JOHNSON-DAVIS IN4PORATED By: ` [Corporate Seal] Print Nam f//`j m • �[4 v �'. C,�l� Title: STATE OF rj 0 r t•0(r7 COUNTY OF �p THE FOREGOING instrument was acknowledged before me by means of ?Mal presence or online n zation on thus 1 5 day of �9,cembN� 2023, byWm.Clah , as the 'k]L' p frStL-c tvi [title]of Johnson-Davis Incorporated,a Florida Limited Liability Company, who is ersonally known to me for who has produced as identification, and who did take an oath that he or she is duly authorized to execute the foregoing instrument and bind the CONTRACTOR to the sa Notary Public Signature Notary Seal: ;?� ` :• PATRICIAE.BASTIDAS MY COMMISSION#HH 425384 '7'FbF F��P EXPIRES:August 9,2027 age 3 of 16 DocuSign Envelope ID:9435938E-65C1-48A4-A9D9-091E682137516 EXHIBIT"A" Contractor's Schedule of Unfit Prices INd Tabulation City of Lake Worth Beach WO 20-106 Emergency UOW2 22gairs fur Water,Wast*v ater and Stoamv ater 511212020-3.00 PM E.S.T. i Reins GC -11 through GC-17 fit W-117 have been excluded from the calculation as they ate representative of costs that are direotly reimbursable by the City. Johnson Davis ITEM q DESCRIPTION y - �= UNiT Y ARICE GENffL4L CONWONS GC-1 Emet ncy MobiizakrJOmnobAaation Costs fa Rear Easement r 's LS `- m . GC-2 Emei Mobl<zatk4DnobiWion Costs fa Uilt Bohr of Wa-re ais LS 400:00 GC-3 NOWnwoem Mobfka6on&mobha6w Costs for Rene Easemerv.re 's LS = f2 r} GC-4 NDN-finer IMMobkadmDwiobikationCostslc4UOI LAotWteep,*sLS GC-5 Record DrawN 0ess than 40 LF of LkikX Work) LS `zT,5O0 GC-6 R owl OrayN hnm than 40 LF of Lkhy WoQ LS ::i3:5D0,O0 GC-7 Cormollonsume LS #SOQOfl GC-8 M.O.T.ReddeMai&m EA 45MOO GC-9 M.G.T.Cs kerlaiRoadway EA GC-10 M.O.T.DOT Roadmaq EA L143 Oft GC-11 Bacteriol call Tesft andQearanceofWater lcostreirnbtssartwnt ALLObJANCE NA GC-12 Oeray Tests(actual cast reimbursement by C491M rw w . NfA GC-13 Praetor Tests factual oost reimbmement b4 Ow NIA GC-14 Flulda Beal Wage Tests(actual cast reimbus ent Owl NSA GC-15 LBR Test(Load Beaeina Ratio)actual mt reimb errtent .,m tt -- NA GC-16 Conatete 7 N S"CA nder Test actual cost re meet b CI - P-; _' "' - NSA GC-17 A ablePeags(actualoostrercnbumememb2 Ck 1 Uww NA WASTEWATER WASTEWATER FORCEMAIN-includes all fittings,appurtenances,restraints anJ restoration for a Darn fete installation F-1 Futrah&Instaf4-1nohC-9WDR-18PVCSewerMajt LF F-2 Ftsr ish&Install 4-hrch Class 350 DP Sever Man LF z S89 00` F-3 Furjsh&iva8 6-In4h C-U CR-18 PVC Sewer Mao LF F-4 FmIsh&bmaQ 6-Inch pass 350 OP Sewer Main LF F-S Furnish&IrutaQ8-InchC-300OPr18 PVC SewerMain LF F-6 Furnish&hstaQ 8-Inch Class 350 DIP Sew*Main LF Qfl(i F-7 Furnish&hstaf110-hxh C-M DR-18 PVC a er Maw LF F-8 Furnish&huta110-Inch Gass 350 OP Sewer Main F-9 Ftxnish&k3tal12-InchC-JOODR-18 PVC SeweeMain LF � F-10 Funish&hvah 12-Inch Class 350 UP Sever Main LF F-V Fwli h&hgd 16+ch C-S05 DR-18PVC Sever Main LF - F-12 Fumish&install 16-hch Class 350 DIP Sn of Main LF 00 F-13 Furnish f4lnstall IS-Inoh C-M DR-18 PVC Sever Main LF F-14 Furnish&kuta118-loch Class 3%DP Sewet Main LF Odd= F-15 1 Parrish&instal20-loch C-805 DR-18 PVC Sewer Mai LF 00= F-16 Famish$,Install 20-ktch Class 350 DIP Sev er Man i,F F-17 Ftttrtisft&hoad24-behC-9050R-18 PVC Sewer Main LF F-18 Furnish&Intall24-Inds Class 3500PSewerMain LF F49 Fumlehiflne-H. l-Gv+rAffiriq-91PVr*AworMArn I If I- $4.qVw. Page 4 of 16 DocuSign Envelope ID:9435938E-B5C1-48A4-A9D9-091 EB82B7516 F-20 Funish&hoall 30-hoh Class 350 IF Sew er Malt mmm mn ;$ LF (100!"' F-21 Fu rkh&Irdta136-ivh C-505 0R-21 PVC Sea er Mai LF i 25 F-22 Funish&Install 36-hchOw3500PSewer Main LF r 35$0;00 F-23 Furnish&Install42-Inchllass350DPSeweiMain LF = 4 00,j GRAVITY SA147'TARY SEVER-includes al fittings,appurtenances,deYatering and restoration for a complete installation F-24 Famish&16948-kaSDR-26PVC5ewerMain 4'-60ee LF Z20t0t? F-25 Funish&Instal8 1 d SOA-28PVCSewerMah 8'-12' LF ` VXW F-26 Funish&hstall 8-Inch DR-18 PVC Serer Mah 1r+Deep LF 4$300:00 F-27 Funish&Install 8-Inch Class 350 DIP Sew erMain 4'-8'BW LF F-2$ 8'-713 LF F-2S Funri h&hsta8t-t rASDR-26PVCSederMan 4'-6 Deep LF ;00 _ F-30 Furish&W 110-Inch MR-26 PVC Sew of Main F-12`Qee LF #2�00D F-31 Funish&hst V-hchDR-18 PVC SeuerMain lr+Deep LF $340.0 F-32 Funish&hstal10-In6Us350 DIP Sew Min 4'-6 Deep LF $200.00 F-33 Funish&hAd 10+oh Cass 350 DP S ever Main 6-12-Deep LF .4360.00 734 Fumah&Install 12+ooh SDR-26 PVC Seger Mai, 4'-S'Dee LF `_ tQflO F-35 Funish&krstall 124rd SM-26 PVC Sew er Main 9-Com LF = AO F-36 Furrish&hstbll2-behM-18PV Sever Kin V'+Oeep LF IV3400,00 F-37 Funish&hstail 12-Inch Us 350 DIP Sewer Man 4'-6 Dev LF 1 4240.00 F-38 Funish&InstaNTt-1nchChss3500P Sever Man 6-IzNe P LF 4260.00 F-33 Furnish6bstall1-InchSOR-26 PVC Sever Main 4'-B'Deep LF 326A00 . F-40 Furnish&Install 15-bob SDR-26PVC Sever Mn 8'-7D LF :S3T0,00 F-41 Furrnsh&Install l5-InchDR-18 PVC SewerMen 12'+Dee LF $550;00 F-42 Furnish&Iritall5+6 Class 250 DIP Sewei Min 4'-O'Ow LF 3250.00 F-43 Funish&Install l5-Inch Class 250 DIP SewerMin 6-gjeS LF 4290;� F-44 Funish&Install*-inch PS 115 PVC Sew et Main 4'-He LF F-45 Furnish&Install 118-Inch PS 115 PVC Sew er Main 6.12'Deep LF :54600 F-46 Furnish a Install l8-hchDR-18 PVC Sew erMah 1r+Deep LF 4580.00 F-47 Furnish&instad18-InchClass250DP Sewer Main 4'-6Dee LF __'4300.00 F-48 Famish&hstal 18-Inch Class 250 DIP Sew,;Main 9.12 Deep LF #320,00 F-43 Funish&tnatal2l-ktchPS115PVCSewerM* 4'-B'Doep LF 320:00 F-50 Furnish&Invall21-f 6 PS 115PVC Sewei Man 9-1Z Deep LF 4600 F-51 Furn4h&lnsta421-h6DR-1$PVCSewetMan 12'+ LF 4620-.00 F-52 Furnish&Install 20-b&Nss2SOUP Sew vMain 4'-Heep LF 43WO. F-53 FurrA&Install 20-lnchClass2500IPSererMain 8'-12'Dee LF 541 00 F-54 Fulnkh&W24-ilxhP$%PVCSeweiMain 4'-6 Deep LF $340.00 F-55 Funish&hstal24-hahPS 115 PVC Sever Man 6-12 LF $470,00 F-56 Furnish&Install244xhDR-18PVC Sever Main 12'+Deep LF 5680.E F-57 Famish&Install 244rch Class 250 DIP Sew eiMain 4'-6 LF $4700 F-58 Furnish&Install 24-behNss250DIP Sew erPlain 8'-1Z Deep LF $52100 F-53 FuNshh&Instal 30-Inch PS 115 PVC Sewei Main 4'-Uoeep LF 5380.00 F-60 Funish&W30-Inch PS115 PVC SewetMain 8'-1Z'Deep LF $Si0:00 F-61 Furnish&Inma130-hchOR-18 PVC SeuetMain 1z+Dee LF "; 57ON F-62 Furnish&hstall30-InchClass30OP Sew siMain 4'40ee LF #620.00 F-63 FumA&kutaN30-Inch Class 22 DIP Sew ei plain l3aDe LF t780.00 F-64 FvN*h&instal 36-kuhPS115MSewei Main 4 LF 1800.00 F-63 Furnish&hstal36-Inch PS 11,5PVC Sewell Main 8 LF $700,00 F-66 Funish&kuta136-hohDR-21 PVC Sewei Main LF 3800.00 F-67 Fumish&Install 36-kxh Class 250 DP Sew er Main 4eea LF $680,00 Page 5 of 16 DocuSign Envelope ID_9435938E-85Ci-48A4-A9D9-091 E882137516 Sanitary Serer Lateral Clean-Out including min rye and all appurtenances for complete Installation F-66 Sq Sewer6"LatefA&Clean-cut(s ) t7 depthtomain EA F-70 San Sewer 6'Lima%Narl-out(dot&) (T k6tomain EA - $3,000,00 I F-Tf 3ar Sewer 6"Lateral&Clean-aut(sin e) ?Tdwh to mah EA = $4,5005. F-T2 SmWy Sewer 6"Lateral&Uean-out(daubiel )T de to main EA $5,000,00 F-73 "y Seger 8"Lateaal&Clealrout(' W EA $3,500.00 F-74 I I EA 34,000)0 Furnish&Install Gate Valve&Valve Box F-75 4"Gate Me&Vakre Box EA $1,400:00 F-76 6°GateValve&Vakeb EA $1,600,00 F577 6"N Valve&Valve bog EA $2,711;3,00 F-78 8' Valve&Valvebcx EA $3,500.00 F-78 V"Pkig Valve&Valvebw EA :$4,000.00 F-80 Ir N Vie&Valvebog EA _ $7.000.00 F-81 16" Valve&VakreboxI EA F110,000.00 - F-82 2a' Valve&Valvebcar EA S20,o00:00 Funrsh&Install Tapping Sleeve with Valve&Valve Box F-83 4'x 4"Ta Sleeve vNAw&Vale Bax EA r $3,000A0 F-84 6"x4"Ta ' SWveAlve&Vak Boo EA S3,5C i,00 F-85 6"x67T Sleeve+vNalve&Valve Box EA 0,300.00 F-86 8"x4lappily SleevewNalve&VakreBox EA _A3,600.00 F-87 8"x 6'T i Sleeve w1Vakre&VAe Box EA 15,000,00 F-88 8'x 8"Lqhg SIR"VIUve&Valve Box EA $5A 00 F-&9 1Q"x4'Ta SleevewNaEWe&VabeBax EA ` $30,00 F-30 10'x678 ' SleevewNkf&Me Box EA =$6,M00- F-81 `lTm 8"Tapong S;eeveuNalve&Vkeb EA $8,500.00 F-32 Vx Vhorg Sleeve 4ke&Valve Box EA L.57.000.E F33 2x4"Ta SlevewNveHalveB EA V40000 F-34 12"x Thptg Sleeve Wake&Uve Bax EA $5,600,00 F-95 2"x 8"T %eye Wake&Valve Box EA " $6,500.00" F-S6 24 x 10"Tsg±g Sleeve Wke&Valve Box EA $7,000.00 F-37 1P"x 12"Tghg Skteve Walve&Valve Box EA $3,D0 M F-98 16'x6 Ta in SteevewNa1ve&Va1ve8cs EA $5,500,00 F-4 1F x 8"TaPPkq Seem Waive&Valve Box EA 47A00.00 F-i00 16"x10"T %eyeAlve&ValveBm EA U8500,00 F-101 16"x 2"Ta Sleeve Alve&Valve No EA MID,00 F-102 %'x IV Tapog S(eevewNalve&VaWBox EA �1417,500.00 F-1013 1rxS"TaPPNNmwNa1ve&Valve Box EA �=N$6 0.00 F-104 18"x8"1 in SleevewNalve&Valve Bowl EA ;$8,200.00 F-105 1 1"x10'T &evevNive&Va6e6oK EA '35,500.00 I F-106 1 V"x T Ta i Sleeve Mve&Valve BOX EA $11,MB F-107 18'N Vappirto5leevewN&M Valve Box EA $14M0,00 f F-106 18'"x 18"TaPeN Sleeve wNAe&Valve Box EA *,000:00' F-10S 20"x 6"Tom Sleeve Wke Halve Box EA ;'7,500,00 MV 2(rx8'Tapprg Sleeve wNalre&Me Box EA $113W.00 F-111 20"x 10"T Sleeve wlValve&Valve Boar EA M500.00 F-f 12 20"x 12"Ta Sleeve wNaive&VaW Box EA $173,00,00 F-113 20'x 16"Tapftg Sleeve wNalve&Vake Bayism EA $20,500,00 F-114 20"x20'TappirutSleevewNahre&Vat'reBox { ' EA $35,000.00 f DocuSign Envelope ID:9435938E-135C1-48A4-A9D9-091EB82B7516 i t "e18 T M SleevenrAlalue&VabeElost EA S27,OC 00 K24Ta SleeueuNah+e&VakteEo>< EA $36,000.00 °K30"Ta SleevevNalve&ValveSaar EA $55,000.00 stevatetForceMain2`AkReleaseVaWv EA ' S8,13N00 g"aierForceMain2'or3"MamaValve EA 33,0W-00 stewater Force Main 2'>tT,2"4.2"IA Combination AG Vre wll+larhole i8;000.00 Furnish&Instal Une Stop irwksine of all apputtenanoes for a complete installation F-121 4"Insertion Line Stop EA 54,000,00 , F2122 6-insertion LkW Stop EA `$4,00,00 F-123 8-hmk nine EA $5,K0.00 F-124 1Ykw;onUneStoR EA j:$6,500.00 7125 '1rinmtJmUne2a EA $10,0CU.00 F->z8 S"In 6onL m Stop EA a $12,000.00 F7-127 WinserbnLine Stop EA 418,000.00 F-128 2TlnsenbnLhe&o EA MCQ0.00 F-0 N"lnsmimU*S,jo EA $30,030ffi F-130 V i nsettion Line%P EA 540,000,00 F-131 36"insertion Line St EA 550,000,00 Furnish fl Install new Standard Piecast Concrete 8`diameter Ranhole Structure to include Bens work and Ring and Cover incluAng City a moved coatings(inside and out)at a de th of: F-132 0'-4'FTDe EA $5,000.00 F-133 4'-67TDee EA ' $8,000.00' F-134 6-8'FTDee EA $10=00 f-135 8'-10'FT Dew EA $V,030.00 f-136 U-lZFTDie EA tf2,Cfl X@ F-137 17-14`FTDee I EA $16.OW W F-t38 ki'-16'FT Deep ER 318,0W.00 F-139 16-2VFTNe EA :` 21,000.00-_ MISCELLANEOUS F-140 CoceckileAstmanhole( Are) EA k 41,500.00- SAfnlTA R(CREW A-Inokrdes a faaeman,3 e4*fk oed v Aers,layout,eracava►.ktg,lns taling and F-141 backftegApmemnecrsary for comete,PVC,HOPE orrreaafpipelayingorrepairupto36"dvor, MR _'S5i5.t�i �'laterial costs shag be included wGh irr�oloe tri<hma►omum lSX marku � --�'S- r rites one in 1 ater a1n ion are nterc an a with w Water Ines as needed WATF.RMAId4-Includes all fittings,appurtenances,resitaints and restoration for a complete installation, Includes testing:densit , ressure and bacteriological. W-1 Furnish&bstal4-krchC-Xn0R-18 PVC WaleiMa, LF i $85,00 W-2 Furnish&Irstal4-khClass35001PWater Main LF 380.00 73 Furnish&Iotall6-InohC-%0DR-16 PVC Water Main LF M-00. W-4 Furelsh&Wl8-Inch Class W DIP Water Main LF $100.00 W-5 Furntsl,&install 8-In&C-TQIM-18 PVC Water Main LF $105,00 W-6 Furnish&Instal 8-Inch Class3%UPWateaMah LF S115M W-7 Furnlsh&Irstall0-InahC-300DR-18 PVC Water Main LF $115.:10 W-8 Furnish&instal 10-Inch Oats 3S0CPWaterMain LF $125.00 li-9 Furnish&Install2-InchC-900 DR-18 PVC WAv Main LF S1:a.ft3 W-10 Ftardsh&Idtal12-inch Class 350 DIP WaterMain LF 5135,W W-11 Fwrkh&Install$-ktohC-906R18PVC Water Main LF $145.00 W-12 Funlsh&Insta116+,ohOm 250O PWatei(loan LF $155M W-13 Furr4sh&Install$-InchC-9050R-18PVCW$ei%n LF $160,00 i W-14 Furnish&W 18-InchOass 250 CPWata Main LF 5165.00 W-15 Furnish&Iastal20+chC-905DR-18 PVC Water Main LF *C,.00 i Page 7 of 16 DocuSign Envelope ID_9435938E-B5D9-48A4-A9D9-091EB82B7516 W-16 Fumish&Install 20-hoh Gass 250 DP Waw Man LF s260.m jj-17F rni Instal -hch L-10 Dot- PV Waterhl 'n $3rAO0 W-18 Punkin&itaN24-hch Class 2000PWatetMain LF $36400 Furnish&hsW30-InchC-805M-21 PVC WaterMain LF M,00. W-20 s:vanish&install 34-h+Class 200 OP Water Main LF MOO W-21 Fturish&hstall36-inch C-9l60R-21 PVC Water Rico LF 152�04i W-22 Furnish&Wall 36-Inch Class 30 DP Waw Main LF �58.41 Futttiish&Install Gate Value&Value Bcm W-23 4"Gate Valve&Valve Bost EA M'S'400.04 W-24 6"Gate Valve&Valve Bvx EA 40 W-25 8"Gate Valve&Valve BOX EA 40'= 726 T Gate Valve&Vske Box EA 53 0O0.00 W-27 T Gate Value&Valve Box EA V $3,5002 W-26 1T Gate Value&Valve Box EA Fumish&ltrstall Butter Valve$Val"Box W-29 14"Hurter Valve&Valve Baal EA "" W-30 16"Butter Valve&Valve Box EA W-31 IrBwe Valve&VakeScx EA 5�,0�.00 W-32 20'8uttet! V4*&Value Box EA $7,01 00. W-33 24"$utter Valve&Valve Box EA i 5 ,040 40 W-34 130'&"N VAe&valve Box EA $15,000,W W-35 36"Batter Valve&Valve Bart EA 529,000,013 Fumish&Install Tap ing Sleeve Leith Valve$Valve Box W-36 4(4"Ta inn Seeve vNalve&Vake Boar EA #3,5 fl0 W-37 6"xV Ta Sleeve wNalae&Valve Box EA _::54,01100` W-36 15"s6lapWg Sleeve a>'Valve IN Val*Box EA "w:1'9,594 110' W-33 8"x 4'TappkV Sleeve wwakm&Valve Box EA M0100 W740 8"x 6"T i Sleeve WNW&Vabe Box EA 35;000:OD W-41 8-m 81apping Sleeve wl'vvalue&Vah a Box EA r $6 00 742 TH 41appity Sleeve wNalve&ValveSors EA '57,000: 1 W-43 47"x 6"T Sleeve wNke&Valve Box EA ,=Y48,506,00'' W-44 %l'x 8"Ta in Neve wlVaAre&Valve Box EA '500;00 W-45 1 IT 10'Lag&SIeeve wNalve&Valve Box EA k'#10�000 00 W-46 Tx 4"Tapft Sleeve w lValve&Vk@ Bort EA II4500:00 W-47 12"x 6'Ta Sleeve w Nalve&Valve Bost EA x-MO4Q40 748 12'x 8"Tappim Sleeve w Nalve&Valve Sox EA _ ,q 749 12"x IY'Tap&R Sleeve wNake&Value Boar EA W-50 12"8 2"Tappbg SleevevlUat &ValveBox EA �; O:0Q W-51 16'x 6"T a SSeeve ioNake&Valve Box EA 04.. b1 16 x 8"Tapp'Tappina Swe wlValve&Value Boat EA 1p W-53 16'x 1T TE&g Sleeve wiValue&Valve Box _ EA W-54 Vm 12'TaRping Sleeve wlV*e&VAe Box EA 4:'00 W-55 I6'x16"Ta Sleeve!NkeaV,*eBox Bq 0 = W-56 *"x 61yPing Sleeve Wake&Valve Bog W-57 18"x 6"Tamlln2 Sleeve wNalve&Value SOx EA a 200:00` _ W-58 f8"x 10 ?- Sleeve Waive&Valve BcN EA W-53 lEru 121apping SleevewNalve&Valve ki EA AtIMOV W.60 18"x15 Ta %evewiValve&ValveBox EA =3 OQ00 W-61 T'x S'Ta Sleeve wlVaiue&Valve 8vx EA '=1129,040.00- W-62 20'a 6"Ta %eve wlValue&Valve Box EA 47M.00 W-63 20"x 8"Ta ' Sleeve sal ke&Valve Borg EA :38:444pp.- W-84 20'x10'T i SleavewNalve&Valve Box S' �:� v' EA . . W-65 20"x 1Z'Tapping Sleeve wiValve&Valve Box „. _- v EA 1L244:40 Page 8 of 16 DocuSign Envelope ID_9435938E-B5C1-48A4-A9D9-091EB8267516 i W46 20'x 15'Tapping Sleeve w NaW&V*e Box EA 320 S00 00 t W-S7 20'x 20 T Sleeve wNaW&Valve Box EA -$35,000.001 W68 2C x T Taj4mg SteewwtVafve&Value Boa ' EA A 0001 W-69 24"x Bo-Taptg Sleeve w Naive&Value Box 0 11-p-A ` VV EA 38,604.00 W-70 24"x 10"Tapping Sleeve Walue&VaWBox EA -49,800.00 W-7t 24"x t2`Ta Sleeve wlValue&Valve Box "� EA '412'000.00 j W-72 24"x$"Ta Sleeve Waive&Valve Bs EA 116,600.00 W-73 24"R20"Tap*Sleeve Walve&VaWSom EA $27,000.00: W-74 3(rx6"TaWg%eyevtVah6VaWBox EA 58,50D.00 w W-75 30"x 8'Ta ng Sleeve wNalue&Vave Bcx EA s3,50000'= W-76 30"x10"Tapping Sle"Main&Valve Box EA 413,601100. W-77 V it 7 TappiN;leeyeOalve&VaWBog EA .51160 OF, W-78 30"x S"Leeki Sleeve wNalue&Value Box EA $16,400,00:i W-73 30"x 9 T8DOhO Sleeve wNatve&V*e Box EA s32,000,00'I _ W-80 3rx Ir TappN SfeevewNalue&Valve Box EA _ S9,OOD. W-81 38"x8`Ta ' g%evew1Valve&VAeBox EA $10,000:00 W-82 38"x 1T Tappirig SieeveWalve&Va1wBox EA 111500.00 W-83 36"x 12"Ta ho S!eeue wiVahre&Valve Box EA $12.600.00. W-84 36"x 16'Taetq Sleeve wNke&Valve Bost EA s14,500,CI; W-85 36`x 20"Ta ' Sleeve w NUve&Valve Box EA $33,8W.t10 W-86 WxN"T Sleeve wlValve&Valve Box EA s38,00D,00' W-67 3fi x 30"t &eve wNaW&Value Boss EA $62,000 _ Futnish&install Line Stop includes all appurtenances for a oomplete installation W-88 4"Insertion Line Stop EA 360001 W89 6"Insertion L;ne Stop W-30 6"hsertion Line Stop EA 410.0114:00z' W-91 10"InsertionUneSt EA $2,000,00 W-52 t2-hsetkn Line Stop £A -31470501 W-33 18"dnser6onL1rR5to EA s30,000,001 W-94 18"llsenlon Line Sto EA --—WARM" W-95 20'Iltsettion Line St EA. $31=00 W-96 36`Insetkan Line Sto � - EA 7--'0'000,00'' Fire hydrants,Sample Points,ARVs W-97 Neh ydrant Assembly wl6"Gate Valve restraints,etc. EA 37 000100':1 W-98 Rem&*&RepbeeFkefi rarAAssembl EA s7,800,00 i W-99 Bollsrdsforf'uehf rant _..__ LS 5300.00 W-100 6 Poir�s widouble su saddle&car stopr EA $1,000,00 W-101 PoNson File Hydrants EA s1aob W-102 2"Blowo(f ' w$box EA I> M00.00 W-V3 Water Main l"Combination Au Release Vakewftnhde( ' es4"- i EA 36,5002-1-1 W-'104 Water Main2'CombirMw At Release Valve wNwhole Wes(at ei Gin16"1 EA 43,Q0;04 A Vatet Servioes tW-1F Shari Sr<n serv;:O-2"Po ( to 10'1 uxludes meter botr and all a temnces except mew EA 1200 q0 t?-1106 SWt Ckt&3ewe(I-Z'P (u p to 10'I )includes mew box and id appLstenarices enept meter EA $1400,00'=' 1,r-'07 Shot Service lei Metet Bank(2"Po )(up to 10'b )(includes up to 3 services) i EA ? $_ 2_ 040,00 W-t00 Additional services on shots service meter bank EA 81,000.00 W-109 Long SinqkServicei1-2 wr'ca ' )( to30'L EA Stpgoo W-110 Long Double Setvice(1-2' wMeas s(uptoSYLong) EA s2000,00 W-tit Long Service for Matey Bank(2"P )(up to SY Jo )Gnoludes up,to 3 services) EA s2200.00 W-112 AdMonal services on long setoce meter bark EA 51'000.00 i page 9 of 16 DccuSign Envelope ID:9435938E-B5C1-48A4-A9D9-091EB82B7516 I Abandonment W-113 Ctk Wm w atermain and connect poposed watermain EA - - W-114 Cut ard pkig eyistina watera4ntobeabandoned FA K ;00 _ 40-t15 Abandon& out CiP exW W w atermainLF W-116 Remove&di ' 'dispose aatermain LF W-117 Rwove Uispose AC Water Min footual cost ieirrrbutsernem b2 Cap '" IWA Miscellaneous WATER CREW A-h oludes aforeman,3 eape*cedworkers,layout,exayatilV,insstaling and bacldillirV W-118 egipmem necessary for PVC,HOPE or metal ppe►a*g or repair up to 36-dameter.Material oosts shall be HR ! included with invoice with maumu m&markup. `T _ 1OR ER $TOPM SE -includes all fittings,all urtenances,devatering and restoration for a complete In east Furrth&hstanl2-h3 h PVC SeverMain V-60e LF :_:38000._ 8-2 Furnish&Install 12-66 PVC Sewer Main F-F Deep_ LF S-3 Furnish&Iruta112-Inch PCP Sew ei Main 0'-60ee LF ' -_$80.00 S-4 Furnish&Install 12-hoh RCP Sewei Main 6-8'Dee LF `_4100.00 S-5 FuTkh&hsta112-lrrch HOPE Sewer Male Mae"t; LF - `;tw.Cro S-6 Furish&Instal 12-hych HOPE Sewet Main !i-8'O LF S 10,00 S-7 Furnlsf)&Install!E-InchRCP Sewer Main 0'-6'Oe LF $100.00 S-8 Furnish&lnstallS-Inch PCP Sew enMaer 6-Heep LF StXW S-S Furnish&lnsta1184ohPVCSewe1Main 9415se LF $110.Cfi 5.10 Furnish&hu-ta1 18-hch PVC Sewer Main 6-$Dee LF t120, S-11 Furish&Install!l8-lithPCPSeweiMain 9 5Dee LF 011,00 S-12 Furnish&Install 13-Inch RCP SeverMain &'-He LF SMOO S-t3 Furnish&Install l8-Inch HOPE SeverMaln 0'-6 D LF $11i.00 S-14 FumA&lwall 184ch HOPE Sever Main 6'-6'Deep LF 4120T 5-15 Furrkh&Indtall24-Inoh PVC Sever Main 0'-6'Dee LF $121100 S-16 Fura&Instal24-Inch PVC"%ei Main 5.Me LF $140B S-17 Fursh&lnstall24-h+RCP Sever Mah I 0'-6'Oee LF S1.70.00 5-18 Furnish&hsta024-hchPCPSewtjMain 540e LF 00.00 S-19 Finish&h 9all 24-InchHOPE Sewer Main 9-6'D LF $20.00 t S-20 Furnish&lrQO 24+oh HOPE Sewer Main 6'-8'De LF 4190.00 S-21 Furnish&h9at 30-kvh PVCSewei Main 0'-6'Dm LF NON S-22 Funish&htstas30-lrd M Sever Main 5-Heep LF V60.170 S-23 FurrNsh&Insta130-h RCPS%verMain 9-6Dee LF $1400 5-24 Furrhh&hstal113046 PCP Sewer Mai 6-8'0ee LF S'60.00 5-25 Fur+ash&Install 30-1nchFlCP Sewer Main 8'-19 Deep LF $N.00°« S-26 Furn sh&Install 36-hoh PVC Sewei Main 01•6 LF $9 S-27 Furish&hrtal36-kvh PVC SewerMain 6-6'Dee LF $180.00 5-28 Finish&Install 36-Iru h ACPSetter Main V-Ueep LF 51 oml 5-4 Funish&Install 36-Inch RCP SeuerWin i 6-8'Dee LF $180:00 S-30 Furnish&6tag38-lr c PCPSewei Main 9-190ee LF 4200,00 S-31 FuWsh&lr;ta142-InohPVC5eweiMain 0'-VDM LF 120 OO". S-32 Furnish&h oa142-inch PVC Sewn Main 6-913W LF 5220 5-33 Furnish&Install42-Inca RCP Sewer Mast 0'-6'De LF $18.CC 5.34 Finish&Install 42-Inch RCP SevotK n 6'-18,De LF $200.00 5-35 Furnish&hsta142-hch RCP SewerMan 8,-Voeep $220.00-- 5-36 Furnish&hm148+ch U Sewc-r plain a-5'Dee LF $200 1-:17 K-K noon I IF L AM lip: Page 10 of 16 DocuSign Envelope ID,9435938E-85C1-48A4-A9D9-091 E882B751 6 S-38 Furnish&fnmal!48-Inch Pj:P Sever MAim 8'-10'Deep LF—AAMOT-t-, S-33 Furnish&Instail 48-Inch RCP Se*er Main 17-IZ Deep LF 4600.00A $40 Furish&hsWI 54-Inoh RCP Sew er Main (Y-6'Deep LF %=,4320.00 8-41 Ftxrbh&Install S4-Inch RCP Sewer Main 6 z 6 Deep 434 i�0:00-77 �4 S42 Fornish&Install S4+ch RCP Sewor Main W— LF $500,00 S-43 Fmish 0es4a]S4+ch KP Sewer Main A-V-'15 NeD LF -,,$780.00 4 S-44 FumA&lftAaJ60-kwhRCPSewei Main NJ A 0 G'Nee LF t3DOZO S-45 Furnith&kwA 60-hoh ACP Sewer Mai) lk"OT--&'Dee LF I 4400.0 S-48 Fwnl`sh&1nsia1M-lhohFCPSewei%n -q m wo Mum LF S-47 Foinish&Install 60-Inch RCP Sever M& 4 LF 48T5-07 _jFuuS-48 FL4nisWnstaII6&-tnch RCP Sewwfilain .1 0.neeo LF $340.00 S-43 FutnishlI hutall 6&-Inch RCP Sewer Main V $440.00 S41 K-Nnkh&lr*&lI66-+ch1RCP Sewer Main i IMITDsep LF $-$I Ftxrn1A&k*W*4nch PZP$#ww Main I 17-IGOW V 5-62 *h&hsW 72+ch ACP Sewer Main LF $400 CIO S-M FurnistAboall 72-k-w.+Ff,P Sewer Main i Ir-VDmp LF M�00 S-54 Furn*&lhgJ72-[ncIiRCP Sever Main T-Weep LF .00 S-55 FwNsh&�tstall 72-1 Sever main V-Som LF .00: Famish & X 9tructure to include El� 09 ;Mali new ttandM Precast Concrete 48*diamet;t Ran Po n d Ain a and Cover Including D2 ae2myed co!!Lnjs(inside and out)at a-dep!h of S.56 0'-4-FTPM EA 15,000,00 S-57 4-6 FT Degp EA �7.G00.00 S-58 6'-OTT Deep EA $8,69,00 3-59 9-1Y FT Detg EA $1.2,00.00 W V-1Z FT Deep EA 41:1X0,00 3-61 12'-14'FT ft FA $14,000.00 S-62 jW-16'FT2t!2 EA $16,000Z, S-63 IV-NFTCeep EA Q0,OM0 Oudall Check Values-includes pipe cleaning and installation for complete system S-64 17 WAPPIO Ch*ck Valve EA 4 i .00- S-65 Ir WAPRO Ch"k Valve EA 00,500,00 S-66 24WAPRO Dwd Valve EA 316,000,00 5-67 36"VAPRO Check Valve EA '*2000.00 S-68 4Z'WAPRO D*d Valie EA 435,000:00 SO 4TWAPIRO0*ckVaIve EA -445,mo-u S-70 WWAPRO Check Valve EA 355Z0.01 9-71 W WAPF0 Chftk Vat* EA $65,000.00 8-72 66'WAPRD Check Valve EA L7,5000.00 S-73 7Z WAPROUeckValve EA $85,000,100 MISCEUANEOUS m STCRI CFfW A-IneWn a(otemAn,3*Npedenced w otirors,laywt,o=aming,invArV and bacHilling 5-74 eopnwent necma;y for conorete,PVC,HOK or rroetal plpe laying of repair up to Wdiametet.Material! HA I $51D3 casts shall be included with invoice olth maodmum 15X ma .E STORM CREW 8-Includes a foreman,3 operienced workers,layout,"cavaking,installing and back foll S-?5 equipmem rwessaty fo 4oncteto,PVC,HOPE or meW pipe laybg or fepak Wto 741ar".ter.material i HR $6,2500 ooss"beinc6ded with Invoice wRh maATowm 157.mai!m, N8115 Tim R-1 NemalaMisposaloTt 71okooroce SF �)0,00 R-2 Furnizh&lncstaH4CoruuetowAmwie SF 00 R-3 �Futnish&lm&l6'Conc4e(ewAhoutwie �-9-424XA R-4 Furnish&Install ADA comarant detect"sLdwe EA R-5 FiArish t Install FOOT Tqpe T"Ckgb-by hand LF Page 11 of 16 DocuSign Envelope ID:9435938E-85C1-48A4-A9D9-091 EB82B7516 P-6 Fur*h&kutall FWT T *T Curb-by maohhe LF R-7 FumA&INtal FOOT T "F"Curb-b hand LF , "IMID l^ H Furnish&Instal FDDTT e"F"Curb- machine LF QG " R-9 Furnish&kstal FOOT VaI Wt et-b2 hand LF 4100,00 R-1(! Nnlsh&InstalFDOTVage Guttet-b�nmhhe LF $0000 R-V Fardsh&W Bahia Sod-u ioSOSF SF S2,0C R-V Ftarvsh&hstalBaHaS - ver SF SF CIO R-113 Furnish&hstall Flaratam Sod- to1000SF SF S4.Cr0 A-14 Furnish I6tal Awatam Sod-over1000SF SF S2.Ca I P-15 Furrdslt&Instal FDOT seed&rWch m� SY T10,Cal A-16 FwrJsh Opefatot,Watei TtwkW&r ate Sod or Seed W HP $1010P A-17 Removal and1 of E As Pavemern SY S'0.00 R-18 M Blisft Pavement 4"-Tay) I CAUV V SY 1 EG.0 iC R-19 Furrish and lnstamphakOvea ,Typesl(3f4"-r SY $90,00 R-20 Furnish and hstall I-TI'T S-i As k F`sst Couse SY MR A-21 Furnishrandkwal 1"Type S-M Staface Carrie SY $50: 0 A-22 F niandlnstall-1'2"SR-1Z,SAs Fe in TfPOC t fWa BCO.CO R-Z3 Ftmish andhstall l"T e FC-95 hak Sur ace Course in FOGTRC R*of Way 5y �1C70 _ R-24 FOOT FlorraWR(Exoff.t#e CY WORD A-25 Leak Repairs(sauaves)-C,(W!N GAI. 5200.00 R-26 GroundMiteatfonGrouti CY 3EG0.0 1 ; P-27 6°LimerWt Ctushed Cowtte,&se, Tined 5Y $4500 A-28 rLhvockI Ciushed Canaete Ue, r�ned SY OLD R-29 12 anted ade,9$/,T- SY 324.0 R-30 A ustmanWef arodoovetto ade EA 1 $750,00 R-31 I Must vahre boK to vade fAI 3E00.00 F02 I Britcl Payef woveh aoe f1 Y2"sarxi 6" mock base,lZ'compacted su radea CURED-W-PLACE PPE LI NG Tared-h-plaoe Gnirg prices shag be inclusive of p e,- deo,oleaniN,post-Meo and aro)thirg else fur a compete lnstallationingravi�sanitary orstormsewei L-1 N*h and hstal F-V dametei W sediongliner,up to 641 in length EA L-2 Furnish and kutal 6-V dametei CPP sectionallxK beyord 6-it in a dt,all 4a the LF 100 00 ' L-3 Furrtishandk►stallf-16"diameter CIPP seotk4kner,u to6-f hfon h EA VOW L-4 Furnish and instal 15"-'18"diameter CIPP set6anal tarter,beyond 6-ft in k Igh,al hs LF r S12D:DO, L-5 I~t8nish and msA27dweterC(F'P sectional 1hei,u to 6-ft in lenqth EA F312'DQO. D'_ A Funkhandinstal2rdametet CIPP secti nalliner,beyond Ptin aide s LF ~'�k5tt�1. L-7 Fufrkh and iwg B'dineter CIPP Ines O-Vde 2th LF A FutMh and install r&meter CIPP kw 8-12" th LF L-3 Furnish and install FdGarneter CIPP awr IZ+ $ LF L-10 Fuml€h and Mall diameter CPP Inez 0-$'d th LF :: 80,00 L-11 Furnish and instal 10"d Teter CIPP Inet _-f �6- de ph LF : .-05,00 L-12 FtgrrshandnstallTdi� etetCIPPGeer "ems s de lF r op- L-13 Furrtish and install 12"dranaeter CPP liner r =m -v deA LF ;' II L-14 Furnish and Nall 12"diameter CPP liner MVCIk114V-84 6wth LF MOO L-15 Furnish and install 12"diameter CPP liner `Y '. epdt LF $ay 00 L-16 w—nish and kstall7diameter CPP iner k .++'.ate d th LF 130.00 --:xx L-17 Furnlsh and instal Fdiaetet CIPP lk*r _ -12'de LF $95,00 L-18 Furrtish and instal l5-dameterf;PPGner 12+depth LF 4100.00 L-19 Futnkh and instadIr&ameder CPP Gnet 04de LF S35,C 1 L-20 Furrish and i stall8"diameter CPP bet 8.12 th LF SiC0,00 1-21 Fianichanr{indall IA"diamarafrMkm V'+&nth M Page 12 of 16 DocuSign Envelope 1D:94359381 85C1-48A4-A9D9-091 E88287516 L-22 FurnfshandlestaQ20-21"&ltretVCPPI•ner 0.8'de h LF $100:t10`T L-23 Furnishandinsta020-21"diametetCffIner 8-12'd LF t10S.00: L-24 Furnish and insW 20-2rdoeterClPPiner 12+ h LF silo Cc L-25 Furnish and instdXdiameterCIPPCnei 0-Tdepth LF V.35.00 7-26 Fu*h and instal24"diameter CIPP der 8-1?depth LF E110.GJ L-27 Ftarish and instal24"diamewClPPirner 1Z+ $ LF $115,00 L-28 Furush and 4utal3#,i"c6metefOPPGner 0-6depih LF $130.00 L-2$ Furnish and in+tan 30'd iatneted CIPP finer $-Yl deA LF $14-00 L-30 Furnish and lnsW3TdametetCIPPling V+de LF t &CO L-31 Furnish and awal35 dtraureteiCIPPMet 04de LF V70.0C y L-32 wrish and insta136"dameteiCPPlner 8-1zde h LF $175-00 L-33 FiArishandinstal 'diameterCPPker 1Z+depth L€ --_$160.00_ BY-PA55 PUMP SET UP WITH BY-PASS PUMPING BP-1 By"Pass 4"Pump fMakAndg wvp ark mordair, DAY r _ _EIP-2�# Inclu s tupa�tdmotr>cring .__ _ _ _ __ DAY "11,4000 -3 .'Byashclu? setupando -- �__ DAY t1,$OQ00= 8P-4 JLwsVRnp1ncLA sat and mordlar DAY $2,0t70 M WELL POINT SYSTEMDE-VATERIM -1 6lebPasSt7ernupto pnfntsodrmpletewithpurnparxlpettin�equipment and d tadtrg DAd $2,800. W-2 tewith mp and Lcting ewipmem,and*rAo( DAY QM0.00 PORTED BACKFILL i REMOV -SITU MATERIAL 6F-1 Removal&DsposalolunsWable�•situmated Ise CY 04 C'( $5A04 _= FIRST AMENDIK8T 1-1 19-16"I:It jatian Trench with V Shoed RCP LF $120.00 R2 Corxrdd Strumte wl Conuete,Weu EA $S,000 1-3 Tqpe CWet EA 36,500,00 i 6 Page 13 of 16 DocuSign Envelope ID:9435938E-B5C1-48A4-A9D9-091EB82B7516 I i EXHIBIT"B" Additional Federal Clauses L"Domestic Preference for Procurements" As appropriate, and to the extent consistent with law, the Contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States.'Phis includes,but is not limited to iron,aluminum,steel,cement,and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber;and lumber." 2. "Prohibition on Contracting for Covered Telecommunications Equipment or Services" (a) Definitions. As used in this clause, the terns backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or f essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services(Interim), as used in this clause— (b)Prohibitions. (1) Section 889(b)of the John S.McCain National Defense Authorization Act for Fiscal Year 2019,Pub. L. No. 115-232, and 2 C.F.R. § 200,216 prohibit the head of an executive agency on or after Aug.13, 2020,from obligating or expending grant,cooperative agreement,loan,or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2)Unless an exception in paragraph(c)of this clause applies,the Contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i)Procure or obtain any equipment, system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; Page 14 of 1.6 DocuSign Envelope ID:9435938E-B5C1-48A4-A9D9-091EB82B7516 (iii)Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv)Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c)Exceptions. I i (1)This clause does not prohibit the Contractor from providing— j (i)A service that connects to the facilities of a third.-party,such as backhaul,roaming,or interconnection arrangements; or (ii)Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. i (2)By necessary implication and regulation,the prohibitions also do not apply to: (i) Covered telecommunications equipment or services that: i.Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system. (ii)Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (d)Reporting requirement. (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient,unless elsewhere in this contract are established procedures for reporting the information. (2)The Contractor shall report the following information pursuant to paragraph(d)(1)of this clause: (i)Within one business day from the date of such identification or notification:The contract number;the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity(CAGE)code(if known);brand;model number(original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any. { readily available information about mitigation.actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the Page 15 of 16 DocuSign Envelope ID:9435938E-B5C1-48A4-A9D9-091EB82B7516 Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services,and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e)Subcontracts. The Contractor shall insert the substance of this clause,including this paragraph(e),in all subcontracts and other contractual instruments." End of Additional Federal Clauses F Page 16 of 16 INVITATION FOR BID IFB NO. 20-106 EMERGENCY UTILITY REPAIRS FOR WATER, WASTEWATER AND STORMWATER Bid Submission Deadline Due Date: MAY 1 Z 2020 Time: 3:OOPM Bids shall be submitted to: bids(oD-lakeworthbeachfl.gov Subject line: IFB 20-106, Emergency Utility Repairs for Water, Wastewater and Stormwater FINANCIAL SERVICES 7 North Dixie Highway Lake Worth Beach, FL 33360 TEL: 561-586-1654 INVITATION FOR BID IFB #20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater The City of Lake Worth Beach is soliciting bids from responsible and experienced entities to provide repairs to the City's water utility infrastructure immediately after a hurricane, other disaster, or as needed by the City on an emergency basis. The objective of the Invitation for Bid ("IFB") and subsequent contracting activity is to secure the services of an experienced contractor(s) who is capable of efficiently repairing water infrastructure systems in a timely and cost-effective manner This Invitation for Bid (IFB) may be downloaded at lakeworthbeachf1.bidsandtenders.net or www.lakeworthbeachfi.gov. All Bidders shall have a Bidding System Vendor account and be registered as a Plan Taker for this Bid opportunity, which will enable the Bidders to download the Bid Call Document, to receive Addenda email notifications and download all documents without the watermark "preview" on them. To ensure receipt of the latest information and updates via email regarding this bid, or if a Bidder has obtained this Bid Document from a third party,the onus is on the Bidder to create a Bidding System Vendor account and be register as a Plan Taker for the bid opportunity. This IFB may also be acquired from the Financial Services Office by sending e-mail to purchasing1@lakeworthbeachfl.gov. Time is of the essence and any bid received after 3:00 PM, May 12, 2020, whether by e-mail or otherwise may be rejected by the City. Bids shall be e-mailed as an attachment in PDF format maximum size of 15MG to the secure e-mail address bids@lakeworthbeachfl.gov. Subject line shall list the IFB number, title, along with the date and hour bids are scheduled to be received. All persons or entities responding to the IFB (hereafter "Bidders") are responsible for ensuring that their bid is received by the City at its' designated e-mail address by the deadline indicated in the IFB. The Bidders may call the City's secure e-mail administrator at 561-586-1654 to confirm the receipt of the e-mail from the Bidder. The City will in no way be responsible for delays caused by any occurrence. Bids shall not be submitted and will not be accepted in person, by mail, telephone, telegram, facsimile or any other City's e-mail address except bids@lakeworthbeachfl.gov. The time of receipt shall be determined by the time clock on the receiving e-mail. All bids must be E-mailed to: bids@lakeworthbeachfl.gov SUBJECT LINE MUST BE IDENTIFIED AS BID # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater PUBLISH: April 15, 2020, Palm Beach Post, City of Lake Worth Beach website 2 IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater SECTION 1 —SCOPE OF WORK AND TENTATIVE BID SCHEDULE The City of Lake Worth Beach is soliciting bids from responsible and experienced entities to provide emergency repairs to the City's water, wastewater and stormwater infrastructures in a timely and cost effective manner necessary as a result of a hurricane, other disaster, or as needed by the City on an emergency basis. As such, any subsequent contract executed as a result of this IFB may be funded, in whole or in part, by the Federal Emergency Management Agency ("FEMA"), or other Federal agencies. Bidders therefore agree that any work performed pursuant to this IFB and resulting contract will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. A more detailed scope of work is attached and incorporated into to this IFB as Exhibit"A". All work shall be constructed in accordance with the City's design specifications and standards and in accordance with this IFB, its exhibits and all issued addendum which are available on the City's website at lakeworthbeachfl.bidsandtenders.net or www.lakeworthbeachfi.gov. TENTATIVE BID SCHEDULE Listed below are the tentative dates and times of the project and schedule by which the actions noted must be completed. If the City finds it necessary to change any of these dates and/or times, the change will be accomplished by addenda. All dates and times are subject to change at the City's discretion. ACTION COMPLETION DATE IFB Publication Date April 15, 2020 Final Questions Due April 30, 2020 by 4 p.m. Bids Due May 12, 2020 3 p.m. SECTION 2 —SPECIAL TERMS 1. Pre-Bid Conference. There will be no pre-bid conference for this project. 2. Time of Completion and Liquidated Damages. The services to be performed under an awarded contract(s) shall commence on the date of a City issued Purchase Order and be fully completed within the time identified in the individual Purchase Order issued under the contract. See additional details in Scope of Work. The resulting contract or Purchase Order will incorporate the following provision regarding liquidated damages: The City and Contractor recognize that the timeframe for completing all work under this Contract is critical and time sensitive. The City will suffer financial loss if the Contractor fails to timely complete all work. In such event,the total amount of the City's damages,will be difficult, if not impossible,to definitely ascertain and quantify. Should the Contractor fail to complete the work within the timeframe established in the Contract, the City shall be entitled to assess, as liquidated damages, for specific work/by specific amount as defined in contract documents but not as a penalty, for each calendar day thereafter until all work is 3 complete. The Contractor expressly waives and relinquish any right which it may have to seek to characterize the above noted liquidated damages as a penalty,which the parties agree represents a fair and reasonable estimate of the City's actual damages at the time of contracting if Contractor fails to complete the work within the required time period. 3. Permits and Fees. In accordance with the Public Bid Disclosure Act, the awarded bidder will be required to make payment to the City of Lake Worth Beach or other governmental entity with jurisdiction over the Project for any permits or licenses, impact, inspection or other fees for the projects under the resulting contract. 4. Licenses. All bidders are required to maintain current, valid licenses relevant to offered supply or service at the time of bid submittal or its bid may be disqualified. Failure to submit all required licensing if/when requested may result in rejection of the bid. Each bidder shall have the following licenses at the time of bid submittal or its bid may be disqualified: • State of Florida General Contractor's license • State of Florida Division of Corporations Each Bidder will also be required, at the time of contract execution, to have a business tax receipt or certificate of registration in accordance with the following: • No person, contractor or subcontractor may conduct business within the City without a business tax receipt or certificate of registration. • A contractor who holds a valid countywide contractor's license, in addition to a county business tax receipt shall register with the City. • Any person engaging in any business, occupation or profession within the City without a permanent business location or branch office in the City, but holding a valid and currently effective business tax receipt issued by the county or another incorporated municipality, shall be issued a certificate of registration upon registering with the business tax official. 5. Construction Bond. Payment and Performance Bonds will be required for this IFB in accordance with section 225.05, Florida Statues. 6. Insurance. Prior to execution of the resulting contract derived from this IFB,the awarded Bidder shall obtain and maintain in force at all times during the term of the resulting contract insurance coverage as required herein. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida. The Certificates shall clearly indicate that the selected bidder has obtained insurance of the type, amount, and classification as required for strict compliance with this provision and that no material change or cancellation of the insurance shall be effective without thirty (30) days prior written notice to the City. Compliance with the foregoing requirements shall not relieve the selected bidder of its liability and obligations under the resulting contract. A. The selected Bidder shall maintain, during the life of the contract, commercial general liability, including public and contractual liability insurance in the amount of $1,000,000.00 per occurrence ($2,000,000.00 aggregate) to protect the bidder from claims for damages for bodily and personal injury, including wrongful death, as well as from claims of property damages which may arise from any operations or completed operations under the contract, whether such operations be by the bidder or by anyone directly or indirectly employed by or contracting with the bidder. B. The selected Bidder shall maintain general automobile liability insurance for owned and hired vehicles (optional /per case basis) of at least$1,000,000 combined single limit. C. The selected Bidder shall carry Workers' Compensation Insurance and Employer's Liability Insurance for all employees as required by Florida Statutes. All insurance, other than Workers' Compensation, to be maintained by the selected Bidder shall specifically include the CITY as an "Additional Insured" on a primary, non-contributing basis. 7. Other Special Conditions: 4 The terms and conditions of the resulting contract will be negotiated with successful Bidder, but will include, at a minimum, the terms laid out in Exhibit B, which are the provisions required to be included in contracts funded by federal grants, including FEMA Public Assistance. See 2 C.F.R. §200.326 and applicable FEMA guidance. SECTION 3— MINIMUM QUALIFICATIONS Each Bidder must meet the following minimum qualification requirements in order to be considered for award. A Bidder who fails to meet these requirements may be disqualified. All decisions on qualifications are within the City's sole discretion. Each Bidder shall have a minimum of five (5) years' experience in emergency repair work or underground utility infrastructure projects including, but not limited to, pressure pipe install and repair from 2"-42", gravity storm and sanitary sewer pipe install from 8"-72"and concrete structure installation and repairs for water utility systems. Complete Form B2—Bidder's Qualifications Form SECTION 4 - INSTRUCTIONS TO BIDDERS 1. HOW TO SUBMIT A BID: a. One (1) electronic copy of the bid must be submitted as an e-mail attachment in PDF format maximum size of 15 MB. Subject line shall list the IFB number, title, along with the date and hour bids are scheduled to be received. Bids MUST be e-mailed to the City's secure e-mail address: bids(d)-lakeworth beachfl.gov No responsibility shall be attached to the City for the premature opening of, or the failure to open a bid not properly e-mailed, a-mails without the attachments, e-mailed to different e-mail address then the one identified for bid submission, wrongly addressed and identified. b. Time is of the essence and any bid received after the closing date and time indicated on the cover of this IFB, whether by mail or otherwise, shall be rejected. The time of receipt shall be determined by the time clock on the receiving e-mail. The City shall in no way be responsible for delays caused by any occurrence. All persons or entities responding to the IFB are responsible for ensuring that their bid is received by the City at its' designated e-mail address by the deadline indicated in the IFB. The bidders may call the City's secure e-mail administrator at 561-586-1654 to confirm the receipt of an e-mail from the Bidder. C. Bids submitted by telephone, telegram facsimile or incorrect email address shall not be accepted. d. Submission of a Bid implies a full understanding of this IFB. Any misunderstanding as to such terms by the Bidder will not relieve the Bidder from performance. e. This IFB consists of this document along with all exhibits, addendum including all plans, drawings and/or technical specifications incorporated or attached to this IFB, all of which are incorporated herein by this reference. 2. THE BID PACKAGE. Each bid submitted in response to this IFB shall contain the following documents: B1 Bid Cover Sheet B2 Bidder's Minimum Qualifications B3 Bid B4 Schedule of Unit Prices/Additional price list if applicable B5 Substitution Sheet B6 Schedule of Subcontractors (with daily reporting format) B7 Contractor Verification 5 B8 Reference List B9 Non-Collusion Affidavit B10 Drug Free Certification B11 Campaign Contribution Statement B12 Scrutinized Companies Certification B13 Federal Contract Provisions, Certification for Contracts, Grants, Loans, and Cooperative Agreements AVOID BID REJECTION: Bids may be rejected for noncompliance to requirements after review by the Financial Services office. All bids must be submitted on the provided Bid forms and signed by an officer authorized to bind the Bidder where applicable. 3. COMPLETION OF IFB SUBMISSION PACKAGE. a. It is the responsibility of the Bidder to ensure that all pages are included. All Bidders are advised to closely examine this IFB. b. All bids must be submitted on the provided Bid forms. Bids submitted on Bidder's letterhead or quotation forms will not be accepted. C. Bid forms must be neatly written in ink or typed, and must be signed by an officer or employee having authority to bind the bidder(where a signature is required). Failure to submit a duly signed bid may be cause for rejection of the bid. 4. ERRORS/ERASURES/CORRECTIONS a. Bids having erasures or corrections must be initialed by the Bidder. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it and initial the correction. Any illegible entries, pencil bids or corrections not initialed may not be accepted. b. In the event of mathematical extension error(s), the unit price will prevail and the bidder's total offer will be corrected accordingly. In the event of addition errors, the extended line item will prevail and the bidder's total will be corrected accordingly. C. Bidders shall not be allowed to modify their bids after the bid opening time and date. Bid files may be examined during normal working hours, after bid opening, by appointment only. d. By submitting a bid, the Bidder represents that it has taken all necessary steps to ascertain the nature and location of the work and that it has investigated and satisfied itself as to the general and local conditions which can affect the performance of the work, including: (i) conditions relating to access, egress, transportation, debris disposal, parking and storage of materials; (ii)availability of labor; and(iii)physical conditions at the site. Any failure by Bidder to take these steps will not relieve the Bidder from the responsibility for estimating properly the difficulty and cost of successfully performing the work without additional expense to City. Bidder hereby agrees that the material offered will meet all the requirements of the specifications in this solicitation unless deviations have been deemed acceptable by City. Request for exceptions must be submitted during the question and answer period of this Invitation for Bid as per instructions in Paragraph 6 of this document. 5. BID PRICES. All prices shall remain valid for ninety (90) days after the date of bid closing or other time stated in the Special Terms if any. Prices must be stated in the units specified on the Schedule of Unit Prices. Bidders may offer a cash discount for prompt payment; however, such discounts should not be considered in the unit price bid unless otherwise specified in special conditions. 6. SUBSTITUTIONS. If Bidder wishes to offer a substitution for a specified item of materials or equipment, the proposed substitution must be submitted during the bidding questions and answers process on the Substitution Sheet. An explanation must be made for each item in which the exception is taken, giving in detail the extent of the exception and the reason for which it is taken. Bids failing to comply with this requirement may be considered non- responsive. The City will be the sole judge of whether an alternative product is equivalent or superior to the listed product. The City reserves the right to waive immaterial variations in the specifications. 7. SUBCONTRACTING. If a Bidder intends to subcontracts any portion of the work, the Schedule of Subcontractors form must be fully completed and submitted with the bid. The name, address, phone number and 6 extent of work and value of the work to be performed should be included for all sub-contractors. The City reserves the right to reject any bid if the bid names a subcontractor who has previously failed in the proper performance of an award, or failed to deliver on time contracts of a similar nature, or who is not in a position to perform under this award. The City reserves the right to inspect all facilities of any subcontractor in order to make a determination as to the foregoing. 8. BID BONDS OR DEPOSITS. NOT APPLICABLE FOR THIS IFB. Each bid must be accompanied by a bid bond or a deposit in a sum of not less than five percent (5%) of the total bid. Bid bonds and deposits amounting to less than one hundred dollars need not be submitted. Only the following types of bonds or deposits will be accepted: 1. Bid bond signed by a surety company authorized to do business in the State of Florida. 2. Cashier Check or bank draft of any national or state bank. 3. Certified check drawn on a financial institution acceptable to the City of Lake Worth Beach 4. U.S. Postal Money Order All checks and orders must be made payable to the City of Lake Worth Beach. The City reserves the right to hold the bid security until a contract is properly executed and proof of the required insurance and bond(s) is provided. If any bidder presented with a contract fails to execute such contract with the City and/or provide the required insurance and/or bonds within ten (10) calendar days of receipt of the contract, the City shall be entitled to retain the deposit or enforce the bond. Bid deposits of unsuccessful bidders will be returned after execution of a contract and proof of the required insurance and bonds. 9. CERTIFICATION AND LICENSES. Each Bidder must include with its bid package a copy of all applicable certificates and licenses and a current Business Tax Receipt in the name of the Bidder submitting the Bid from the County in which the Bidder's principal place of business is located. If awarded the contract, any Bidder who is not required to have a Business License from the City will be required to obtain a Certificate of Registration from the City of Lake Worth Beach prior to contract execution. 10. NO LOBBYING —CONE OF SILENCE. In accordance with the Palm Beach County Lobbyist Registration Ordinance and Section 2-112(k)the City's procurement code, the City's procurement cone of silence will be in effect as of the due date for bids in response to this IFB. A complete copy of the City's procurement code is available on- line at municode.com under the City's code of ordinances(sections 2-111 —2-117).All Bidders are highly encouraged to review the same. In summary, the cone of silence prohibits communication between certain City officials, employees and agents and any entity or person seeking to be awarded a contract(including their representatives, lobbyists and potential subcontractors). The cone of silence terminates at the time of award, rejection of all response or some other action by the City to end the selection process 11. CONFLICT OF INTEREST AND ETHICS REQUIREMENTS. This IFB is subject to the State of Florida Code of Ethics and the Palm Beach County Code of Ethics. Accordingly, there are prohibitions and limitations on the employment of City officials and employees and contractual relationships providing a benefit to the same. Bidders are highly encouraged to review both the Florida Code of Ethics and the Palm Beach County Code of Ethics in order to insure compliance with the same. Further, any Bidder coming before the City Commission for an award of a contract and who has made an election campaign contribution in an amount that is more than one hundred dollars($100.00)to any elected official of the City Commission, who is a current sitting member of the Commission, must disclose such election campaign contribution, verbally and in writing, in their responsive proposal to this IFB. FAILURE TO INCLUDE THE CAMPAIGN CONTRIBUTION STATEMENT WILL CAUSE YOUR BID TO BE REJECTED. 12. PUBLIC ENTITY CRIMES. Pursuant to section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida may not submit a bid to the City for 36 months following the date of being placed on the convicted vendor list. 12.1 SCRUTINIZED COMPANIES A. By submitting bid, each Bidder certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List and are not engaged in the boycott of Israel. Pursuant to section 287.135, Florida Statutes, the City may immediately terminate a resulting contract at its sole option if the awarded Bidder or any of its subcontractors are found to have submitted a false certification; or if the awarded Bidder or any of its subcontractors, are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the 7 term of the resulting contract. B. If this resulting contract is for one million dollars or more, the Bidder certifies through submission of a bid that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan List, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria as identified in Section 287.135, Florida Statutes. Pursuant to Section 287.135, the City may immediately terminate the resulting contract at its sole option if the awarded Bidder, or any of its subcontractors are found to have submitted a false certification; or if the awarded Bidder or any of its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List,or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or are or have been engaged with business operations in Cuba or Syria during the term of the resulting contract. C. The Bidder agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under a resulting contract. D. The Bidder agrees that the certifications in this section shall be effective and relied upon by the City for the term of a resulting contract, including any and all renewals. E. The Bidder agrees that if it or any of its subcontractors' status changes in regards to any certification herein, the awarded Bidder shall immediately notify the City of the same. F. As provided in Subsection 287.135(8), Florida Statutes, if federal law ceases to authorize the above- stated contracting prohibitions then they shall become inoperative. 13. INQUIRIES AND ADDENDA. Bidders shall notify the Procurement Division promptly of any error, omission, or inconsistency that may be discovered during examination of the Bid Documents and the proposed work site if applicable. Requests from Bidders for interpretation or clarification of the Bid Documents shall be submitted at lakeworthbeachfl.bidsandtenders.net or emailed to the Procurement Division of Financial Services and shall arrive no later than April 30, 2020 by 4 p.m.to: purchasincg1(Makeworthbeachfl.gov. Oral questions may be presented at a pre-bid conference if one is provided for in the Bid Documents. Interpretations, corrections, material substitution requests or changes, if any, to the Bid Documents shall be made by Addenda. Bidders shall not rely upon interpretations, corrections, and changes made in any other manner, including orally, at the pre-bid conference. Interpretations, corrections, and changes shall not be binding unless included in an Addenda. Any addenda or other modification to the IFB documents will be issued by the City prior to the date and time of Bid closing, as a written addenda distributed to all prospective bidders who have obtained the IFB directly from the City or its authorized representative. Such written addenda or modification shall be part of the Bid documents and shall be binding upon each Bidder. Each Bidder is required to acknowledge receipt of any and all addenda on the bid form. No Bidder may rely upon any oral or verbal modification or interpretation in preparing its bid. No interpretation of this IFB will be made for any bidder, except by written addendum. Questions or requests for clarification directed to any other member of the City staff may be grounds for rejection of the bid as being irregular. 14. ACCEPTANCE; REJECTION; CANCELLATION. In accordance with the City's procurement code, this IFB may be cancelled and may or may not be re-bid when determined to be in the best interests of the City. Any or all bids may be accepted or rejected in whole or in part, when determined to be in the best interests of the City. The City also reserves the right to reject the bid of any Bidder who has previously failed in the performance of an award or to deliver contracts of a similar nature on time or who is not in a position to perform properly under this award. The City reserves the right to investigate all bids, references and inspect all facilities of bidders. Any bid received without an authorized signature or after the submittal deadline may be rejected. Any withdrawal or cancellation of this IFB, either before or after selection of a bidder, shall be without liability or obligation on the part of the City or its employees. Any action, selection or failure to select a successful bidder to this Invitation for Bid shall be without any liability or obligation of the part of the City or its employees. The City reserves the right to waive any non-material irregularities and technicalities, except timeliness and signature requirements. If a bid is late or unsigned, the City reserves the right to investigate the matter further and make a determination as to the materiality of the matter. Additionally, bids may be considered irregular and may be rejected if the bid: 1)does not strictly conform to the requirements of this IFB; 2) is incomplete; 3) any Bid Form is altered; 4) contains additions not called for; 5) is conditional; 6) contains prices that are, in the opinion of the City, unbalanced either in excess or below the reasonable cost analysis values; and/or, 7) bids are in excess of the approved budget for the project. 15. SELECTION OF BIDDER WITH WHOM TO CONTRACT. It is intention of the City to award the resulting contract(s) to the lowest responsive and responsible Bidder(s) who provided the majority of lowest cost items. Additional resulting contract(s) may be awarded to the next lowest responsive and responsible Bidder(s). 8 To be considered responsive, Bidder's response to a bid shall substantially conform in all material respects to the requirements and criteria set forth in this IFB. This includes such aspects as following bid instructions for proper submittal, completing all necessary forms included with this IFB, providing information required by this IFB, and complying with all terms, conditions, qualifications and specification requirements as enumerated in this IFB. Except where specifically authorized in this IFB,a bid that deprives the City of the assurance that the contract will be entered into in accordance with its terms will be considered non-responsive. To be considered responsible, Bidder shall have the capability in all respects to fully perform the requirements identified in this IFB. Bidder shall have the experience, capacity, facilities, equipment, credit, sufficient qualified personnel, and record of timely and acceptable past performance that will assure good faith performance for a city project or purchase. The term responsibility is not limited in its meaning to financial resources and ability. The City reserves the right to make the determination if Bidder is responsible by taking into consideration the Bidder's past performance on any contract involving similar work and/or services; the Bidder's skill and business judgment; the Bidder's experience and facilities for carrying out its responsibilities, timely completion and responding to complaints; and, any other relevant information which the City may obtain relating to the Bidder's experience, its proposed personnel's and subcontractor's ability to perform the solicited work and/or services. The City is not obligated to accept the lowest bid and is not responsible for bid preparation costs. The City reserves the right to reject any or all bids, to waive minor irregularities in any bids or in the bidding procedure, and to accept any bid presented which is deemed to be in the best interest of the City. 16. POSTING OF AWARD TABULATIONS. The selected Bidder(s)will be notified in writing with intent to award a contract. Recommended awards will be available for review by interested parties at the Financial Services office. 17. CONTRACT. The City and successful Bidder(s) will be contractually bound only if and when a written contract between the parties is executed by the City. In the event a contract is not executed with the selected Bidder, the City reserves the right to select the next lowest, responsive and responsible Bidder based on the bid tabulation and to contract with said Bidder. The terms and conditions of the resulting contract will be negotiated with successful Bidder, but will include, at a minimum, the terms laid out in Exhibit B, which are the provisions required to be included in contracts funded by federal grants, including FEMA Public Assistance. See 2 C.F.R. §200.326 and applicable FEMA guidance. The resulting non-exclusive contract(s) shall be for an initial term of 2 years with additional three (3) one (1) year renewal options unless earlier terminated in accordance with the terms of the resulting contract(s). It is intention of the City to award the contract to a Primary and Secondary contractor(or more) in order to achieve the best results for emergency services for the City. Rates shall remain firm for the first two years of the resulting contract subject to terms and conditions to be negotiated on requests for consideration of a price adjustment after that term. 18. PROCUREMENT CODE. The City's Procurement Code, sections 2-111 to 2-119 of the City's Code of Ordinances, shall govern this IFB. If there are any inconsistencies between this IFB and the Procurement Code, the Procurement Code shall take precedence. 20. COSTS. All costs incurred by any party in responding to this IFB are the sole responsibility of the Bidder including any costs, fees or expenses associated with a protest. 21. PROTEST PROCEDURE. Please see section 2-115 of the City's Procurement Code for the procedure. 22. CITY IS DOCUMENT GATEKEEPER. This IFB is issued directly by the City and the City shall be the sole distributor of all addenda and/or revisions to these documents. It is the responsibility of the Bidder to confirm the legitimacy of procurement opportunities or notices directly with the Financial Services Office. The City is not responsible for any solicitations advertised by subscriptions, publications, websites (other than the City's) or other sources not connected with the City and the Bidder should not rely on such sources for information regarding any solicitation made by the City of Lake Worth Beach. 23. PROPERTY OF THE CITY. All materials submitted in response to this IFB become the property of the City. The City has the right to use any or all ideas presented in any response to this IFB, whether amended or not, and selection or rejection of a proposal does not affect this right. No variances to this provision shall be accepted. 9 24. DISCLOSURE AND DISCLAIMER. The information contained herein is provided solely for the convenience of the Bidders. It is the responsibility of each Bidder to assure itself that information contained herein is accurate and complete. Neither the City, nor its advisors provide any assurances as to the accuracy of any information in this IFB. Any reliance on the contents of this IFB regarding the projector scope of thereof, or on any oral communications with City representatives or advisors, shall be at each Bidder's own risk. Bidders should rely exclusively on their own investigations, interpretations and analyses in connection with this matter. This IFB is being provided by the City without any warranty or representation, express or implied,as to its content, accuracy or completeness and no Bidder or other party shall have recourse to the City if any information herein contained shall be inaccurate or incomplete. No warranty or representation is made by the City that any bid or proposal conforming with these requirements will be selected for consideration, negotiation or approval. Any action taken by the City in response to bids submitted pursuant to this IFB or in making any award or failure or refusal to make any award pursuant to such bids or proposals, or in any cancellation of award, or in any withdrawal or cancellation of this IFB, either before or after issuance of an award, shall be without any liability or obligation on the part of the City, or their advisors. Any recipient of this IFB who responds hereto fully acknowledges all the provisions of this Discloser and Disclaimer and agrees to be bound by the terms hereof. Any bid submitted pursuant to this IFB is at the sole risk and responsibility of the party submitting such a bid. 25. COMPLIANCE. All bids received in accordance with this IFB shall be subject to applicable Florida Statutes governing public records including without limitation Chapter 119, Florida Statutes. 26. OFFICE OF THE INSPECTOR GENERAL. In accordance with Palm Beach County ordinance number 2011-009, this IFB and resulting contract may be subject to investigation and/or audit by the Palm Beach County Inspector General. The Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract and in furtherance thereof may demand and obtain records and testimony from the contractor and its subcontractors and lower tier subcontractors. Each Bidder understands and agrees that in additional to all other remedies and consequences provided by law, the failure of the awarded Bidder(s) or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of the resulting contract(s)justifying its termination. Bidder should review Palm Beach County ordinance number 2011-009 in order to be aware of its rights and/or obligations under such ordinance and as applicable. 27. WARRANTY TERMS. Successful Bidder shall fully warrant all materials against poor and inferior quality or workmanship and provide standard manufacturer's warranty as applicable for no less than one (1) year. 28. DEFAULT, TERMINATION, LITIGATION, DEBARMENT, ETC. Bidders should provide a summary of any of Bidder's defaults, terminations, litigation, suspensions, and/or debarments against or which named the Bidder in the past five (5)years which is related to the goods and/or services sought in this IFB or that Bidder otherwise provides in the regular course of business. Debarments and suspensions should be reported regardless of their relation to the scope of work under this IFB. The summary shall state the nature of the default,termination,litigation, debarment and a brief description of the outcome or projected outcome, and the monetary amount involved. If none, state as such. END OF SECTION 4 - INSTRUCTIONS TO BIDDERS 10 EXHIBIT "A" DETAILED SCOPE OF WORK The City of Lake Worth Beach is seeking bids from qualified and experienced contractors to provide repairs to the City's water distribution, wastewater collection and stormwater collection systems immediately after a hurricane, other disaster, or as needed by the City on an emergency basis. The objective of this IFB and subsequent contracting activity is to secure the services of an experienced contractor(s) who is capable of efficiently repairing aforementioned water systems in a timely and cost-effective manner. The awarded contractor(s) should be experienced and proficient in all phases of construction and repairs of water systems, including but not limited to: furnishing and installing various sizes of pipe for gravity sewer main and force main, water distribution lines and storm sewer mains; and concrete structures for the wastewater and storm water systems. Set up and monitoring of bypass pumping; dewatering systems; and restoration related to landscaping, asphalt and concrete work may also be required as needed. The awarded contractor(s) must be capable of assembling, directing, and managing a work force that can complete the repairs in the assigned number of days or less. This is an acknowledgement that FEMA financial assistance may be used to fund the resulting contract for emergency services. The awarded contractor(s) shall perform all work in compliance with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives in order to maximize recovery of reimbursable expenses. This shall include the provision of audit quality documentation as required by and acceptable to FEMA for all work accomplished. This includes compliance with any disaster management or monitoring services the City may have under contract. The awarded contractor(s) may be required, at the City's discretion, to be under the direction of an agent of the City. While intended to cover water, wastewater and stormwater repair needs in any major disaster scenario or other emergency, the primary focus is on the threat of hurricane damage to the City. The planning standards used for this project are based on the anticipated impacts of a named storm event or major flood impacting Palm Beach County, Florida. The City envisions the need for multiple contracts to carry out the water utility systems work throughout the City in the event of a major disaster or other emergency. The awarded contractor(s) must have the experience and capability to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial City payment and between subsequent payments, as well as the capacity to provide the necessary insurance. The awarded contractor(s) must also have an established management team, an established network of resources to provide the necessary equipment and personnel to complete comprehensive water utility system repairs and demonstrable experience in major disaster recovery projects. The resulting contract(s) to be awarded under this IFB will be activated via purchase order only in the face of an emergency or immediately after an emergency as needed. As such, no compensation will accrue to the contractor(s) unless and until a purchase order is issued either in anticipation of an emergency or immediately after such emergency. Each purchase order will contain a price ceiling (not- to-exceed amount) that the awarded contractor(s) exceeds at its own risk. The City does not guarantee an awarded contractor will be activated if awarded a contract. In addition to using City forces and equipment, the City intends to award two (but reserves the right to execute more or less than two) repair contracts under this IFB for the purpose of having contractors immediately available and committed to assisting the City prior to or in the aftermath of an emergency. Each contractor awarded a repair contract will serve as a General Contractor for the purpose of water utility systems repair operations, and will be able to use his/her own resources and subcontractor 11 resources to meet the obligations of the contract and specific purchase order. It is anticipated that the awarded contractors will use both local and non-local subcontractors. Notwithstanding, the contractors must take all necessary affirmative steps to assure that small and minority businesses, women's business enterprises and labor surplus area firms are solicited and used when possible. When a major disaster or emergency occurs or is imminent, the City intends to contact the highest ranked contractors awarded a repair contract under this IFB to advise them of the City's intent to utilize the contracts via purchase order. When a major disaster or emergency occurs or is imminent, the City will initially send out an alert to the awarded contractors. This alert will serve to activate the lines of communication between the awarded contractor representatives and the City. Specific purchase orders will be issued to select contractor(s) based on the best interest of the City. The City reserves the right to assign purchase orders to various contractor(s) based on awarded pricing submitted. The City does not guarantee a cradle to grave pricing arrangement but reserves the right to pick and choose awarded contractor(s) based on ranking. The general concept of water utility systems repairs shall include pipe break repair, pipe collapse repair, sections of pipe replacement, cleaning and lining of existing mains, among other tasks. The CITY will prescribe the specific schedule to be used after ascertaining the scope and nature of the anticipated or disaster's or emergency's impacts. The City reserves the right to utilize the awarded contractors for other repair work consistent with this Scope of Work even if the repair work is not an emergency. Said work will be awarded via Purchase Order in the City's sole discretion. Reporting The awarded contractor(s) shall submit a report to the City's Emergency Management Coordinator or designee by close of business each day of the term of an issued purchase order as requested or as required by FEMA or other grant funding. Each report shall contain, at a minimum, the following information: 1. Contractor's Name 2. Contract Number 3. Daily and cumulative hours for each piece of equipment, if appropriate 4. Daily and cumulative hours for personnel, by position, and tasks performed, if appropriate 5. Volumes of repairs handled Failure to provide audit quality information by 5:00 p.m. of the following day of operation will subject contractor to non-payment in each instance at the sole discretion of the City. Performance of Contractor It is the intent of the awarded contract(s) to ensure that the awarded contractor(s) provides a quality level of service. To this end, all complaints received by the Emergency Management Coordinator or designee, and reported to the contractor(s) shall be promptly resolved pursuant to the provisions of the awarded contract(s). The City's Emergency Management Coordinator or designee may levy administrative charges for the following infractions: 1. Inability to perform repairs due to awarded contractor(s) equipment or operational failures, liquidated damages of$500 per day, for each day repair site must remain attended. 12 2. Failure to provide audit quality information by 5:00 p.m. of the following day of operation, liquidated damages of$500 per day, for each day of failure to provide audit quality information. The awarded contractor(s) may be immediately terminated and may not paid for the following: 1. Starting repairs of any non-eligible, non-City approved areas. 2. Moving to another designated Work Area without prior City approval. 3. Failure to provide service in accordance to guidelines set forth by FEMA (or other grant provided) and the City. 4. Soliciting work from private citizens or others to be performed in the designated Service Area during the awarded contract term. The City reserves the right to delete or amend any of the services as listed and described herein in negotiations with the selected contractor(s) or in specific purchase orders. 13 (B1) BID PACKAGE COVER SHEET IFB # 20-106 Project Title: Emergency Utility Repairs for Water, Wastewater and Stormwater BidderName: ..................................................................................................................... Enclose the following documents: 1. Bid Package Cover Sheet (61) 2. Minimum Qualifications (62) 3. Bid (63) 4. Schedule of Unit Prices(134) 5. Substitution Sheet(65) - If none, mark"none'. 6. Schedule of Sub-contractors (66)- If none, mark"none". 7. Contractor Verification (67)- Check the license and insurance requirements to ensure that you will comply and attach copies of current licenses. 8. Reference List(138) (Must be submitted) 9. Affidavit Of Prime Bidder re Non-collusion (139) (Must be submitted) 10. Drug Free Certification (1310) (Must be submitted) 11. Campaign Contribution Statement(must be submitted) (611) 12. Scrutinized Companies Certification(812) (Must be submitted) 13. Addendums Acknowledgment(if any issued) 14. Certification for Contracts, Grants, Loans, and Cooperative Agreements(Must be submitted) THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID. Bids shall be e-mailed as an attachment in PDF format maximum size of 15MG to the secure e-mail address: bids(aD_lakeworth beachfl.gov Subject line shall list the IFB number,title, along with the date and hour bids are scheduled to be received. AVOID BID REJECTION: All bids must be submitted on the provided Bid forms with each form completed and signed where requested. Signatures must be signed by a person authorized to bind the Bidder. 14 (B2) IFB # 20-106 Bidder's Minimum Qualifications Each Bidder must provide three (3) similar projects or ongoing emergency repair contracts in the last five (5)years to satisfy the minimum qualifications requirements. Each Bidder shall have a minimum of five (5) years' experience in emergency repair work or underground utility infrastructure projects including, but not limited to, pressure pipe install and repair from 2"-42", gravity storm and sanitary sewer pipe install from 8"-72" and concrete structure installation and repairs for water utility systems. The reference person must be someone who has personal knowledge of the Bidder's and its subcontractor's(if any) performance. The reference person must have been informed that they are being used as a reference so that the City may check references. "Please also attach to this form a copy of the required license(s) to establish your minimum qualifications. Bidder's Name: PROJECT (FIRST PROJECT) Name of Project: Project Location: Description of Project: Describe the project elements(type of project,road lanes, number of employees used on project, time frame for completion, etc.) completed by the Contractor, Sub-Contractors, and/or Suppliers: Description of any Change Orders: 15 Contract Amount.- Project Start Date: Project End Date: Owner/Contact Name&Title: Phone Number: Fax Number: Email Address: PROJECT (SECOND PROJECT) Name of Project: Project Location: Description of Project: Describe the project construction elements (type of project, road lanes, number of employees used on project, time frame for completion, etc) completed by the Contractor, Sub-Contractors, and/or Suppliers: Description of any Change Orders: Contract Amount: Project Start Date: 16 Project End Date: Owner/Contact Name: Title: Phone Number: Fax Number: Email Address: PROJECT (THIRD PROJECT) Name of Project: Project Location: Description of Project.- Describe the project construction elements (type of project, road lanes, number of employees used on project, time frame for completion, etc) completed by the Contractor, Sub-Contractors, and/or Suppliers: Description of any Change Orders: Contract Amount: Project Start Date: Project End Date: Owner/Contact Name &Title: 17 Phone Number: Fax Number: Email Address: Note: Bidders may use additional sheets with the same format to list other projects as proof of prior experience(for no more than five projects in total). 18 (W) BID IFB # 20 -106 Emergency Utility Repairs for Water, Wastewater and Stormwater Bid of: (Bidder Name) Total Bid Amount: $ (total cumulative of all listed prices submitted in Schedule of Unit Prices) (Write Dollar Figure Here) Bidder agrees to furnish, unless otherwise provided, all implements, machinery, equipment, transportation, tools, materials, supplies, labor and other things necessary for the performance and completion of the work for the amount indicated in the Schedule of Unit Prices. The undersigned Bidder hereby declares that: 1. This bid is made in good faith, without collusion or fraud and is fair and competitive in all respects. 2. Bidder has carefully and to his/her full satisfaction examined the IFB, the attached Scope of Work/and all required forms, attached documents and requirements and Bidder has read all addenda issued. 3. Bidder has made a full examination of the site and is familiar with the site conditions that may impact its performance(if applicable). 4. Upon receipt of a Notice of Intent to Award the contract the Bidder shall: 1) commence obtaining a Performance and Payment Bond (if applicable), and Certificate(s) of Insurance and 2) commence obtaining a Certificate of Registration or Business License for engaging in business from the City, as such documents are required to commence the work. 5. Bidder understands that the contract time starts on the date of Notice to Proceed or issuance of the Purchase Order. 6. Bidder furthermore agrees that, in case of failure on his/her part to execute a Contract and provide all required documents within ten (10) calendar days of receipt of the Contract for execution, the offer to contract may be withdrawn and the check, bond, or other security accompanying his bid and the money payable thereon, shall become the property of the City, by forfeit as agreed liquidated damages. 7. The Bidder states that this bid is the only bid for this project in which Bidder is interested; and Bidder shall not be a sub-contractor or sub-subcontractor on this project. 9. Liquidated damages for delay are agreed to be as indicated in the IFB and Scope of Work. 10. Bidder shall be responsible for all permitting fees and utility service connection fees unless otherwise specifically provided in this IFB or in the resulting Contract. 11. All debris is to be legally disposed of at a licensed disposal site in accordance with city, state, and federal standards. 12. The City reserves the right to select and include one or more alternates in the Project and work. 13. The following officer, director or agent of the Bidder is also an employee of the City of Lake Worth Beach. Name Address 19 14. The following employee(s) of the City of Lake Worth Beach, either directly or indirectly owns, an interest of 10% or more of Bidder or its affiliates or subsidiaries: Name Address 15. Bidder and all affiliates, suppliers, subcontractor or consultants who will perform the Work have not been placed on the Public Entity Crimes convicted vendor list maintained by the State of Florida within the 36 months immediately preceding the date of this Bid. 16. Bidder acknowledges that ADDENDA NO(S). have been RECEIVED and has included their provisions in their Bid. 17. By signing and submitting this Bid, Bidder represents that all Bid Forms are fully complete and accurate. 18. Bidder acknowledges that the Bid may be rejected if all Bid Forms are not fully complete, not accurate or if forms are not signed by properly authorized signatures where required. Name of Firm: HQ Address: ST Zip Phone: Email: FEIN: State of Incorporation: Print Name: Title: SIGNATURE: Date: Sales Office: ST Zip Sales Contact Name: Title: Phone: Email: Failure to fully complete and sign this Bid Form may result in resection of the Bid 20 (B4) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater SCHEDULE OF UNIT PRICES In order to evaluate the bid submissions, each Bidder must identify the unit prices for the work set forth in the Scope of Work. In the event additional work is added to the contract by Change Order, the following unit prices will be utilized (as applicable). The bid will be awarded to the responsive and responsible bidder who provided majority of the lowest cost items. Name of Bidder: Address: ST Zip Phone: ( ) Email: Print Name: Title: SIGNATURE: Date: 21 IFEI#20-106 SCHEDULE OF UNIT PRICES A B C D I F G I{ 1 Emergency Repairs 2 REM I DESCRIPTION OF BID REM UNIT IPRICE 3 GENERAL CONDITIONS 4 5 GC-1 Emergency Mobilization/Demobilization Costs for Rear Easement repairs LS 6 GC-2 Emergency Mobilization/Demobilization Costs for Utility Right of Way repairs LS 7 GC-3 NON-Emergency Mobilization/Demobilization Costs for Rear Easement repairs LS 8 GC-4 NON-Emergency Mobilization/Demobilization Costs for Utility Right of Way repairs LS 9 GCS Record Drawing(less than 40 LF of Utility Work) LS 10 GC-6 Record Drawing(more than 40 LF of Utility Wortk) LS 11 GC-7 lConstruction Survey LS 12 GC-8 M.O.T.Residential Street EA 13 GC-9 I M.O.T.City Arterial Roadway EA 14 GC-10 I M.O.T.DOT Roadway EA 15 GC-11 Bacteriological Testing and Clearance of Water Mains(actual cost reimbursement by City) ALLOWANCE 16 GC-12 Density Tests(actual cost reimbursement by City) — ]7 GC-13 Proctor Tests(actual cost reimbursement by City) 18 GC-14 Florida Bearing Value Tests(actual cost reimbursement by City) — 19 GC-15 LBR Test(Load Bearing Ratio)(actual cost reimbursement by City) — 2Q GG-16 Concrete 12"x 6"Cylinder Test(actual cost reimbursement by City) — 21 GC-17 Applicable Permits(actual cost reimbursement by City) — 22 23 WASTEWATER 24 WASTEWATER FORCEMAIN-includes all fittings,appurtenances,restraints and restoration for a complete installation 25 F-1 IFumish&Install 4-Inch C-900 DR-18 PVC Sewer Main LF 26 F-2 jFumish&Install 4-Inch Class 350 DIP Sewer Main LF 27 F-3 Fumish&Install 6-Inch C-900 DR-18 PVC Sewer Main LF 28 F4 Fumish&Install 6-Inch Class 350 DIP Sewer Main LF 29 F-5 Fumish&Install 8-Inch C-900 DR-18 PVC Sewer Main LF 30 F-6 Fumish&Install 8-Inch Class 350 DIP Sewer Main LF 31 F-7 Fumish&Install 10-Inch C-900 DR-18 PVC Sewer Main LF 32 F-8 Fumish&Install 10-Inch Class 350 DIP Sewer Main LF 33 F-9 jFumish&Install 12-Inch C-900 DR-18 PVC Sewer Main LF 34 F-10 I Fumish&Install 12-Inch Gass 350 DIP Sewer Main LF 35 F-11 IFumish&Install 16-Inch C-905 DR-18 PVC Sewer Main LF 36 F-12 Fumish&Install 16-Inch Class 350 DIP Sewer Main LF 37 F-13 Fumish&Install 18-Inch C-905 DR-18 PVC Sewer Main LF 38 F-14 Fumish&Install 18-Inch Class 350 DIP Sewer Main LF 39 F-15 Fumish&Install 20-Inch C-905 DR-18 PVC Sewer Main LF 40 F-16 Fumish&Install 20-Inch Gass 350 DIP Sewer Main LF 41 F-17 Fumish&Install 24-Inch C-905 DR-18 PVC Sewer Main LF 42 F-18 Fumish&Install 24-Inch Gass 350 DIP Sewer Main LF 43 F-19 Fumish&Install 30-Inch C-905 DR-21 PVC Sewer Main LF 44 F-20 Fumish&Install 304nch Gass 350 DIP Sewer Main LF 45 F-21 Fumish&Install 36-Inch C-905 DR-21 PVC Sewer Main LF 46 F-22 Fumish&Install 36-Inch Class 350 DIP Sewer Main LF 47 F-23 Fumish&Install 42-Inch Gass 350 DIP Sewer Main LF 48 GRAVITY SANITARY SEWER-includes all fittings,appurtenances,dewatering and restoration for a complete installation 49 F-24 Fumish&Install B-Inch SDR-26 PVC Sewer Main 4'-8'Deep jLF 50 F-25 Fumish&Install 8-Inch SOR-26 PVC Sewer Main 8'-12'Dee 51 F-26 Fumish&Install 8-Inch DR-18 PVC Sewer Main 12'+Dee 52 F-27 Fumish&Install 8-Inch Class 350 DIP Sewer Main 4'-8'Dee 53 F-28 Fumish&Install 8-Inch Class 350 DIP Sewer Main 8'-12'Dee 54 F-29 Fumish&Install 10-Inch SDR-26 PVC Sewer Main 4'-8'Dce 55 F-30 Fumish&Install 10-Inch SDR-26 PVC Sewer Main 8'-12'Deep LF 56 F-31 Fumish&Install 10-Inch DR-18 PVC Sewer Main 12'+Deep LF 57 F-32 Fumish&Install ID-Inch Gass 350 DIP Sewer Main 4'-8'Deep LF 58 F-33 Fumish&Install 10-Inch Gass 350 DIP Sewer Main 8'-12'Deep LF 59 F-34 Fumish&Install 12-Inch SDR-26 PVC Sewer Main 4'-8'Deep LF 60 F-35 Fumish&Install 12-Inch SDR-26 PVC Sewer Main 8'-12'Deep LF 61 F-36 Fumish&Install 12-Inch DR-18 PVC Sewer Main 12'+Deep LF 62 F-37 Fumish&Install 12-Inch Gass 350 DIP Sewer Main 4'-8'Deep LF 63 F-38 Fumish&Install 12-Inch Gass 350 DIP Sewer Main 8'-12'Deep LF 64 F-39 Fumish&Install 15-Inch SDR-26 PVC Sewer Main 4'-8'Deep LF 65 F40 Fumish&Install 15-Inch SDR-26 PVC Sewer Main 8'-12'Deep LF 66 F-41 Fumish&Install 15-Inch DR-18 PVC Sewer Main 12'+Deep LF 67 F42 Fumish&Install 15-Inch Gass 250 DIP Sewer Main 4'-8'Deep LF 68 F-43 Fumish&Install 15-Inch Gass 250 DIP Sewer Main 8'-12'Deep LF 69 F-44 Fumish&Install 18-Inch PS 115 PVC Sewer Main 4'-8'Dce LF 70 F45 lFurnish&Install 18-Inch PS 115 PVC Sewer Main 8'-12'Deep LF 71 F46 I Fumish&Install 18-Inch DR-18 PVC Sewer Main 12'+Deep I LF IFB#20-106 SCHEDULE OF UNIT PRICES A B C D F G H I 72 F-47 Fumish&Install 18-Inch Class 250 DIP Sewer Main 4'-8'Deep LF 73 F-48 Fumish&Install 18-Inch Class 250 DIP Sewer Main 8'-12'Deep LF 74 F-49 Fumish&Install 21-Inch PS 115 PVC Sewer Main 4'-8'Deep LF 75 F-50 Fumish&Install 21-Inch PS 115 PVC Sewer Main 8'-12'Deep LF 76 F-51 Fumish&Install 21-Inch DR-18 PVC Sewer Main 12'+Deep LF 77 1 F-52 Fumish&Install 20-Inch Class 250 DIP Sewer Main 4'-8'Dee LF 78 F-53 Fumish&Install 20-Inch Class 250 DIP Sewer Main 8'-12'Dee LF 79 F-54 Fumish&Install 24-Inch PS 115 PVC Sewer Main 4'-8'Dee LF 80 F-55 Fumish&Install 24-Inch PS 115 PVC Sewer Main 8'-12'Dee LF 81 F-56 Fumish&Install 24-Inch DR-18 PVC Sewer Main 12'+Deep LF 82 F-57 Fumish&Install 24-Inch Class 250 DIP Sewer Main 4'-8'Dee LF 83 F-58 Fumish&Install 24-Inch Class 250 DIP Sewer Main 8'-12'Dee LF 84 F-59 Fumish&Install 30-Inch PS 115 PVC Sewer Main 4'-8'Dee LF 85 F-60 Fumish&Install 30-Inch PS 115 PVC Sewer Main 8'-12'Deep LF 86 F-61 Fumish&Install 30-Inch DR-18 PVC Sewer Main 12'+Deep LF 87 F-62 Fumish&Install 30-Inch Class 250 DIP Sewer Main 4'-8'Dee LF 88 F-63 Fumish&Install 30-Inch Class 250 DIP Sewer Main 8'-12'Deep LF 89 F-64 Fumish&Install 36-Inch PS 115 PVC Sewer Main 4'-8'Dee LF 90 F-65 Fumish&Install 36-Inch PS 115 PVC Sewer Main 8'-12'Dee LF 91 F-66 Fumish&Install 36-Inch DR-21 PVC Sewer Main 12'+Deep LF 92 F-67 I Fumish&Install 36-Inch Class 250 DIP Sewer Main 4'-8'Dee LF 93 F-68 Fumish&Install 36-Inch Class 250 DIP Sewer Main 8'-12'Deep LF 94 Sanitary Sewer Lateral Clean-Out including cut-in wye and all appurtenances for complete installation 95 F-69 Sanitary Sewer 6"Lateral&Clean-out(single) <T depth to main EA 96 F-70 Sanitary Sewer 6"Lateral&Clean-out(double) <T depth to main EA 97 F-71 Sanitary Sewer 6"Lateral&Clean-out(single) >T depth to main EA 98 F-72 Sanitary Sewer 6"Lateral&Clean-out(double) >T depth to main EA 99 F-73 Sanitary Sewer 8"Lateral&Clean-out(single) EA 100 F-74 Sanitary Sewer 8"Lateral&Clean-out(double) EA 101 Fumish&Install Gate Valve&Valve Box 102 F-75 4"Gate Valve&Valve Box EA 103 F-76 6"Gate Valve&Valve Box EA 104 F-77 6"Plug Valve&Valve box EA 105 F-78 8"Plug Valve&Valve box EA 106 F-79 10"Plug Valve&Valve box EA 107 F-80 12"Plug Valve&Valve box EA 108 F-81 16"Plug Valve&Valve box EA 109 F-82 20"Plug Valve&Valve box EA 110 Furnish&Install Tapping Sleeve with Valve&Valve Box 111 F-83 4"x 4"Tapping Sleeve wNalve&Valve Box EA 112 F-84 6"x 4"Tapping Sleeve wNalve&Valve Box EA 113 F-85 6"x 6"Tapping Sleeve wNalve&Valve Box EA 114 F-86 8"x 4"Tapping Sleeve wNalve&Valve Box EA 115 F-87 18N 6"Tapping Sleeve wNalve&Valve Box EA 116 F-88 8"x 8"Tapping Sleeve wNalve&Valve Box EA 117 F-89 10"x 4"Tapping Sleeve wNalve&Valve Box EA 118 F-90 10"x 6"Tapping Sleeve wNalve&Valve Box EA 119 F-91 10"x 8"Tapping Sleeve wNalve&Valve Box EA 120 F-92 10"x 10"Tapping Sleeve wNalve&Valve Box EA 121 F-93 12"x 4"Tapping Sleeve wNalve&Valve Box EA 122 F-94 12"x 6"Tapping Sleeve wNalve&Valve Box EA 123 F-95 12"x 8"Tapping Sleeve wNalve&Valve Box EA 124 F-96 12"x 10"Tapping Sleeve wNalve&Valve Box EA 125 F-97 12"x 12"Tapping Sleeve wNalve&Valve Box EA 126 F-98 16"x 6"Tapping Sleeve wNalve&Valve Box EA 127 F-99 16"x 8"Tapping Sleeve wNalve&Valve Box EA 128 F-100 16"x 10"Tapping Sleeve wNalve&Valve Box EA 129 F-101 16"x 12"Tapping Sleeve wNalve&Valve Box EA 130 F-102 16"x 16"Tapping Sleeve wNalve&Valve Box EA 131 F-103 18"x 6"Tapping Sleeve wNalve&Valve Box EA 132 F-104 18"x 8"Tapping Sleeve wNalve&Valve Box EA 133 F-105 18"x 10"Tapping Sleeve wNalve&Valve Box EA 134 F-106 18"x 12"Tapping Sleeve wNalve&Valve Box EA 135 F-107 18"x 16"Tapping Sleeve wNalve&Valve Box EA 136 F-108 18"x 18"Tapping Sleeve wNalve&Valve Box EA 137 F-109 20"x 6"Tapping Sleeve wNalve&Valve Box EA 138 F-110 20"x 8"Tapping Sleeve wNalve&Valve Box EA 139 F-111 20"x 10"Tapping Sleeve wNalve&Valve Box EA 140 F-112 20"x 12"Tapping Sleeve wNalve&Valve Box EA 141 F-113 20"x 16"Tapping Sleeve wNalve&Valve Box EA 142 F-114 20"x 20"Tapping Sleeve wNalve&Valve Box EA Ill 20-106 SCHEDULE OF UNIT PRICES A B C D F G H I 143 F-115 36"x 18"Tapping Sleeve wNalve&Valve Box EA 144 F-116 36"x 24"Tapping Sleeve wNalve&Valve Box EA 145 F-117 36"x 30"Tapping Sleeve wNalve&Valve Box EA 146 F-118 Wastewater Force Main 2"Air Release Valve w/Mmhole EA l47 F-119 Wastewater Force Main 2"or 3"AirNacuum Valve EA 148 F-120 Wastewater Force Main 2"xl",2"x2",2"x3"Combination Air Valve w/Manhole EA 1491 1 Furnish&Install Line Stop inclusive of all appurtenances for a complete installation 150 F-121 4"Insertion Line Stop EA 151 F-122 6"Insertion Line Stop EA 152 F-123 8"Insertion Line Stop EA 153 F-124 10"Insertion Line Stop EA 154 F-125 12"Insertion Line Stop EA 155 F-126 16"Insertion Line Stop EA 156 F-127 18"Insertion Line Stop EA 157 F-128 20"Insertion Line Stop EA 158 F-129 24"Insertion Line Stop EA 159 F-130 30"Insertion Line Stop EA 160 F-131 36"Insertion Line Stop EA 161 Furnish&Install new Standard Precast Concrete 48"diameter Manhole Structure to include Bench work and Ring and Cover including City approved coatings(inside 162 F-132 0'-4'FT Deep EA 163 F-133 4'-6'FT Deep EA 164 F-134 6'-8'FT Deep EA 165 F-135 8'-10'FT Deep EA 166 F-136 10'-12'FT Deep EA 167 F-137 12'-14'FT Deep EA r F-138 14'-16'FT Deep EA F-139 16'-20'FT Deep EA MISCELLANEOUS F-140 Core drill exist manhole(Any size) EA F-141 SANITARY CREW A-Includes a foreman,3 experienced workers,layout,excavating,installing and backflling equipment HR necessary for concrete,PVC,HDPE or metal pipe laying or repair up to 36"diameter.Material costs shall be included with invoice with maximum 15%markup. 173 174 WATERMAIN- 175 "Prices Quoted in the Water Main Section are Interchangeable with Raw Water Lines as needed 176 WATERMAIN-includes all fittings,appurtenances,restraints and restoration for a complete installation. Includes testing:density,pressure and 177 W-1 Furnish&Install 4-Inch C-900 DR-18 PVC Water Main LF 178 W-2 Furnish&Install 4-Inch Class 350 DIP Water Main LF 179 W-3 Furnish&Install 6-Inch C-900 DR-18 PVC Water Main LF 180 W-4 Furnish&Install 6-Inch Class 350 DIP Water Main LF 181 W-5 Furnish&Install 8-Inch C-900 DR-18 PVC Water Main LF 182 W-6 Furnish&Install 8-Inch Class 350 DIP Water Main LF 183 W-7 Furnish&Install 10-Inch C-900 DR-18 PVC Water Main LF 184 W-8 Furnish&Install 10-Inch Class 350 DIP Water Main LF 185 W-9 Furnish&Install 12-Inch C-900 DR-18 PVC Water Main LF 186 W-10 Furnish&Install 12-Inch Class 350 DIP Water Main LF 187 W-11 Furnish&Install 16-Inch C-905 DR-18 PVC Water Main LF ]gg W-12 Furnish&Install 16-Inch Class 250 DIP Water Main LF 189 W-13 Furnish&Install 18-Inch C-905 DR-18 PVC Water Main LF 190 W-14 Furnish&Install 18-Inch Class 250 DIP Water Main LF 191 W-15 Furnish&Install 20-Inch C-905 DR-18 PVC Water Main LF 192 W-16 Furnish&Install 20-Inch Class 250 DIP Water Main LF 193 W-17 Furnish&Install 24-Inch C-905 DR-18 PVC Water Main LF 194 W-18 Furnish&Install 24-Inch Class 200 DIP Water Main LF 195 W-19 Furnish&Install 30-Inch C-905 DR-21 PVC Water Main LF 196 W-20 Furnish&Install 30-Inch Class 200 DIP Water Main LF 197 W-21 Furnish&Install 36-Inch C-905 DR-21 PVC Water Main LF 198 W-22 Furnish&Install 36-Inch Class 200 DIP Water Main LF 199 Furnish&Install Gate Valve&Valve Box 200 W-23 4"Gate Valve&Valve Box EA 201 W-24 6"Gate Valve&Valve Box EA 202 W-25 8"Gate Valve&Valve Box EA 203 W-26 10"Gate Valve&Valve Box EA 204 W-27 12"Gate Valve&Valve Box EA 205 W-28 16"Gate Valve&Valve Box EA 206 Furnish&Install Butterfly Valve&Valve Box 207 W-29 14"Butterfly Valve&Valve Box EA 208 W-30 16"Butterfly Valve&Valve Box EA 209 W-31 18"Butterfly Valve&Valve Box EA 210 W-32 20"Butterfly Valve&Valve Box EA 2111 W-33 24"Butterfly Valve&Valve Box EA IFB#20-106 SCHEDULE OF UNIT PRICES A B C D P G II 212 W-34 30"Butterfly Valve&Valve Box EA 213 W-35 36"Butterfly Valve&Valve Box EA 214 Furnish&Install Tapping Sleeve with Valve&Valve Box 215 W-36 4"x 4"Tapping Sleeve wNalve&Valve Box EA 216 W-37 6"x 4"Tapping Sleeve wNalve&Valve Box EA 217 W-38 6"x 6"Tapping Sleeve wNalve&Valve Box EA 218 W-39 8"x 4"Tapping Sleeve wNalve&Valve Box EA 219 W-40 8"x 6"Tapping Sleeve wNalve&Valve Box EA 220 W-41 8"x 8"Tapping Sleeve wNalve&Valve Box EA 221 W-42 10'x 4"Tapping Sleeve wNalve&Valve Box EA 222 W-43 10"x 6"Tapping Sleeve wNalve&Valve Box EA 223 W-44 10"x 8"Tapping Sleeve wNalve&Valve Box EA 224 W-45 10"x 10'Tapping Sleeve wNalve&Valve Box EA 225 W-46 12"x 4"Tapping Sleeve wNalve&Valve Box EA 226 W-47 12"x 6"Tapping Sleeve wNalve&Valve Box EA 227 W-48 12"x 8"Tapping Sleeve wNalve&Valve Box EA 228 W-49 12"x 10"Tapping Sleeve wNalve&Valve Box EA 229 W-50 12"x 12"Tapping Sleeve wNalve&Valve Box EA 230 W-51 16"x 6'Tapping Sleeve wNalve&Valve Box EA 231 W-52 16-x 8-Tapping Sleeve wNalve&Valve Box EA 232 W-53 16'x 10"Tapping Sleeve wNalve&Valve Box EA 233 W-54 16"x 12"Tapping Sleeve wNalve&Valve Box EA 234 W-55 16"x 16"Tapping Sleeve wNalve&Valve Box EA 235 W-56 18"x 6"Tapping Sleeve wNalve&Valve Box EA 236 W-57 18"x 8"Tapping Sleeve wNalve&Valve Box EA 237 W-58 18'x 10"Tapping Sleeve wNalve&Valve Box EA 238 W-59 18"x 12"Tapping Sleeve w/Valve&Valve Box EA 239 W-60 18-x 16-Tapping Sleeve wNalve&Valve Box EA 240 W-61 18"x 18'Tapping Sleeve wNalve&Valve Box EA 241 W-62 20"x 6"Tapping Sleeve wNalve&Valve Box FA 242 W-63 20"x 8"Tapping Sleeve wNalve&Valve Box EA 243 W-64 20"x 10"Tapping Sleeve wNalve&Valve Box EA 244 W-65 20"x 12'Tapping Sleeve wNalve&Valve Box EA 245 W-66 20-x 16"Tapping Sleeve wNalve&Valve Box EA 246 W-67 20"x 20'Tapping Sleeve wNalve&Valve Box EA 247 W-68 24"x 6"Tapping Sleeve wNalve&Valve Box EA 248 W-69 24"x 8-Tapping Sleeve wNalve&Valve Box FA 249 W-70 24"x 10"Tapping Sleeve wNalve&Valve Box EA 250 W-71 24"x 12"Tapping Sleeve wNalve&Valve Box EA 251 W-72 24"x 16"Tapping Sleeve wNalve&Valve Box EA 252 W-73 24"x 20"Tapping Sleeve wNalve&Valve Box FA 253 W-74 30-x 6-Tapping Sleeve wNalve&Valve Box EA 254 W-75 30"x 8"Tapping Sleeve wNalve&Valve Box EA 255 W-76 30"x 10"Tapping Sleeve wNalve&Valve Box FA 256 W-77 30"x 12"Tapping Sleeve wNalve&Valve Box EA 257 W-76 30"x 16"Tapping Sleeve wNalve&Valve Box FA 258 W-79 30-x 20'Tapping Sleeve w/Valve&Valve Box EA 259 W-80 36"x 6"Tapping Sleeve wNalve&Valve Box EA 260 W-81 36"x 8"Tapping Sleeve wNalve&Valve Box EA 261 W-82 36"x 10"Tapping Sleeve wNalve&Valve Box EA 262 W-83 36"x 12"Tapping Sleeve wNalve&Valve Box EA 263 W-84 36"x 16"Tapping Sleeve wNalve&Valve Box EA 264 W-85 W x 20"Tapping Sleeve wNalve&Valve Box EA 265 W-86 36"x 24"Tapping Sleeve w/Valve&Valve Box EA 266 W-87 36"x 30'Tapping Sleeve wNalve&Valve Box EA 267 Furnish&Install Line Stop includes all appurtenances for a complete installation 268 W-88 4"Insertion Line Stop EA 269 W-89 6"Insertion Late Stop EA 270 W-90 8"Insertion Line Stop EA 271 W-91 10"Insertion Line Stop EA 272 W-92 12"Insertion Line Stop EA 273 W-93 16"Insertion Line Stop EA 274 W-94 18"Insertion Line Stop EA 275 W-95 20"Insertion Line Stop EA 276 W-96 36"Insertion Line Stop EA 277 Fire Hydrants,Sample Points,ARVs 278 W-97 Fire Hydrant Assembly w/6"Gate Valve,restraints,etc. EA 279 W-98 I Remove&Replace Fire Hydrant Assembly EA 280 W-99 113ollardsfor Fire Hydrant LS 281 W-100 Sample Points w/double strap saddle&corp stop EA 2g2 W-101 Sample Points on Fire Hydrants EA IFB#20-106 SCHEDULE OF UNIT PRICES A B C D F G H I 283 W-102 2"Blowoff piping with box EA 284 W-103 Water Main I"Combination Air Release Valve w/Manhole(pipes 4"-16") EA 285 W-104 Water Main 2"Combination Air Release Valve w/Manhole(pipes larger than 16") EA 286 Water Services 287 W-105 Short Single service(1-2"Poly)(up to 10'long)includes meter box and all appurtenances except meter EA 28$ W-106 Short Double Service(1-2"Poly)(up to 10'long)includes meter box and all appurtenances except meter EA 289 W-107 IShort Service for Meter Bank(2"Poly)(up to 10'long)(includes up to 3 services) EA 290 W-108 jAdditional services on short service meter bank EA 291 W-109 Long Single Service(1-2"poly w/3"casings)(up to 50'Long) EA 292 W-110 Long Double Service(1-2"poly w/3"casings)(up to 50'Long) EA 293 W-111 Long Service for Meter Bank(2"Poly)(up to 50'long)(includes up to 3 services) EA 294 W-112 Additional services on long service meter bank EA 295 Abandonment 296 W-113 Cut existing watermain and connect proposed watermain EA 297 W-114 Cut and plug existing watermain to be abandoned EA 298 W-115 Abandon&grout fill existing 4-6"watermain L F 299 W-116 Remove&dispose existing watermain LF 300 W-117 Remove&Dispose AC Water Main(actual cost reimbursement by City) -- 301 Miscellaneous W-118 WATER CREW A-Includes a foreman,3 experienced workers,layout,excavating,installing and backfilling equipment HR necessary for PVC,HDPE or metal pipe laying or repair up to 36"diameter.Material costs shall be included with invoice 302 with maximum 15%markup. 303 304 STORM WATER 305 GRAVITY STORM SEWER-includes all fittings,appurtenances,dewatering and restoration for a com lete installation 306 S-1 Fumish&Install 12-Inch PVC Sewer Main 0'-6'Deep LF 307 S-2 Fumish&Install 12-Inch PVC Sewer Main 6'-8'Deep LF 308 S-3 Fumish&Install 12-Inch RCP Sewer Main 0'-6'Deep LF 309 S4 Fumish&Install 12-Inch RCP Sewer Main 6'-8'Deep LF 310 S-5 Fumish&Install 12-Inch HDPE Sewer Main 0'-6'Deep LF 311 S-6 Fumish&Install 12-Inch HDPE Sewer Main 6'-8'Deep LF 312 S-7 Fumish&Install 15-Inch RCP Sewer Main 0'-6'Deep LF 313 S-8 Fumish&Install 15-Inch RCP Sewer Main 6'-8'Deep LF 314 S-9 Fumish&Install 18-Inch PVC Sewer Main 0'-6'Deep LF 315 S-10 Fumish&Install 18-Inch PVC Sewer Main 6'-S'Deep LF 316 S-11 Fumish&Install 18-Inch RCP Sewer Main 0'-6'Deep LF 317 S-12 Fumish&Install 18-Inch RCP Sewer Main 6'-8'Deep LF 318 S-13 Fumish&Install 18-Inch HDPE Sewer Main 0'-6'Dee LF 319 S-14 Fumish&Install 18-Inch HDPE Sewer Main 6'-8'Deep LF 320 S-15 Fumish&Install 24-Inch PVC Sewer Main 0'-6'Deep LF 321 S-16 Fumish&Install 24-Inch PVC Sewer Main 6'-8'Deep LF 322 S-17 Fumish&Install 24-Inch RCP Sewer Main 0'-6'Deep LF 323 S-18 Fumish&Install 24-Inch RCP Sewer Main 6'-8'Deep LF 324 S-19 Fumish&Install 24-Inch HDPE Sewer Main 0'-6'Deep LF 325 S-20 Fumish&Install 24-Inch HDPE Sewer Main 6'-8'Deep LF 326 S-21 Fumish&Install 30-Inch PVC Sewer Main 0'-6'Dee LF 327 S-22 jFumish&Install 30-Inch PVC Sewer Main 6'-8'Deep LF 328 S-23 Fumish&Install 30-Inch RCP Sewer Main 0'-6'Deep LF 329 S-24 Fumish&Install 30-Inch RCP Sewer Main 6'-8'Deep LF 330 S-25 Fumish&Install 30-Inch RCP Sewer Main 8'-10'Deep LF 331 S-26 Fumish&Install 36-Inch PVC Sewer Main 0'-6'Deep LF 332 S-27 Fumish&Install 36-Inch PVC Sewer Main 6'-8'Deep LF 333 S-28 Fumish&Install 36-Inch RCP Sewer Main 0'-6'Deep LF 334 S-29 Fumish&Install 36-Inch RCP Sewer Main 6'-8'Deep LF 335 S-30 Fumish&Install 36-Inch RCP Sewer Main 8'-10'Deep LF 336 S-31 Fumish&Install 42-Inch PVC Sewer Main 0'-6'Deep LF 337 S-32 Fumish&Install 42-Inch PVC Sewer Main 6'-8'Deep LF 338 S-33 Fumish&Install 42-Inch RCP Sewer Main 0'-6'Deep LF 339 S-34 Fumish&Install 42-Inch RCP Sewer Main 6'-8'Deep LF 340 S-35 Fumish&Install 42-Inch RCP Sewer Main 8'-10'Deep LF 341 S-36 Fumish&Install 48-Inch RCP Sewer Main 0'-6'Deep LF 342 S-37 Fumish&Install 48-Inch RCP Sewer Main 6'-8'Deep LF 343 S-38 Fumish&Install 48-Inch RCP Sewer Main 8'-10'Deep LF 344 S-39 Fumish&Install 48-Inch RCP Sewer Main 10'-12'Deep LF 345 S-40 Fumish&Install 54-Inch RCP Sewer Main 0'-6'Deep LF 346 S-41 Fumish&Install 54-Inch RCP Sewer Main 6'-8'Deep LF 347 S42 Fumish&Install 54-Inch RCP Sewer Main 8'-10'Deep LF 348 S-43 Fumish&Install 54-Inch RCP Sewer Main 10'-15'Deep LF 349 S-44 Fumish&Install 60-Inch RCP Sewer Main 0'-6'Deep LF 350 S-45 Fumish&Install 60-Inch RCP Sewer Main 6'-8'1 ee LF 351 S-46 Fumish&Install 60-Inch RCP Sewer Main 8'-10'Deep LF 552 S-47 Fumish&Install 60-Inch RCP Sewer Main 10'-15'Dee LF IFB#20-106 SCHEDULE OF UNIT PRICES A B C I) I F G H 353 S-48 Fumish&Install 66-Inch RCP Sewer Main 0'-6'Deep LF 354 S-49 Fumish&Install 66-Inch RCP Sewer Main 6'-8'Deep LF 355 S-50 Fumish&Install 66-Inch RCP Sewer Main 8'-10'Deep LF 356 S-51 Fumish&Install 66-Inch RCP Sewer Main 10'-15'Deep LF 357 S-52 Fumish&Install 72-Inch RCP Sewer Main 0'-6'Deep LF 358 S-53 Fumish&Install 72-Inch RCP Sewer Main 6'-8'Dce LF 359 S-54 Fumish&Install 72-Inch RCP Sewer Main 8'-10'Deep I LF 360 S-55 Fumish&Install 72-Inch RCP Sewer Main 1101-15'Deep I LF 361 Furnish&Install new Standard Precast Concrete 48"diameter Manhole Structure to include Bench and Ring and Cover including City approved coatings(inside and 362 S-56 0'-4'FT Deep EA 363 S-57 4'-6'FT Deep EA 364 S-58 6'-8'FT Deep EA 365 S-59 8'-10'FT Deep EA 366 S-60 10'-12'FT Deep EA 367 S-61 12'-14'FT Deep EA 368 S-62 14'-16'FT Deep EA 369 S-63 16'-20'FT Deep EA 370 Outfall Check Valves-includes pipe cleaning and installation for complete system 371 S-64 15"WAPRO Check Valve EA 372 S-65 18"WAPRO Check Valve EA 373 S-66 24"WAPRO Check Valve EA 374 S-67 36"WAPRO Check Valve EA 375 S-68 42"WAPRO Check Valve EA 376 S-69 48"WAPRO Check Valve EA 377 S-70 54"WAPRO Check Valve EA 378 S-71 60"WAPRO Check Valve EA 379 S-72 66"WAPRO Check Valve EA 380 S-73 72-WAPRO Check Valve EA 381 IMISCELLANEOUS S-74 STORM CREW A-Includes a foreman,3 experienced workers,layout,excavating,installing and backfilling equipment HR necessary for concrete,PVC,HDPE or metal pipe laying or repair up to 36"diameter.Material costs shall be included with 382 invoice with maximum 15%markup. S-75 STORM CREW B-Includes a foreman,3 experienced workers,layout,excavating,installing and backfilling equipment HR necessary for concrete,PVC,HDPE or metal pipe laying or repair 36"to 72"diameter.Material costs shall be included with 383 invoice with maximum 15%markup. 384 385 RESTORATION 386 387 R-1 Removal and disposal of 6"thick concrete SF 388 R-2 Fumish&Install 4"Concrete without wire SF 389 R-3 Fumish&Install 6"Concrete without wire SF 390 R-4 Fumish&Install ADA compliant detectable surface EA 391 R-5 Fumish&Install FDOT Type"D"Curb-by hand LF 392 R-6 Fumish&Install FDOT Type"D"Curb-by machine LF 393 R-7 Fumish&Install FOOT Type"P'Curb-by hand LF 394 R-8 Fumish&Install FOOT Type"F"Curb-by machine LF 395 R-9 Fumish&Install FDOT Valley Gutter-by hand LF 396 R-10 Fumish&Install FDOT Valley Gutter-by machine LF 397 R-11 Fumish&Install Bahia Sod-up to 1000 SF SF 398 R-12 Fumish&Install Bahia Sod-over 1000 SF SF 399 R-13 Fumish&Install Floratam Sod-up to 1000 SF SF 400 R-14 Fumish&Install Floratam Sod-over 1000 SF SF 401 R-15 Fumish&Install FDOT seed&mulch mix SY 402 R-16 Fumish Operator,Water Truck and Irrigate Sod or Seed Mix HR 403 R-17 Removal and Disposal of Existing Asphalt Pavement SY 404 R-18 Mill Existing Pavement(314"-1"avg) SY 405 R-19 Fumish and Install Asphalt Overlay,Type S-III(3/4"-1"avg) SY 406 R-20 Fumish and Install 1-1/2"Type S-1 Asphalt First Course SY 407 R-21 lFumish and Install 1"Type S-III Surface Course SY 408 R-22 Fumish and Install 1-1/2"SP-12.5 Asphalt First Course in FDOT/PBC Right of Way SY 409 R-23 Fumish and Install 1"Type FC-9.5 Asphalt Surface Course in FDOT/PBC Right of Way SY 410 R-24 FDOT Flowable Fill(Excavatable) CY 411 R-25 Leak Repairs(structures)-Grouting GAL 412 R-26 Ground Stabilization Grouting CY 413 R-27 6"Limerock/Crushed Concrete Base,primed SY 414 R-28 8"Limerock/Crushed Concrete Base,primed SY 415 R-29 12"Compacted Subgrede,98%T-180 SY 416]-31 -30 Adjust manhole ring and cover to grade EA 417 Adjust valve box to grade EA 418 -32 Brick paver removeireplace(1 1/2"sand,6"Iimerock base,12"compacted subgrade) SF 419 4201 CURED-IN-PLACE PIPE LINING' IFB#20-106 SCHEDULE OF UNIT PRICES B C I D H F G H [ 421'Cured-in-place lining prices shall be inclusive of pre-video,cleaning,post-video and anything else for a complete installation in gravity sanitary or storm sewer 422 L-1 Fumish and install 6"-12"diameter CIPP sectional liner,up to 6-ft in length EA 423 L-2 Fumish and install 6"-12"diameter CIPP sectional liner,beyond 6-ft in length,all depths LF 424 L-3 Fumish and install 15"-18"diameter CIPP sectional liner,up to 6-ft in length EA 425 L-4 Fumish and install 15%18"diameter CIPP sectional liner,beyond 6-ft in length,all depths LF 426 L-5 Fumish and install 21"diameter CIPP sectional liner,up to 6-ft in length EA 427 L-6 Fumish and install 21"diameter CIPP sectional liner,beyond 6-ft in length,all depths LF 428 L-7 Fumish and install 8"diameter CIPP liner 0-8'depth LF 429 L-8 Fumish and install 8"diameter CIPP liner 8-12'depth LF 430 L-9 Fumish and install 8"diameter CIPP liner 12'+depth LF 431 L-10 Fumish and install 10"diameter CIPP liner 0-9 depth LF 432 L-111 Fumish and install 10"diameter CIPP liner 8-12'depth LF 433 L-12 Fumish and install 10"diameter CIPP liner 1T+depth LF 434 L-13 Fumish and install 12"diameter CIPP liner 0-8'depth LF 435 L-14 Fumish and install 12"diameter CIPP liner 8.12'depth LF 436 L-15 Fumish and install 12"diameter CIPP liner 12'+depth LF 437 L-16 Fumish and install 15"diameter CIPP liner 04Y depth LF 438 L-17 Fumish and install 15"diameter CIPP finer 8-12'depth LF 439 L-18 Fumish and install 15"diameter CIPP liner 12'+depth LF 440 L-19 Fumish and install 18"diameter CIPP liner 0-8'depth LF 441 L-20 Fumish and install 18"diameter CIPP liner 8-12'depth LF 442 L-21 Fumish and install 18"diameter CIPP liner 12'+depth LF 443 L-22 Fumish and install 20-21"diameter CIPP liner 0-9 depth LF 444 L-23 Fumish and install 20-21"diameter CIPP liner 8-12'depth LF 445 L-24 Fumish and install 20-21"diameter CIPP liner 12'+depth LF 446 L-25 Fumish and install 24"diameter CIPP liner 0-B'depth LF 447 L-26 Fumish and install 24"diameter CIPP finer 8-12'depth LF 448 L-27 Fumish and install 24"diameter CIPP finer 12'+depth LF 449 L-28 Fumish and install 30"diameter CIPP liner 0-9 depth LF 450 L-29 jFumish and install 30"diameter CIPP finer 8-12'depth LF 451 L-30 Fumish and install 30"diameter CIPP liner 12'+depth LF 452 L-31 Fumish and install 36"diameter CIPP finer 0-8'depth I LF 453 L-32 Fumish and install 36"diameter CIPP liner 8-12'depth LF 454 L-33 Fumish and install 36"diameter CIPP finer 1T+depth LF 455 456 BY-PASS PUMP SET UP WITH BY-PASS PUMPING 457 458 BP-1 Bypass 4"Pump Including setup and monitoring DAY 459 BP-2 Bypass 6"Pump Including setup and monitoring DAY 460 BP-3 Bypass 8"Pump Including setup and monitoring DAY 461 BP-4 Bypass 10"Pump Including setup and monitoring DAY 462 463 WELL POINT SYSTEM AND DE-WATERING 464 465 WP-1 lWell Point system up to 50 points complete with pump and jetting equipment and Monitoring DAY 466 WP-2 IWO Point system with more than 50 points complete with pump and jetting equipment,and Monitoring DAY 467 468 MPORTED BACKFILL&REMOVAL OF IN-SITU MATERIAL 469 470 BF-1 Removal&Disposal of unsuitable in situ material/soil CY 471 BF-2 Imported Backfill&Compaction CY 472 473 474 IFB #20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater (611) CAMPAIGN CONTRIBUTION STATEMENT This IFB is subject to Section 2-101of the City of Lake Worth Beach Code of Ordinances regarding campaign contributions which provides: Sec. 2-101. -Additional and supplemental disclosures requirements. (a) Any elected official of the City of Lake Worth Beach, who is a current sitting member of the city commission and has accepted an election campaign contribution in an amount that is more than one hundred dollars ($100.00)from an individual or business entity having an interest in a matter before the city commission in which the city commission will take action, must publically disclose, both verbally and in writing, such contribution prior to any discussion or vote on the matter. The written disclosure must be submitted to the city clerk. (b) Any applicant coming before the city commission for an award of a contract with the city and who has made an election campaign contribution in an amount that is more than one hundred dollars ($100.00) to any elected official of the city commission, who is a current sitting member of the commission, must disclose such election campaign contribution, verbally and in writing, during the application or bidding process and before the award of the contract. Vendor to complete: Check which statement applies, fill in the requested information, if applicable, and sign below. [ ] Neither the undersigned business nor any of its owners or officers contributed more than $100.00 to the campaign of a sitting City Commission member. [If you checked this statement, you are done and may sign below.] [ ] The undersigned business or one or more of its owners or officers contributed more than $100.00 to the campaign of a sitting City Commission member. All such contributions are listed below and on the attached sheet of paper (if more room is needed). [If you checked this statement, please fill in the information requested below and sign below.] 1. contributed a total of $ to the campaign of City Commission member 2. contributed a total of $ to the campaign of City Commission member 3. contributed a total of $ to the campaign of City Commission member 4. contributed a total of $ to the campaign of City Commission member Signature: I hereby certify that the above statements are true and correct to the best of my knowledge and I understand that a false or inaccurate statement may result in the rejection of this bid/proposal/submittal or the immediate termination of any resulting agreement with the City of Lake Worth Beach. By: Print Name: Print Title.- Print Name of Business: 36 Commissioner/Mayor to complete: Check which statement applies, fill in the requested information, if applicable, and sign below. [ ] Neither the above referenced business nor any of its owners or officers contributed more than$100.00 to my campaign. [If you checked this statement, you are done and may sign below.] [ ] The above referenced business or one or more of its owners or officers contributed more than $100.00 to my campaign. All such contributions are listed below and on the attached sheet of paper (if more room is needed). [If you checked this statement, please fill in the information requested below and sign below.] contributed a total of$ to my campaign. contributed a total of$ to my campaign. contributed a total of$ to my campaign. contributed a total of$ to my campaign. Signature: I hereby certify that the above statements are true and correct to the best of my knowledge and I understand that a false or inaccurate statement may result in the rejection of this bid/proposal/submittal or the immediate termination of any resulting agreement with the City of Lake Worth Beach. By: Print Name: For City Clerk's Use Only. THIS SECTION SHALL BE COMPLETED ONLY IF THERE IS A CAMPAIGN CONTRIBUTION LISTED ABOVE BY THE VENDOR OR COMMISSION MEMBER. Applicable campaign contributions were disclosed in writing above, and prior to the award of the contract, the following statements were verbally made at the City Commission Meeting on the day of , 201_ Check all that apply. Commissioner/Mayor verbally disclosed the campaign contribution(s) set forth above. Vendor, verbally disclosed the campaign contribution(s) set forth above. 37 IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater (1312) SCRUTINIZED COMPANIES CERTIFICATION FORM By execution below, I, , on behalf of (hereinafter, the "Contractor"), hereby swear or affirm to the following certifications: The following certifications apply to all procurements: 1. The Contractor has reviewed section 215.4725, Florida Statutes, section 215.473, Florida Statutes and section 287.135, Florida Statutes, and understands the same. 2. The Contractor is not on the Scrutinized Companies that Boycott Israel List nor is the Contractor engaged in a boycott of Israel. 3. If awarded a contract, the Contractor agrees to require these certifications for applicable subcontracts entered into for the performance of work/services under this procurement. 4. If awarded a contract, the Contractor agrees that the certifications in this section shall be effective and relied upon by the City for the entire term of the contract, including any and all renewals. If the contract awarded hereunder is for one million dollars or more, the following additional certifications apply: 1. The Contractor is not on the Scrutinized Companies with Activities in Sudan List. 2. The Contractor is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. 3. The Contractor is not engaged in business operations in Cuba or Syria. 5. If awarded a contract, the Contractor agrees to require these certifications for applicable subcontracts entered into for the performance of work/services under this procurement. 6. If awarded a contract, the Contractor agrees that the certifications in this section shall be effective and relied upon by the City for the entire term of the contract, including any and all renewals. CONTRACTOR: By: Name: Title: Date: STATE OF FLORIDA COUNTY OF The foregoing instrument was sworn to (or affirmed) and subscribed before this day of 20 , by who is the of who is personally known to me or who has produced as identification. NOTARY PUBLIC Printed Name of Notary My Commission expires: 38 Exhibit "B" Federal Contract Provisions The Contractor hereby agrees that the following terms, at a minimum, will be incorporated into any subsequent contract resulting from this IFB: Equal Employment Opportunity. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The 39 contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency,the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant(contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory),for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. FEMA, the State of Florida, or the CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 40 (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. Clean Air Act. 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the City, and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act. 1.The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Suspension and Debarment. (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification, as laid out in Exhibit I, is a material representation of fact relied upon by the City. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida or the City,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Byrd Anti-Lobbying Amendment., Contractors who apply or bid for an award of$100,000 or more shall file the required certification as laid out in Exhibit J. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds thattakes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s)to the awarding agency. 41 Procurement of Recovered materials. (i) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— Competitively within a timeframe providing for compliance with the contract performance schedule; • Meeting contract performance requirements; or • At a reasonable price. (ii) Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement- guideline-cpg-program. (iii) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act. Access to Records. (1)The Contractor agrees to provide the State of Florida,the CITY, the FEMA Administrator,the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) In compliance with the Disaster Recovery Act of 2018, the CITY and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. DHS Seal, Logo, and Flags. The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. Compliance with Federal Law, Regulations, and Executive Orders. By signing this agreement, The CONTRACTOR acknowledges that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives. No Obligation by Federal Government. The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Program Fraud and False or Fraudulent Statements or Related Acts. The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. Affirmative Steps. Required Affirmative Steps If the Contractor intends to subcontract any portion of the work covered by this Contract, the Contractor must take all necessary affirmative steps to assure that small and minority businesses, women's business 42 enterprises and labor surplus area firms are solicited and used when possible. Affirmative steps must include: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 43 Exhibit "C" CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS - LOWER-TIER COVERED TRANSACTIONS This Addendum is a covered transaction for purposes of the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 3000 (Non- procurement Debarment and Suspension). As such, Engineer is required to confirm that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). INSTRUCTIONS FOR CERTIFICATION 1) By signing this Addendum, the Contractor, also sometimes referred to herein as a prospective primary participant, is providing the certification set out below. 2) The inability of a contractor to provide the certification required below will not necessarily result in denial of participation in the covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the City's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 3) The certification in this clause is a material representation of fact upon which reliance was placed when the City determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the City, the City may terminate this transaction for cause or default. 4) The prospective primary participant shall provide immediate written notice to the City if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 5) The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal and voluntarily excluded, as used in this certification, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. 6) The prospective primary participant agrees by signing the Addendum that it shall not knowingly enter into any lower tier covered transactions with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible or voluntarily excluded from participation in this covered transaction. If it is later determined that the prospective primary participant knowingly entered into such a transaction, in addition to other remedies available to the City, the City may terminate this transaction for cause or default. 7) The prospective primary participant further agrees by signing this Addendum that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier 44 Covered Transaction,"as available through the United States Department of Homeland Security,without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 8) A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Non-procurement Programs. 9) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 45 Certification for Contracts, Grants, Loans, and Cooperative Agreements (11313) The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S. Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 46 Lake Worth, Florida. The Art of Florida Living.— WATER UTILITIES DEPARTMENT �— 301 College Street FLORID Lake Worth,FL 33460 561.586.1710 APPROVED PRODUCTS LIST (1/2017) CERTIFICATION AND CONCURRENCY STATEMENT Project Name: Concurrency of Contractor: Signature Date Firm Concurrency from the FOR (Engineer of Record): Signature Date The execution of this document acknowledges that I (We), the above signed, have reviewed this Approved Products List (APL) in entirety, initialed all error corrections to the APL, and concur that the materials and products listed are acceptable and appropriate for the project noted above. As the engineer-of-record and/or contractor, I (We), the above signed, shall provide written notification to the City of Lake Worth for any material listed in the APL to which I object being implemented/ installed in the project noted above. Individual product shop drawings will be required for all non-standard items. Products not listed in the APL, or APL listed products that defer in specification, shall be considered a non-standard product. Only lead-free Brass products shall be acceptable. Utility Department: APPROVED: Signature Date APPROVED AS NOTED: Signature Date *NOT APPROVED: Signature Date *Contractor to revise and resubmit by pill,IV lakeworth.org LA k . Lake Worth, Florida. The Art of Florida Living.51, r WATER DISTRIBUTION 0). FEOR0 . FIRE HYDRANTS: Mueller Super Centurion Clow Medallion A-423, 5 '/4" Plugged Drain 5 %" F-2545 ❑ American Darling 51/4" B-84-B-5 HYDRANT COATINGS: Hydrants shall have a factory applied top coat of Tnemec Series 66 Yellow BACKFLOW PREVENTION: • BACKFLOW PREVENTORS (BFP) DOUBLE CHECK DETECTOR ASSEMBLIES Ames/Watts R Febco ❑ Wilkins 3000SS/774 DCDA 856 950 DA Note: The "Double Check Detector Assemblies" or"Reduced Pressure Principle Backflow Detector Assemblies which are included on the latest"List of Approved Backflow Prevention Assemblies" as published by the University of Southern California or American Society of Sanitary Engineering may be approved as equal by the Lake Worth Water Utility Department. • REDUCED PRESSURE ZONE (RPZ) DEVICE Up to 2 1/2": 3" and up: ❑ Wilkins ❑ Watts ❑ Ames Wilkins 975XL 009M2 or 3 QT 4000SS 375 Note: Reduced Pressure Principe Backflow Prevention Assemblies and DCDA combinations which are included in the on the latest"List of Approved Backflow Prevention Assemblies" as published by the University of Southern California or by the American Society of Sanitary Engineering (with field testing) may be approved as equal by the Lake Worth Water Utility Department. WATER SERVICE & FITTINGS: • 1", 1.5" and 2" HIGH DENSITY POLYETHYLENE (HDPE) TUBING —CTS, DR9 (Blue or blue striped) ENDOT ❑ JM Eagle ADS IPEX IGkcworin.orq LAkF Lake Worth, Florida. The Art of Florida Living.— y, O �EOR1OP • STAINLESS STEEL STIFFENING INSERTS — For CTS tubing up to 2" ❑ Ford 50 Series ❑ Mueller 5287 ❑ AY McDonald (51, 52, 54, 55) (04, 05, 06, 07) 6133T (3/4, 1, 11/2, 2) • 1", 1.5" and 2" CORPORATION STOPS ❑ Mueller ❑ AY-McDonald ❑ Ford Meter P-25008N 74104 B-22 FB 1000-4 N L/FB 1000- 6NL/ FB1000-7NL "When used in sanitary sewer applications no lead corporations is not a requirement • CURB STOP FOR U BRANCH 5/8 x 1/4 x 3/4": 3/n' 1n: ❑ Mueller ❑ AY-McDonald ❑ Ford Meter H-14265 74604B BA 13-332W-N L BA13-342W-NL BA 13-444W-N L • 1"ANGLE METER VALVE CURB STOP 5/8 x 1/4 x 1 1": 1 x%x %", 1": ❑ Mueller ❑ AY-McDonald ❑ Ford Meter B-24258N 74602E-22 BA43-342W-NL BA43-444W-N L • 1", 1.5", &2" STRAIGHT METER VALVE CURB STOP 5/8 x 3/x 1", 1" 1 x 3/4 X 3/4", 1" 11/2" x 11/2"F 2"x2"F ❑ Mueller ❑ AY-McDonald ❑ Ford Meter B-24350N 76100MW-22 B43-342W-NL B43-444W-NL ❑ Mueller ❑ Ford Meter B-24335N BF43-666W-NL BF43-777W-NL Iokewortn.oig f u LakeWorthPBC LA Lake Worth, Florida. The Art of Florida Living.— ""ZOR19 • 1.5" & 2" ANGLE METER VALVE CURB STOP 1'12" & 2" Flanged ❑ Mueller ❑ AY-McDonald ❑ Ford Meter B-24276N 74602 B-22 BFA43-666W-N L BFA43-777W-NL • 3/4"—2" SERVICE FITTINGS ❑ Mueller ❑ AY-McDonald ❑ Ford Meter P-15428N 74753-22 C84-XX-N L ❑ Mueller ❑ AY-McDonald ❑ Ford Meter P-15451 N 74754-22 C14-XX-NL ❑ Mueller ❑ AY-McDonald ❑ Ford Meter P-15403N 74758-22 C44-XX-NL • DUAL WATER SERVICE U BRANCH 1 X3/4X6.5": 1 X%X6.5": Mueller❑ H-15363N ❑ AY-McDonald Ford Meter ❑ U48-43-65-NL ❑ AY-McDonald ❑ Ford Meter 708U2M U 18-43-65-NL • Y— BRANCH CONNECTIONS 1'/2" X 1" x 1". 2"X 1" x 1". ❑ Mueller ❑ AY-McDonald ❑ Ford Meter H-15343N 708YSQQ Y44-264-NL P-15343N Y44-274-N L Y48-374-NL • METER COUPLING 5/8 X 3/X 3/4". 3/ X 3/4 X 2 1/2". ❑ Mueller ❑ AY-McDonald ❑ Ford Meter H-10890 74624 C38-23-25-NL lakeworth.org LA Lake Worth, Florida. The Art of Florida Living.-m O 1 X 1 X 2.63": .� Mueller AY-McDonald Ford Meter �1ORI OP H-10890 74624 C38-24-35-N L • DOUBLE STRAP SERVICE SADDLE FOR DIP- CC THREADS, STAINLESS STEEL STRAPS 1", 1 '/2", 2": 406 02BS 202BM forrCIP 202BSD—for DIP *When used in sanitary sewer applications no lead is not a requirement • DOUBLE STRAP SERVICE SADDLE FOR PVC—CC THREADS, STAINLESS STEEL STRAPS 1", 1 '/2" 2" ❑ Mueller JCM Romac Ford Meter BR2W 404 202NS FCD202 When used in sanitary sewer applications no lead is not a requirement • METER BOX UP TO 2" For 1 '/2" & 2" Meter: For 3/" or 1" Meter: For Dual Meter: 3/4" or 1" Oldcastle Precast Oldcastle Precast ❑ Oldcastle Precast N36 BOX with B12 Box with B24 Box with Nicor Read-Rite Nicor Read-Rite Nicor Read-Rite B36 HDR Lid B12 HDR Lid B24 HDR Lid • METER FLANGE 2" only: Mc Donald ❑ Ford Meter 61 OF CF31-77-NL • BLOW OFF VALVE 2° Ford BLA 18-777-TA-N L lakeworth.org L'4k�c Lake Worth, Florida. The Art of Florida Living.— �, O �LORIOP VALVES/TAPS: • GATE VALVES (AWWA C509, C515) 4"to 16" Resilient Wedge and Bi Directional Flow Only with 2" square operating nut- left open. UL/FM required on shut-off RSGV for Double Detector check valve application only. Max working Pressure of 200 psi; tested at 400 psi ❑ Mueller ❑ American ❑ Clow 2362, 2361 Darling 2500 F-6100 Series • BUTTERFLY VALVES (AWWA C504) For use on 14" and larger Distribution Water Mains only. 24" and larger shall be class 200 valves 14" to 24" 150psi Rated ❑ Mueller American ❑ Pratt ❑ DeZurik Lineseal III 1450, 150-B Goundhog Class 150E • TAPPING VALVES—AWWA C509, C515 American 2500 TM T'2362 T-2361 F I6114 • VALVE BOX— Embossed with "WATER" for distribution mains, embossed with "SEWER" for force mains. ❑ Tyler Union 6850 & 6855 • VALVE IDENTIFICATION TAGS— Utilized when valve box is located outside of asphalt area within a concrete walkway or concrete collars. 3" Brass Disc by '/8" thick with theft proof anchor pin. Engraved with '/4" to 3/8" capitalized lettering. Each valve will have the following minimum information on tag: valve size (ex. 6"), type of valve (ex. GV, BV, PV), and operation instructions (R-21) right 21 turns to close. ❑ WAGCO Marker LAKE Lake Worth, Florida. The Art of Florida Living.— ----- - - ----------- �, O �1OR1pE'' • VALVE STEM EXTENSION —Carbon steel hot dip galvanized with centering ring and stainless steel set screw. ❑ Custom Fab Trumbull Industries • TAPPING SLEEVES — Ductile Iron with mechanical joints. For taps 4" and larger 4" to 24" ❑ Mueller American Darling H-615 2800C • TAPPING SLEEVES —Stainless body with flange and MJ. Not for size on size taps 4" to 24" for outlets 4" to 8" 4" to 24" ❑ JCM Ford ❑ Mueller 432 FTSS H-304SS • TAPPING CROSS Mueller H-715 • COMBINATION AIR RELEASE VALVES— 1"for pipes 4"-16"; 2"for pipes larger than 16" Installations in vaults and/or manholes require inflow preventer—Valmatic FloodSafe ❑ GA Industries Val-Matic Model 920 - With low psi orifice 201 C.2; 202C.2 (75psi). WATER DISTRIBUTION PIPE MATERIALS: • DUCTILE IRON PIPE (DIP) Interior: Cement Line and Sealed per AWWA C-104/A21.5 Exterior: In ground placement, bituminous asphalt coating per AWWA C-104/A21.4, Color coded with blue strip. Installations below water table: Polyethylene Encasement per AWWA C-105/A21.5 Toruseal or Flange-Tyte gaskets are required for flanged pipe. MANUFACTURER: American ❑ Griffin ❑ US Pipe McWayne U Clow -77--- loke�ro;tn org f 0 !akeWormPBC Lake Worth, Florida. The Art of Florida Living- F�OR1 ESSURE CLASS: Class 350, sizes to be used on water mains: (4" to 12") Class 250, sizes to be used on water mains: (14" to 20") Class 200, sizes to be used on water mains: (16" and up) Class 350, sizes to be used on FJ pipe: • POLYVINYL CHLORIDE (PVC) MANUFACTURER: ❑ JM Pipe CertainTeed ❑ NAPCO IPEX CLASS: PVC C-900 DR 18, sizes to be used on water mains: (4" to 12") PVC C-905, sizes to be used on water mains: (over 12") (For C-905: up to 24" diameter use DR-18, up to 36" diameter use DR 21) • MECHANICAL JOINT RESTRAINT— Ductile Iron Pipe EBAA Iron Ford Uni-flange ❑ Star Pipe Products MegaLug 1100 Series 1400 Series 3000 (up to 12") Sigma One-Lok SLDE • MECHANICAL JOINT RESTRAINT— PVC Pipe EBAA Iron ❑ Ford Uni-flange ❑ Star Pipe Products MegaLug 2000 Series 1500 Series 4000 (up to 12") ❑ Sigma One-Lok SLCE • BELL JOINT RESTRAINT— Ductile Iron Pipe Rods and nuts shall be 304 stainless steel with nuts coated to prevent galling. ❑ EBAA Iron ❑ EBAA Iron EBAA Iron 1600 TD Series 1100 HD Series 1700 Series Sigma One-Lok r-1 Sigma One-Lok Ford Uni-flange SSLDH Series SLDEH Series 1450-X lakeworth.org LA Lake Worth, Florida. The Art of Florida Living.— �ZORI O • BELL JOINT RESTRAINT— PVC Pipe Rods and nuts shall be 304 stainless steel with nuts coated to prevent galling. EBAA Iron ❑ EBAA Iron EBAA Iron 1600 TD Series 1600 HD Series 1100 HV Series Sigma PV-Lok Sigma One-Lok Ford Uni-flange PWH Series SLCEH Series 1450-C • FLANGED ADAPTER EBAA Iron ❑ Smith Blair 2100 Megaflange Type 912 (Stainless steel bolts and nuts) • DUCTILE IRON FITTINGS—Cast ductile iron fittings 4" through 24" shall be pressure rated at 350 psi. All 30"through 36" fittings shall be pressure rated to 250 psi. Flanged joint fittings shall be rated at 250 psi minimum. ❑ Tyler/Union ❑ US Pipe American Griffin Union Foundry Star Pipe Products Sigma Products • DECTECTABLE MARKING TAPE FOR WATER MAINS—Reading "CAUTION WATER LINE BURIED BELOW Empire Level MFG Corp T. Christy Enter. Pro-Line Magna Tec TA-TD-6-BPW Safety Products • TRACER WIRE - APWA Color Coded Blue, 12 AWG ❑ Copperhead 1245 EHS ❑ Pro-Line Products— HD-CCS PE45 • ROOT BARRIER SYSTEMS Bio-Barrier DeepRoot UB36-2, UB48-2 • AUTOMATIC FLUSHING DEVICE Eclipse Model 9400 WC Iakeworfh.orq it LdkeWorthPBC LAk� Lake Worth, Florida. The Art of Florida Living.— 10RI9P SEWER COLLECTION MANHOLE RING AND COVER • LOW TRAFFIC AREAS: US Foundry ❑ US Foundry No. 170E EU Cover No. 750 NH Cover • HIGH TRAFFIC AREAS —All hinged covers will be installed so that the lid is opened ❑ Pamrex 24 • MANHOLE ADJUSTMENT RINGS— Existing manhole only, max 4" height adjustment Manhole Systems ❑ Andrews Metal ❑ Neehan Enterprises MS-101 Products, Inc. #2, #5 R1979 Series • MANHOLE RING ADJUSTMENT— New and Existing Manholes (1) Brick chimney can be field installed with 2-5 courses of bricks. The finished surface must have a field applied corrosion barrier applied, see lining products below. (2) Precast reinforced concrete rings (4000 psi) for field installation. The finished surface must have a field applied corrosion barrier system applied, see lining products below. ❑ Tri-County ❑ U.S. Concrete Products U.S. Precast MANHOLE TO PIPE ADAPTERS • RIGID MANHOLE TO PVC ADAPTER — "Sand Collars" ❑ Harco SDR 26 ❑ GPK-Fargo Double Bell/Double Gasket SDR 18 • FLEXIBLE MANHOLE TO PIPE CONNECTOR SLEEVES (Cast-in) Press-Seal Gasket Corp ❑ A-LOCK Products Inc Cast-a-Seal 12-08 Seal gasket for lower invert of drop manhole ❑ Cast-a-Seal For C900 and D.I. Pipe lak�wo;tn-ory �KF Lake Worth, Florida. The Art of Florida Living.— FZOR19 • MANHOLE FLEXIBLE PIPE CONNECTOR SLEEVE — For use in structures with Cast- in liners and Cast-in "turn back". ❑ Press-Seal Gasket Corp- PSX Direct Drive ❑ NPC Trelleborg Kor-n-Seal 12 M Boot (dbl ridge w/stainless bands) 110E Series LINING PRODUCTS CONCRETE STRUCTURES • MANHOLE/WETWELL LINER - For Existing Structures and Field Applied Systems Kerneos ❑ Global Materials Mainstay System Sewpercoat Refratta HAC 100 ML-72 micro silica, with DS-5 epoxy liner coat(new Structures require only DS- 5 epoxy) Strong Seal High Performance Mix • NEW STRUCTURES FOR CAST-IN SOLID LINER Agru SURE-GRIP Polypropylene ❑ Agru SURE-GRIP HDPE Linear Liner with 3M sealant tape 5354 with 3M sealant tape 5354 and and ADEKA P-201 Waterstop ADEKA P-201 Waterstop • EXTERIOR COATING —Two Coats for application: PRO-TECH Coal Tar Epoxy Parts A & B • JOINT SEAL FOR MANHOLES AND AIR REALEASE MANHOLES K.T. Snyder Company Madewell RAM-NEK, plastic gasket joint 806 Flexible Joint Seal • MANHOLE INFLOW PREVENTOR L.F. Manufacturing Inc. ❑ USSI RainGuard LFN-SV Inflow Defender SV-1 lakeworth.org LA,�� Lake Worth, Florida. The Art of Florida Living.— 'It RID VALVES • AIR RELEASE VALVE (2") — For use on long horizontal pipe sections and located every 500 yards. Val-Matic ❑ ARI VM-48AS S-025 • AIR/VACUUM VALVE (2", 3")— For use at lift stations, installed downstream of the pump's check valve ❑ Val-Matic ❑ ARI VM-301 ASV K-020 • COMBINATION AIR VALVE (2" x 1"; 2" x 2"; 3" x 2")— For use at high points ❑ Val-Matic ARI GA Industries VM-49AS D-025 941 • GATE VALVES - Resilient Wedge and Bi Directional Flow Only with 2" square operating nut- left open. Max working Pressure of 200 psi; tested at 400 psi 4" to 6" Mueller American 1-1 Clow 2362, 2361 Darling 2500 F-6100 Series • ECCENTRIC PLUG VALVES—AWWA C-517 - Fusion Bonded Epoxy inside and outside, ductile iron body, nickel seat weld, ductile iron plug encapsulated with Buna-N rubber, bi-directional shutoff. ❑ PRATT ❑ DeZurik Clow • CHECK VALVES— Lever and Weight, Lever and Air Cushion, Level and Spring, full port, fusion body epoxy inside and outside, stainless steel body seat. ❑ M&H Mueller Clow American 159-02 2600-6-01 5382 50SC LAk� Lake Worth, Florida. The Art of Florida Living.-Im • �tOR19 SEWER PIPE MATERIALS • DUCTILE IRON PIPE (DIP) Interior: Protecto 401 Epoxy Lined Exterior: In ground placement, bituminous asphalt coating per AWWA C-104/A21.4 Installations below water table: Polyethylene Encasement per AWWA C-105/A21.5 Toruseal or Flange-Tyte gaskets are required for flanged pipe. Note: When DIP is utilized in wetwells and air release valve vaults the exterior of the pipe must be coated with an epoxy product that is approved by the water department. MANUFACTURER: American Griffin US Pipe R McWayne Clow CLASS: Class 350, sizes to be used on force mains: (4"to 18") Class 350, sizes to be used on gravity mains: (6" to 12") Class 250, sizes to be used on force mains: (over 18") Class 250, sizes to be used on gravity mains (over 14") Class 350, sizes to be used on FJ pipe: • POLYVINYL CHLORIDE (PVC) - GREEN MANUFACTURERS: JM Pipe: CertainTeed: NAPCO: IPEX CLASS: PVC C-900 DR-18, sizes to be used on force mains: (4"to 12") PVC C-905, sizes to be used on force mains: (over 12") (For C-905: up to 24" diameter use DR-18, up to 36" diameter use DR 21) PVC SDR-26, sizes to be used on gravity mains: Depth of pipe less than 12ft—Transition from SDR 26 to SDR 18 not permitted in run between manholes PVC SDR-18, sizes to be used on gravity mains: Depth of pipe greater than or equal to 12ft lakeworth.org y f 0 LakeWo(ir1PBC ►.4k� Lake Worth, Florida. The Art of Florida Living.— �, O �ZORI GRAVITY SEWER MAIN FITTINGS • GRAVITY SEWER FITTINGS ❑ IPEX ❑ Plastic Trends❑ Vassallo ❑ Harrington Corp. • COUPLINGS FOR USE ON EXISTING FACILITIES— Must have stiffening collars with stainless steel shear rings ❑ FERNCO, RC Series Mission Coupling, Flex Seal Series • COUPLING FOR USE TO CHANGE PIPE TYPE— Required when installing DIP in a PVC run of main or lateral that is too close to another utility. ❑ Harrington Corp. ❑ Flow Control HARCO PVC to C900 or DIP bell to bell adapter • TAPS INTO EXISTING PIPE —Tie-in to an existing main that has been Insituformed or lined by another method ❑ Inserta Tee • CLEANOUT CASTING U.S Foundry No. 7621 PRESSURE PIPE MAIN FITTINGS • FOR PRESSURE PIPE: *FITTINGS, ADAPTERS, RESTRAINT DEVICES, AND VALVE BOXES SEE APPROVED MANUFACTURES LIST IN WATER DISTRIBUTION. *FITTINGS MUST HAVE - Protecto 401 Epoxy Interior Lining • CORE-IN CONNECTION TO MANHOLE ❑ PSI-Link Seal by GPT ------------ - i :�, : t>E.,, , Lake Worth, Florida. The Art of Florida Living.sm O . "t RID SANITARY SEWER PUMP STATIONS • SUBMERSIBLE PUMPS ❑ Wilo-EMU ❑ Flygt ABS lakeworth.org y f u LakeWorthPBC a s s_e a a s s a. a:Ai=amp -aAasaaai. . .a as ggg� € i^ �a a i� � •�eaalea5^ �xi a e@Y «navm A a a _ R - cRai a S=. 687i u � V.1 axi.. aae e =Rain .a:z_ ey S g x z F Nil s £ ^ G br @€C NSWU 4W — o 9rax wn c �a At 21, xsw�w 00 wrr t yygs Y� if yy pp qq� � S 4 e tli S m b! Y S [ Y j WLLYnYJxI-tl310 OXY g3 q`3 gg Yp Yy n0urnr�Y33rin�vn �., _ aoen Hour — ab a ab gig s@ a ys3 i€ i N a.. a �` b to g■�_ Y C O b•- � � L a � u� a<SMg�� �Lg �� V�b �� Yg y9 yak $�8 a�aa a� @ 1 a s_ 9i ' m& s m b a gM` & s sb s� amp to a am s@` iml 4 oil a b`b � ? Ga 1CMb u.,: � �i� MIN�° a m a 4 E gg s H, OMNI e ggm 4 7g 3< QD nn y as S� s f gg®� a B4 Y a E 3 a ry 0 jb o — w o o Ra W + 1 nQp� v� b�L$g M � pO = o � � R k b � �: �� � j�• € jo HIP m i@@o q figg Ye 9�p € 3og' gg` � 2a i a$ u b $ bc7b:E8 � 83 $� k ba s A lz ' I -Val tl � s � b tl 3� ik■ Ktl � s. Bt y tmS NA m k g if 39nn 3a., n,Hl NIn A-.� bqb A boyb o = 53bYn •B mmm �I�gb u� c ��� � 0 Mill � g z 3 mP a 99 p b aBB /I NIN AS H-B Wd39 NfIWN91) lltll A-'L � m�� S31hYn .H = i7g; ]Jp Q< IT 0 r maas:a_s, a a b ':8«R sass' . _ i 221 ww F a'$ g' 5 c i 9 I 3 s F� a� pbp �yI ttj �_iu ui a Y d `s a 3 n N e All 1Z n � a� N 89 n � wi 0 Dig .b@ & � l6 gad a rr 1 ss € ee^ b se a; ;=fib n`9bs„� jis$s iby i�v i � i 3B3 i8� g:@ a � a � a�g�i�g 9ep€_lyy3p 9 d„ a§■apeuy9 si�a_yyl �6��%g� ; Chi t PH., @ 11a HN' w oil fi IR 9m- 9, H i i4 I:i yy END OF IFB PACKAGE City of l '+ Lake Worth INVITATION TO BID Beach IFB 20-106 rLUF2iDA Addendum No. 1 Emergency Utility Repairs for Water, Wastewater and Stormwater This addendum shall modify, clarify, change, or add information and clarification and become part of the above referenced IFB. All other terms, conditions, and specifications shall remain unchanged. CLARIFICATION: 1. 1 am wondering if you have a planholder's list or bidder's list for the Emergency Utility Repairs for Water, Wastewater and Stormwater project (# 20-106)? ANSWER: See below planholder's list: - Amici Engineering Contractors, LLC - B & B UNDERGROUND CONSTRUCTION,INC. - Carnahan Proctor and Cross, Inc - D.S. Eakins Construction Corp. - DP Development. LLC - Engenuity Group, Inc. - Florida Design Contractors, Inc. - Foster Marine Contractors, Inc. - Hinterland Group, Inc. - Johnson-Davis, Inc. - MAN CON INC - RIC-MAN INTERNATIONAL - SHENANDOAH CONSTRUCTION Issued by: Financial Services Signed by: Jeff Gomez, Purchasing Agent May 4, 2020 1 C-ty of l Lake Worth Beach INVITATION TO BID -- IFB 20-106 Addendum No. 2 Emergency Utility Repairs for Water, Wastewater and Stormwater This addendum shall modify, clarify, change, or add information and clarification and become part of the above referenced IFB. All other terms, conditions, and specifications shall remain unchanged. REVISION: 1. Revision of Requirement, Section 2 — Special Terms, Item 4: Licenses: 4. Licenses. All bidders are required to maintain current, valid licenses relevant to offered supply or service at the time of bid submittal or its bid may be disqualified. Failure to submit all required licensing if/when requested may result in rejection of the bid. Each bidder shall have the following licenses at the time of bid submittal or its bid may be disqualified: • State of Florida General Contractor's or Underground Utility and Excavation Contractor's license. • State of Florida Division of Corporations Issued by: Financial Services Signed by: Jeff Gomez, Purchasing Agent May 4, 2020 1 Jeffrey W. Gomez From: bids Sent: Tuesday, May 12, 2020 3:04 PM To: Valentina Ivankov-Sustaita;Jeffrey W. Gomez; Casetra Thompson Subject: FW: BID#20-106 Emergency Utility Repairs for Water,Wastewater and Stormwater 5.12.2020 3:00pm Attachments: IFB 20-106 Emergency Utility Repairs-HB_FINAL 5.12.2020.pdf From:Clark Cryer<ccryer@johnsondavis.com> Sent:Tuesday, May 12, 2020 2:42 PM To: bids<bids@LakeWorthBeachfl.gov> Cc: Huseyin Badak<hbadak@johnsondavis.com>; Dawn Celona<dcelona@johnsondavis.com> Subject: BID#20-106 Emergency Utility Repairs for Water,Wastewater and Stormwater 5.12.2020 3:00pm Caution: This is an external email. Do not click links or open attachments from unknown or unverified sources. Please find the attached submission from Johnson-Davis Incorporated. Thank you in advance for your consideration. Best Regards, Wm. Clark C. Cryer I Estimator 1 604 Hillbrath Drive, Lantana, FL 33462 (561) 718-4531-c / (561)588-1170-o / (561)585-5252-f/ ccryer@iohnsondovis.com CUC 0430�87-CUC 1225299-CFC 1430348 'OD �r r" Construct with Confidence 1 (Bl) BID PACKAGE COVER SHEET IFB # 20-106 Project Title: Emergency Utility Repairs for Water, Wastewater and Stormwater Johnson-Davis Incorporated BidderName: ............................ .................................... ................................................... Enclose the following documents: X 1. Bid Package Cover Sheet (61) X 2. Minimum Qualifications (132) X 3. Bid (83) X 4. Schedule of Unit Prices (134) X 5. Substitution Sheet (135)- If none, mark"none". X 6. Schedule of Sub-contractors (136)- If none, mark"none". X 7. Contractor Verification (137)- Check the license and insurance requirements to ensure that you will comply and attach copies of current licenses. X 8. Reference List (68)(Must be submitted) X 9. Affidavit Of Prime Bidder re Non-collusion (69) (Must be submitted) X 10. Drug Free Certification (610) (Must be submitted) X 11. Campaign Contribution Statement(must be submitted)(1311) X 12. Scrutinized Companies Certification (1312)(Must be submitted) X 13. Addendums Acknowledgment(if any issued) X 14. Certification for Contracts, Grants, Loans, and Cooperative Agreements (Must be submitted) THIS PAGE AND THE FOLLOWING PAGES ARE TO BE RETURNED WITH YOUR BID. Bids shall be e-mailed as an attachment in PDF format maximum size of 15MG to the secure e-mail address: bids(a-),Iakeworthbeachfl.gov Subject line shall list the IFB number, title, along with the date and hour bids are scheduled to be received. AVOID BID REJECTION: All bids must be submitted on the provided Bid forms with each form completed and signed where requested. Signatures must be signed by a person authorized to bind the Bidder. 14 (B2) IFB # 20-106 Bidder's Minimum Qualifications Each Bidder must provide three (3) similar projects or ongoing emergency repair contracts in the last five (5) years to satisfy the minimum qualifications requirements. Each Bidder shall have a minimum of five (5) years' experience in emergency repair work or underground utility infrastructure projects including, but not limited to, pressure pipe install and repair from 2"-42", gravity storm and sanitary sewer pipe install from 8"-72" and concrete structure installation and repairs for water utility systems. The reference person must be someone who has personal knowledge of the Bidder's and its subcontractor's(if any) performance. The reference person must have been informed that they are being used as a reference so that the City may check references. "Please also attach to this form a copy of the required license(s) to establish your minimum qualifications. Bidder's Name: Johnson-Davis Incorporated PROJECT (FIRST PROJECT) Name of Project: Stormwater Utility Infrastructure Repairs (S1628) Project Location: Town of Jupiter, FL Description of Project: Stormwater utility infrastructure repairs, replacements and/or installations on an as needed basis. Including: bypass pumping; realigning or replacing inlet/manhole castings: sealing and/or grouting storm water pipe joints; Installing new manholes/conflict boxes/catch basins; pipe to structure connection repairs; storm water pipe point repairs; and restoring miscellaneous surface improvements. Describe the project elements(type of project, road lanes, number of employees used on project, time frame for completion, etc.) completed by the Contractor, Sub-Contractors, and/or Suppliers: Utility Repair, 1 lane, 4 Man Construction Crew, 3 Days Description of any Change Orders: N/A 15 JOHNSON-`DAMS), IfJu Contract Amount: $400,000.00 604 Hilfbra'ih Drive _an ana, -L�_462 K'hone (561)°-:88-1170 Project Start Date: 2017 Fax (561)585-57-52 Project End Date: 2021 Owner/Contact Name &Title: Town of Jupiter, Amanda Barnes, Assistant Director of Utilities Phone Number: (561) 741-2537 Fax Number: (561) 747-5634 Email Address: amandab@jupiterftus PROJECT (SECOND PROJECT) Name of Project: Pipeline Continuing Construction Contract 2016 WUD 16-013 Project Location: Palm Beach County, FL Description of Project: COUNTY WIDE MAINTENANCE;PBCWUD entered a agreement with JDI to provide construction services for various general activities on the Pipeline Continuing Construction Contract. Describe the project construction elements (type of project, road lanes, number of employees used on projec4 time frame for completion, etc) completed by the Contractor, Sub-Contractors, and/or Suppliers: Water/sewer contract, Residential streets, 5 Man Construction Crew, 120 Days Description of any Change Orders: N/A Contract Amount: $13,000,000.00 Project Start Date: 2020 16 JOHNISON-DAVIS, INC 604 Hillbrath Drive Project End Date: 2023 Lantana, FL 33462 11onp a, )588-1170 Palm Beach County Water Utilities Department, 8100, rax (561)585-5252 Owner/Contact Name: Title: Joseph Tanacredi, Project Manager Phone Number: (561) 493-6000 Fax Number: (561) 740-4634 Email Address: janacredi@pbcwater.com PROJECT (THIRD PROJECT) Repairs and Emergency Services for Water Distribution,Wastewater Name of Project: Collection and Storm Water Utility Systems 019-2821-19/IT Project Location: City of Boynton Beach, FL Description of Project: The City of Boynton Beach is seeking a maximum of two qualified contractors to demonstrate specific experience in utility system general repairs and emergency services. The contractor shall furnish, install and provide all labor and materials to complete repairs to the City's utility systems. The scopes of work will be performed on an"as needed basis." Describe the project construction elements (type of project, road lanes, number of employees used on project, time frame for completion, etc.) completed by the Contractor, Sub-Contractors, and/or Suppliers: Water/drainage, Residential neighborhood street, 7 Man Construction Crew, 270 Days Description of any Change Orders: N/A Contract Amount: $2,005,106.00 Project Start Date: 2019 Project End Date: 2021 Owner/Contact Name &Title: Boynton Beach Utilities Department, Christopher Roschek, Division Manager 17 Phone Number: (561) 742-6413 Fax Number: (561) 742-6298 Email Address: roschekc@bblf.us Note: Bidders may use additional sheets with the same format to list other projects as proof of prior experience (for no more than five projects in total). 1OHNSON-DAVIS, INC 604 Hillbrath Drive Lantana, FL 33462 Phone(561)588-1170 Fax (561)585-5252 18 (W) BID IFB # 20 -106 Emergency Utility Repairs for Water, Wastewater and Stormwater Bid of: Johnson-Davis Incorporated (Bidder Name) Total Bid Amount: $ 2,494,952.00 (total cumulative of all listed prices submitted in Schedule of Unit Prices) Two Million Four Hundred Ninety Four Thousand Nine Hundred Fifty Two Dollars And Zero Cents (Write Dollar Figure Here) Bidder agrees to furnish, unless otherwise provided, all implements, machinery, equipment, transportation, tools, materials, supplies, labor and other things necessary for the performance and completion of the work for the amount indicated in the Schedule of Unit Prices. The undersigned Bidder hereby declares that: 1. This bid is made in good faith, without collusion or fraud and is fair and competitive in all respects. 2. Bidder has carefully and to his/her full satisfaction examined the IFB, the attached Scope of Work/ and all required forms, attached documents and requirements and Bidder has read all addenda issued. 3. Bidder has made a full examination of the site and is familiar with the site conditions that may impact its performance (if applicable). 4. Upon receipt of a Notice of Intent to Award the contract the Bidder shall: 1) commence obtaining a Performance and Payment Bond (if applicable), and Certificate(s) of Insurance and 2) commence obtaining a Certificate of Registration or Business License for engaging in business from the City, as such documents are required to commence the work. 5. Bidder understands that the contract time starts on the date of Notice to Proceed or issuance of the Purchase Order. 6. Bidder furthermore agrees that, in case of failure on his/her part to execute a Contract and provide all required documents within ten (10) calendar days of receipt of the Contract for execution, the offer to contract may be withdrawn and the check, bond, or other security accompanying his bid and the money payable thereon, shall become the property of the City, by forfeit as agreed liquidated damages. 7. The Bidder states that this bid is the only bid for this project in which Bidder is interested; and Bidder shall not be a sub-contractor or sub-subcontractor on this project. 9. Liquidated damages for delay are agreed to be as indicated in the IFB and Scope of Work. 10. Bidder shall be responsible for all permitting fees and utility service connection fees unless otherwise specifically provided in this IFB or in the resulting Contract. 11. All debris is to be legally disposed of at a licensed disposal site in accordance with city, state, and federal standards. 12. The City reserves the right to select and include one or more alternates in the Project and work. 13. The following officer, director or agent of the Bidder is also an employee of the City of Lake Worth Beach. Name Address 19 14. The following employee(s) of the City of Lake Worth Beach, either directly or indirectly owns, an interest of 10% or more of Bidder or its affiliates or subsidiaries: Name Address N/A 15. Bidder and all affiliates, suppliers, subcontractor or consultants who will perform the Work have not been placed on the Public Entity Crimes convicted vendor list maintained by the State of Florida within the 36 months immediately preceding the date of this Bid. 16. Bidder acknowledges that ADDENDA NO(S). 1, 2 have been RECEIVED and has included their provisions in their Bid. 17. By signing and submitting this Bid, Bidder represents that all Bid Forms are fully complete and accurate. 18. Bidder acknowledges that the Bid may be rejected if all Bid Forms are not fully complete, not accurate or if forms are not signed by properly authorized signatures where required. Name of Firm: Johnson-Davis Incorporated HO Address: 604 Hillbrath Drive, Lantana ST FL Zip 33462 Phone: ( 561 ) 588-1170 Email: ccryer@johnsondavis.com FEIN: 59-1753888 State of Incorporation: FLORIDA Print Name: Wm. Clark Q. Cryer Title: Estimating Manager SIGNATURE:/ / Date: 5/12/2020 Sales Office ST Zip Sales Contact Nary: Title.- Phone: ( ) Email: Failure to fully complete and sign this Bid Form may result in rejection of the Bid ?U (B4) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater SCHEDULE OF UNIT PRICES In order to evaluate the bid submissions, each Bidder must identify the unit prices for the work set forth in the Scope of Work. In the event additional work is added to the contract by Change Order, the following unit prices will be utilized (as applicable).The bid will be awarded to the responsive and responsible bidder who provided majority of the lowest cost items. Name of Bidder: Johnson-Davis Incorporated Address: 604 Hillbrath Drive, Lantana ST FL Zip 33462 Phone: ( 561 ) 588-1170 Email: ccryer@johnsondavis.com Print Name: Wm. CI Cryer Title: Estimating Manager SIGNATURE: Date: 5/12/2020 21 IFB#20-106 SCHEDULE OF UNIT PRICES A B C D [ P G H I I Emergency Repairs 2 ITEM I DESCRIPTION OF BID REM UNIT PRICE 3 GENERAL CONDITIOMS 4 5 GC-1 lEmergency Mobilization/Demobilization Costs for Rear Easement repays LS $3,000.010 6 GC-2 jErnergency Mobilization/Demobilization Costs for Utility Right of Way repairs LS $3,000.0101 7 GC-3 I NON-Emergency Mobilization/Demobilization Costs for Rear Easement repairs LS k$2,000.008 GG4 NON-Emergency MobilizationlDemobilization Costs for Utility Right of Way repairs LS 9 GC-5 Record Drawing(less than 40 LF of Utility Work) LS 10 GC.6 Record Drawing(more than 40 LF of Utility Wonk) LS 11 GC-7 Constn,won Survey LS 12 GC-8 M.O.T.Residential Street EA 13 GC4) M.O.T.City Arterial Roadway EA 14 GC-10 M.O.T.DOT Roadway EA , . 15 GC-11 Bacteriological Testing and Clearance of Water Mains(actual cost reimbursement by City) ALLOWANCE 16 GC-12 10ensity Tests(actual cost reimbursement by City) - 17 GC-13 Proctor Tests(actual cost reimbursement by City) - 18 GC-14 Florida BeanN Value Tests(actual cost reimbursement by City) - 19 GC-15 LBR Test(Load Bearing Ratio)(actual cost reimbursement by City) - 20 GC-16 Concrete 12'x 6'Cylinder Test(actual cost reimbursement by City) - 2 j GG17 Applrab 1 Permits(actual cost reimbursement by City) - 22 23 WASTEWATER 24 WASTEWATER FORCEMAIN-includes all fittings,appurtenances,restraints and restoration for a complete Installation 25 F-1 Furnish&Install 4-Inch G-900 DR-18 PVC Sewer Main LF $ 40.001 26 F-2 Furnish&Install 44nch Class 350 DIP Sewer Main LF $ 75.011 27 F-3 Furnish&Install 6-Inch G-900 DR-18 PVC Sewer Main LF $ 45.0101 28 F4 Furnish&Install 6-Inch Class 350 DIP Sewer Main LF $ 60.0 29 F-5 Furnish&Install 8-Inch C-900 DR-18 PVC Sewer Main LF $ 55.0 30 F-6 Furnish&Install 8-Inch Class 350 DIP Sewer Main LF $ 55.0 31 F-7 Furnish&Install 10-Inch C-900 DR-18 PVC Sewer Main LF $ 65.0 32 F-8 Furnish&Install 10-Inch Class 350 DIP Sewer Main LF $ 70.0 33 F-9 Furnish&Install 12-Inch C-900 DR-18 PVC Sewer Main LF $ 70.0 34 F-10 Furnish&Install 12-Inch Class 350 DIP Sewer Main LF $ 95. 35 F-11 Furnish&Install 16-4ch C-905 DR-18 PVC Sewer Main LF $ 75. 36 F-12 Furnish&Instal 164nch Class 350 DIP Sewer Main LF $ 1 30.0 37 F-13 Furnish&Install 18-Inch G905 DR-18 PVC Sewer Main LF $ 90. 38 F-14 Furnish&Install 184rch Class 350 DIP Sewer Main LF $ "0.0 39 F-15 Furnish&Instal 20-Inch C-905 DR-18 PVC Sewer Main LF $ 95.0 40 F-16 Furnish&Instal 204nch Class 350 DIP Sewer Main LF $ 150.001 41 F-17 Furnish&Instal 24-Inch C-905 DR-18 PVC Sewer Main LF $ 1 50.0 42 F-18 Furnish&Instal 24-Inch Class 350 DIP Sewer Main LF $ 1 90.0 43 F-19 Furnish&Instal 30-Inch C-905 DR-21 PVC Sewer Main LF $ 180.0( 44 F-20 Furnish&Instal 30-Irch Class 350 DIP Sewer Main LF $ 200.0 45 F-21 Furnish&Instal 364nch C-905 DR-21 PVC Sewer Main LF $ 250.0 46 F-22 Furnish&Instal 364nch Class 350 DIP Sewer Main LF $ 350.0 47 F-23 Furnish&Install 42-Inch Class 350 DIP Sewer Main LF $ 550.0 48 GRAVITY SANITARY SEWER-Includes all fittings,appurtenances,dewatering and restoration for a complete installation 49 F-24 Furnish&Instal B-Inch SDR-26 PVC Sewer Main 4'-8'De LF $ 220.0 50 F-25 Furnish&Instal B-Inch SDR-26 PVC Sewer Main 8'-12'Dee LF $ 270.00I 51 F-26 Furnish&Install B-Inch DR-18 PVC Sewer Main IT+ LF 52 F-27 Furnish&Install 8-Inch Class 350 DIP Sewer Main 300.0 4'-8'Deep LF $ 250.0 53 F-28 Furnish&Install 8-Inch Class 350 DIP Sewer Main 8'-12'Dee LF $ 350.0 54 F-29 Furnish&Instal 10-Inch SDR-26 PVC Sewer Main 4'-8'D LF $ 230.0 5$ F-30 Furnish&Instal 10-Inch SDR-26 PVC Sewer Main 8'-12'Dee LF $ 280.0 56 F-31 Furnish&Install 104nch DR-18 PVC Sewer Main 12'+Deep LF $ 340.0 57 F-32 Furnish&Install 10-Inch Class 350 DIP Sewer Main 4'-8'Dee LF $ 200.0 58 F-33 Furnish&Instal 104nch Class 350 DIP Sewer Main 8'-12'Dee LF $ 3W.001 59 F-34 Fumish&Instal 12-Inch SDR-26 PVC Sewer Main 4'-8'Deep LF $ 240.0 60 F-35 Furnish&Install 12-Inch SDR-26 PVC Sewer Main 8'-12'Deep LF $ 290.0121 61 F-36 Furnish&Instal 12-Inch DR-18 PVC Sewer Main 121+Deep LF $ 400.0 62 F-37 Furnish&Instal 12-Inch Class 350 DIP Sewer Main 4'-8'Deep LF $ 240.0 63 F-38 Furnish&Instal 12-Inch Class 360 DIP Sewer Main 8'-12'Deep LF $ 280.0 64 F-39 Furnish&Instal 15-Inch SDR-26 PVC Sewer Main 4'-8'Deep LF $ 280.0 65 F40 Furnish&Instal 15-Inch SDR-26 PVC Sewer Main 8'-12'Dee LF $ 370.0 66 F41 Furnish&Instal 15-Inch DR-18 PVC Sewer Main 12'+Dee LF $ 550.0 67 F42 Furnish&Instal 15-Inch Class 250 DIP Sewer Main 4'-8'Deep LF 250.0 68 F-43 Furnish&Instal 15-Inch Class 250 DIP Sewer Main 8'-12'Dee LF 69 F-44 Furnish&Instal 18-Inch PS 115 PVC Sewer Main $ 0.0 4'-8'Dee LF 30 300.0 701 F45 IFurnish&Instal 18-Inch PS 115 PVC Sewer Main 8'-12'Deep LF $ 440.0 71 1 F-46 I Furnish&Instal 18-Inch DR-18 PVC Sewer Main r a 12'+Deep LF $ 580.0 604 Hillbrath Clive Lantana, FL 334 2 Phone{561j5�,z 7i` Fax(551 i585-r?52 IFB#20-106 SCHEDULE OF UNIT PRICES A B C D F G H 1 72 F47 Fumish&Install 18-Inch Class 250 DIP Sewer Main 4'-8'Deep LF $ 300.0 73 F48 Fumish&Install 18-Inch Class 250 DIP-Sewer-Main 8'-12'Dee LF $ 320.0 74 F49 Fumish&Install 21-Inch PS 115 PVC Sewer Main 4'-8'Deep LF $ 320.0 75 F-50 Fumish&Install 21-Inch PS 115 PVC Sewer Main 8'-12'Dee LF $ 450.0 76 F-51 Fumish&Install 21-Inch DR-18 PVC Sewer Main 12'+Deep LF $ 620.0 77 F-52 Fumish&Install 20-Inch Class 250 DIP Sewer Main 4'-8'Deep LF $ 01011 78 F-53 Fumish&Install 20-Inch Class 250 DIP Sewer Main 8'-12'Dee LF qOO. 79 F-54 Fumish&Install 24-Inch PS 115 PVC Sewer Main 4'-8'Dee LF 80 F-55 Fumish&Install 24-Inch PS 115 PVC Sewer Main 8'-12'Dee LF 81 F-56 Fumish&Install 24-Inch DR-18 PVC Sewer Main 12'+Dee LF 87 F-57 Fumish&Install 24-Inch Class 250 DIP Sewer Main 4'-8'Dee LF 83 F-58 Fumish&Install 24-Inch Class 250 DIP Sewer Main 8'-12'Dee LF 84 F-59 Fumish&Instal 30-Inch PS 115 PVC Sewer Main 4'-8'Dee LF 85 F-60 Fumish&Install 30-Inch PS 115 PVC Sewer Main 8'-12'Dee LF $ 510.0 86 F-61 Fumish&Install 30-Inch DR-18 PVC Sewer Main IT+Deep LF $ 740.0 87 F-62 Fumish&Install 304nch Class 250 DIP Sewer Main 4'-8'Deep LF $ 620.0 88 F-63 Furnish&Install 30-Inch Class 250 DIP Sewer Main 8'-12'Deep LF $ 780.0 89 F-64 Furnish&Install 36-Inch PS 115 PVC Sewer Main 4'-8'Deep LF $ 800.0 90 F-65 Fumish&Install 36-Inch PS 115 PVC Sewer Main 8'-12'Dee LF $ 700.0 91 F-66 Furnish&Install 36-Inch DR-21 PVC Sewer Main I T+Dee LF $ 800,0 92 F-67 Fumish&Install 36-Inch Class 250 DIP Sewer Main 4'-8'Deep LF $ 680.0 93 F-68 Fumish&Install 36-Inch Class 250 DIP Sewer Main 8'-12'Deep LF $1,000.0 94 Sanitary Sewer Lateral Clean-Out Including eut4n wye and all appurtenances for cornplete Installation 95 F-69 Sanitary Sewer 6'Lateral&Clean-out(single) <T depth to main EA $2,500.0 96 F-70 Sanitary Sewer 6'Lateral&Clean-out(double) <T depth to main EA $3 000.0 97 F-71 Sanitary Sewer 6"Lateral&Clean-out(single) >7'depth to main M$4,000.0( 98 F-72 Sanitary Sewer 6'Lateral&Clean-out(double) >7'depth to main 99 F-73 Sanitary Sewer 8'Lateral&Clean-out(single) 100 F-74 Sanitary Sewer 8"Lateral&Clean-out(double)101 Furnish&Install Gate Valve&Valve Box 102 F-75 4"Gate Valve&Valve Box 103 F-76 6"Gate Valve&Valve Boz S10.00 104 F-77 6"Plug Valve&Valve box EA 105 F-78 8'PWa Valve&Valve box EA S 2'10000 106 F-79 10"Plug Valve&Valve box EA $ 4,000.00 107 F-80 12'Plug Valve&Valve box EA S 7,000.00 I0g F-81 16'Plug Valve&Valve box FA S 0,00.00 109 F-82 20"Plug Valve&Valve box EA S 1'000.00 110 Furnish&Install Tapping Sleeve with Valve&Valve Box S 20,000.00 III F-83 4"x 4'Tapping Sleeve wNalve&Valve Box EA S j 1 12 F-84 6'x 4-Tapping Sleeve wNalve&Valve Box EA 113 F$5 6'x 6"Tapping Sleeve wNalve&Valve Box EA 114 F-86 8"x 4'Tapping Sleeve wNalve&Valve Box EA 115 F-87 8'x 6"Tapping Sleeve wNalve&Valve Box FA 116 F-88 8-x 8"Tapping Sleeve wNalve&Valve Box EA )3 117 F-89 10-x 4"Tapping Sleeve wNalve&Valve Box EA 3.81)(100 118 F-90 10"x C Tapping Sleeve wNalve&Valve Box EA 119 F-91 10"x 8"Tapping Sleeve wNalve&Valve Box FA TTWW 120 F-92 10"x 10'Tapping Sleeve wlValve&Valve Box EA 121 F-93 12'x 4"Tapping Sleeve wNalve&Valve Box EA 122 F 94 12"x 6'Tapping Sleeve wNalve&Valve Box EA 5 )- 123 F-95 12'x 8'Tapping Sleeve wNalve&Valve Box EA 124 F-96 12"x 10"Tapping Sleeve wNalve&Valve Box EA 125 F-97 12'x 12"Tapping Sleeve wNalve&Valve Box EA 126 FA8 16"x 6"Tapping Sleeve wNalve&Valve Box EA ) 27 F-99 16'x 8"Tapping Sleeve wNalve&Valve Box EA WW 1 78 F-100 16"x 10"Tapping Sleeve wNalve&Valve Box EA 129 F-101 16'x 12"Tapping Sleeve wNalve&Valve Box EA 130 F-102 16"x 16"Tapping Sleeve wNalve&Valve Box EAR 131 F-103 18"x 6'Tapping Sleeve wlValve&Valve Box EA T= 132 F-104 18'x 8"Tapping Sleeve wNalve&Valve Box EA 133 F-105 18"x 10'Tapping Sleeve wNalve&Valve Box EA by 134 F-106 18"x 12"Tapping Sleeve wNalve&Valve Box EA TTFUT 135 F-107 18'x 16"Tapping Sleeve wNalve&Valve Box EA i 136 F-108 18"x 18'Tapping Sleeve wNalve&Valve Box EA 137 F-109 20'x 6"Tapping Sleeve wlValve&Valve Box EA 138 F-110 20"x 8"Tapping Sleeve wNalve&Valve Box EA 139 F-111 20"x 10'Tapping Sleeve wNalve&Valve Box FA J 140 F-112 20"x 12'Tapping Sleeve wNalve&Valve Box EA S 17j 00,00 141 F-113 20"x 16"Tapping Sleeve wNalve&Valve Box "�r_;.,,- -..i r , -- EA r 147 F-114 20'x 20"Tapping Sleeve wNalve&Valve Box 7 Ph One- s' F"X rr.; .t5P IFI3#20-106 SCHEDULE OF UNIT PRICES A B C D F G H 1 143 F-115 36"x 18"Tapping Sleeve w/Valve&Valve Box EA S.17.000.00 144 F-116 36"x 24'Tapping Sleeve w/Valve&Valve Box EA S36,0W.00 145 F-117 36"x 30"Tapping Sleeve wNalve&Valve Box EA TTRUX 146 F-11 B lWastewater Force Main 2'Air Release Valve w'Manhole EA 147 F-119 lWastewater Force Main 2"or 3"AirNacuum Valve EA 14g F-120 lWastewaler Force Main 2"xl",2"x2",2"x3'Combination Air Valve w/Manhole EA 149 IFurnish&Install Line Slop inclusive of all appurtenances for a complete installation 150 F-121 4"Insertion Line Stop EA S ;,ow 00 151 F-122 6'Insertion Line Slop EA 152 F-123 8"Insertion Line Stop EA 153 F-124 10"Insertion Line Stop EA 154 F-125 12"Insertion Line Slop EA 155 F-126 16'Insertion Line Stop EA 156 F-127 18'Insertion Line Stop EARUT 157 F-128 20'Insertion Line Slop EA7_17mu 158 F-129 24"Insertion Line Stop EA 159 F-130 30"Insertion Line Stop EA TTW 160 F-131 36"Insertion Line Stop EA , 161 Fumish&Install new Standard Precast Concrete 48"diameter Manhole Structure to Include Bench work and Ring and Cover including City approved coatings(inside 162 F-132 0'-4'FT Deep EA 163 F-133 4'-6'FT Deep EA 164 F-134 6'-8'FT Deep EA 165 F-135 18'-10'FT Deep EA 166 F-136 I 10'-17 FT Deep EAOW.00 167 F-137 I 17-14'FT Deep EA 168 F-138 14'-16'FT Deep EA 169 F-139 16'-20'FT Deep EA 170 MISCELLANEOUS 171 F-140 Core drip exist manhole(Any size) EA S 11M.00 F-141 SANITARY CREW A-Includes a foreman,3 experienced workers,layout,excavating,installing and backfilling equipment HR S 46000 necessary for concrete,PVC,HDPE or metal pipe laying or repair up to 36"diameter.Material costs shall be included with 172 invoice with maximum 15%markup. 173 174 WATERM,A1N" 175 "Prices Quoted in the Water Main Section are Interchangeable with Raw Water Lines as needed 176 WATERMAIN-includes all fittings,appurtenances,restraints and restoration for a complete installation. Includes testing:density,pressure and 177 W-1 Furnish&Install 4-Inch C-900 DR-18 PVC Water Main LF S 30.00 178 W-2 Furnish&Install 4-Inch Class 350 DIP Water Main LF S 40.00 179 W-3 Furnish&Install 6-Inch C-900 DR-18 PVC Water Main LF 3�o. 180 W-4 Furnish&Install 6-Inch Class 350 DIP Water Main LF 4' 181 W-5 Furnish&Install 8-Inch C-900 DR-18 PVC Water Main - LF S 40 QO 182 W-6 Furnish&Install 84nch Class 350 DIP Water Main LF S 50.00 183 W-7 Furnish&Install 10-Inch C-900 DR-18 PVC Water Main LF S 46.00 184 W-8 Furnish&Install 10-Inch Class 350 DIP Water Main LF 55 00 185 W-9 Furnish&Install 12-Inch C-900 DR-18 PVC Water Main LF S 30.00 186 W-10 Furnish-&Install 124nch Class 350 DIP Water Main LF S 65.00 187 W-11 Furnish&Install 16-Inch C-905 DR-18 PVC Water Main LF S 7 00 188 W-12 Furnish&Install 164nch Class 250 DIP Water Main LF S 100 D 189 W-13 Furnish&Install 18-Inch C-905 DR-18 PVC Water Main LF S 83.00 190 W-14 Furnish&Install 184nch Class 250 DIP Water Main LF 110.00 191 W-15 lFurnish&Install 20-Inch C-905 DR-18 PVC Water Main LF S 110.00 192 W-16 I Furnish&Install 20-Inch Class 250 DIP Water Main LF S i;0.00 193 W-17 Furnish&Install 24-Inch C-905 DR-18 PVC Water Main LF S 140.N 194 W-18 Furnish&Install 24-Inch Class 200 DIP Water Main LF S 160.00 195 W-19 Furnish&Install 30-Inch C-905 DR-21 PVC Water Main LF r 196 W-20 Furnish&Install 30-Inch Class 200 DIP Water Main LFS 2C0.00 197 W-21 Furnish&Install 36-Inch C-905 DR-21 PVC Water Main LF 0 198 W-22 Furnish&Install 36-Inch Class 200 DIP Water Main LF S 300 00 199 Furnish&Install Gate Valve&Valve Box 200 W-23 4"Gate Valve&Valve Box EA �S- 7(X1 201 W-24 6"Gate Valve&Valve Box EA a i T w�cv w�,� 202 W-25 8"Gale Valve&Valve Box EA 203 W-26 10"Gate Valve&Valve Box EA �. ! 204 W-27 12"Gate Valve&Valve Box EA ? S JW UJ 205 W-28 16"Gate Valve&Valve Box EA 206 Furnish&Install Butterfly Valve&Valve Box 207 W-29 14"Butterfly Valve&Valve Box EA 208 W-30 16"Butterfly Valve&Valve Box EA S 41 My M y 209 W-31 18'Butterfly Valve&Valve Box Ell T73WU 210 W-32 20"Butterfly Valve&Valve Box EA 211, W33 24"Butterfly Valve&Valve Box ;' .IS N-t�F-t t _ EA 604 Hillyrath Lantana, FL 33462 Phone (567.)S8$-i170 IFB#20-106 SCHEDULE OF UNIT PRICES A B c D F G H I 212 W-34 30'Butterfly Valve&Valve Box EA 213 W-35 36"Butterfly Valve&Valve Box EA 214 1 Furnish&Install Tapping Sleeve with Valve&Valve Box 215 W-36 4'x 4'Tapping Sleeve wNalve&Valve Box EA 216 W37 6'x 4"Tapping Sleeve wlValve&Valve Box EA 217 W-38 6'x 6"Tapping Sleeve wNalve&Valve Box EA 218 W-39 8"x 4"Tapping Sleeve wNalve&Valve Box Eq 219 W40 8"x 6"Tapping Sleeve wNalve&Valve Box EA 220 W-41 8"x 8'Tapping Sleeve wNalve&Valve Box EA 221 W-42 10"x 4"Tapping Sleeve wNalve&Valve Box EA 227 W43 10"x 6"Tapping Sleeve wNalve&Valve Box EA � 223 W-44 I 10'x 8'Tapping Sleeve wNahe&Valve Box EA 224 W45 10'x 10"Tapping Sleeve wNalve&Valve Box EA 225 W-46 12"x 4"Tapping Sleeve wNalve&Valve Box EA 226 W47 12'x 6"Tapping Sleeve wNalve&Valve Box EA 227 W46 12'x 8'Tapping Sleeve wNahe&Valve Box EA 228 W-49 12'x 10'Tapping Sleeve wNalve&Valve Box EA 229 W-50 12'x 12"Tapping Sleeve wNalve&Valve Box EA 230 W-51 16'x 6'Tapping Sleeve wNalve&Valve Box EA 231 W-52 16'x 8"Tapping Sleeve wNalve&Valve Box EA 232 W-53 16"x 10"Tapping Sleeve wNalve&Valve Box EA 233 W-54 16"x 12"Tapping Sleeve wNalve&Valve Box EA 234 W-55 16"x 16'Tapping Sleeve wNalve&Valve Box EA T Y 235 W-56 18"x 6"Tapping Sleeve wNalve&Valve Box EA 6>100.00 236 W-57 1a'x 8'Tapping Sleeve wNalve&Valve Box EA 1 237 W-58 18"x 10'Tapping Sleeve wNalve&Valve Box EA 238 W-59 18"x 12'Tapping Sleeve wNalve&Valve Box EA 239 W-60 18'x 16'Tapping Sleeve wNalve&Valve Box EA 240 W-61 18"x 18'Tapping Sleeve wNalve&Valve Box EA 241 W.62 20"x 6"Tapping Sleeve wNalve&Valve Box EA 7)00.00 242 W-63 20"x 8"Tapping Sleeve wNalve&Valve Box EA 243 W-64 20"x 10"Tapping Sleeve wNalve&Valve Box EA _ 744 W-65 20-x 12-Tapping Sleeve wNalve&Valve Box EA 245 W-66 20"x 16'Tapping Sleeve wNalve&Valve Box EA 246 W-67 20"x 20"Tapping Sleeve wNalve&Valve Box EA y 247 W-68 24"x 6"Tapping Sleeve wNalve&Valve Box EA 248 W-69 24'x 8'Tapping Sleeve wNalve&Valve Box EA 249 W-70 24'x 10"Tapping Sleeve wNalve&Valve Box EA 750 W-71 24"x 12"Tapping Sleeve wNalve&Valve Box EA 251 W-72 24"x 16"Tapping Sleeve wNalve&Valve Box EA TTWT 252 W-73 24"x 20'Tapping Sleeve wNalve&Valve Box EA 253 W-74 30"x 6'Tapping Sleeve wNalve&Valve Box EA 254 W-75 30'x 8'Tapping Sleeve wNalve&Valve Box EA 255 W-76 30"x 10"Tapping Sleeve wNalve&Valve Box EA 256 W-77 30'x 12"Tapping Sleeve wNalve&Valve Box EA TITUT 257 W-78 30'x 16"Tapping Sleeve wNalve&Valve Box EA 258 W-79 30'x 20'Tapping Sleeve wNalve&Valve Box EA 31 259 W-80 36"x 6'Tapping Sleeve wNahe&Valve Box EA 260 W-81 36'x 8'Tapping Sleeve wNalve&Valve Box EA 261 W-82 36'x 10"Tapping Sleeve wNalve&Valve Box EA 262 W-83 36'x 12"Tapping Sleeve w/Valve&Valve Box 263 W-84 36"x 16"Tapping Sleeve wNalve&Valve Box EA 264 W-85 36'x 20'Tapping Sleeve wNalve&Valve Box EA 5 33.800.00 265 W-86 36"x 24"Tapping Sleeve wNalve&Valve Box EA 266 W-87 36'x 30"Tapping Sleeve wNalve&Valve Box EA 267 Furnish&Install Line Stop includes all appurtenances for a complete installation 269 W-88 4"Insertion Line Stop EA S 269 W-89 6"Insertion Line Stop EA 270 W-90 8"Insertion Line Stop EA 271 W-91 10"Insertion Line Slop EA TTIrgy 272 W-92 12"Insertion Line Stop EA 273 W-93 16"Insertion Line Stop EA . 274 W-94 18"Insertion Line Slop EA J<. 275 W-95 20"Insertion Line Stop EA 276 W-96 36"Insertion Line Slop EA - )_ 277 Fire Hydrants,Sample Points,ARVs 278 W-97 Fire Hydrant Assembly w/6'Gate Valve,restraints,etc. EA , ) 279 W-98 Remove&Replace Fire Hydrant Assembly EA 290 W-99 Bollards for Fire Hydrant LS 281 W-100 Sample Points w/double strap saddle&corp stop EA 242 W-101 Sample Points on Fire Hydrants EA 604 hlillbrath Drive Lantana, FL 33462 Phone (361)588-1170 Fax (561)585-5252 IFB#20-106 SCHEDULE OF UNIT PRICES A B C D F G H 1 283 W-102 2'Blowoff piping with box EA S 1,01A.00 284 W-103 Water Main 1"Combination Air Release Valve w/Manhole(pipes 4'-16") EA 285 W-104 Water Main 2"Combination Air Release Valve w/Manhole(pipes larger than 16') EA 286 Water Services 287 W 105 Short Single service(1-2"Poly)(up to 10'long)includes meter box and all appurtenances except meter EA 288 W-106 Short Double Service(1-2"Poly)(up to 10'long)includes meter box and all appurtenances except meter EA 289 W-107 IShort Service for Meter Bank(2"Poly)(up to 10'long)(includes up to 3 services) EA 290 W-108 lAdditional services on short service meter bank EA 291 W-109 Long Single Service(1-2"poly w/3"casings)(up to 50'Long) EA 292 W-110 Long Double Service(1.2"poly w/3'casings)(up to 50'Long) EA 293 W-1 I I Long Service for Meter Bank(2"Poly)(up to 50'long)(includes up to 3 services) EA 5 '100.00 294 W-112 Additional services on long service meter bank EA 5 DOOM 295 Abandonment 296 W-113 Cut existing watermain and connect proposed watermain EA 297 W-114 Cut and plug existing watermain to be abandoned EA 298 W-115 Abandon&grout fill existing 4-6"watermain LF 299 W-116 Remove&dispose existing watermain LF 5 110.00 300 W-117 Repave&Dispose AC Water Main(actual cost reimbursement by City) __ 301 Miscellaneous W-118 WATER CREW A-Includes a foreman,3 experienced workers,layout,excavating,installing and backing equipment HR S 420 00 necessary for PVC.HOPE or metal pipe laying or repair up to 36"diameter.Material costs shall be inck ded with invoice 302 with maximum 15%markup. 303 304 STORM WATER 305 GRAVITY STORM SEWER-includes all fittings,appurtenances,dewatering and restoration for a com lete installation 306 S-1 Furnish&Install 12-Inch PVC Sewer Main 0'-6'Deep LF 3 307 S-2 Furnish&Install 12-Inch PVC Sewer Main 6'-R'Deep LF 308 S-3 Furnish&Install 12-Inch RCP Sewer Main 0'-6'Deep LF 309 S.4 Furnish&Install 12-Inch RCP Sewer Main 6'-8'Dee LF 310 S-5 Furnish&Install 12-Inch HOPE Sewer Main 0'-6'Deep LF 311 S-6 Fumish&Install 12-Inch HOPE Sewer Main 6'-8'Deep LF 312 S-7 Furnish&Install 15-Inch RCP Sewer Main 0'-6'Dee LF 313 S-8 Furnish&install 15-Inch RCP Sewer Main 6'-R'Deep LF 314 S-9 Furnish&Install 18-fnch PVC Sewer Main 0'-6'Dee LF 3 15 S-10 Furnish&Instal 18-Inch PVC Sewer Main 6'-8'Dee LF 316 S-11 Furnish&Instal 18-Inch RCP Sewer Main 0'-6'Deep LF 317 S-12 Furnish&Instal 18-Inch RCP Sewer Main 6'-8'Deep LF 318 S-13 Furnish&Instal 0'-6'1 B-Inch HOPE Sewer Main Dee LF < RT 319 S-14 lFurnish&Install 18-Inch HOPE Sewer Main 6'-8'Deep LF 320 S-15 Furnish&Instal 24-Inch PVC Sewer Main 0'-6'Deep LF 321 S-16 Furnish&Install 24-Inch PVC Sewer Main 6'-8'Dee L-F 322 S-17 Furnish&Install 24-Inch RCP Sewer Main 0'-6'Deep LF 5 <. 323 S-18 Furnish&Install 24-Inch RCP Sewer Main 6'-8'Deep LF 324 S-19 Fumish&Install 24-Inch HOPE Sewer Main 0'-6'Deep LF 325 S-20 Furnish&Install 24-Inch HOPE Sewer Main 6'-8'Deep LF 326 S-21 Furnish&Install 30-Inch PVC Sewer Main 0'-6'Dee LF 327 S-22 Furnish&Install 30-Inch PVC Sewer Main 6'-8'Deep LF 328 S-23 Furnish&Install 30-Inch RCP Sewer Main 0'-6'Deep LF 329 S-24 Furnish&Instal 30-Inch RCP Sewer Main 6'-R'Deep LF 330 S-25 Furnish&Install 30-Inch RCP Sewer Main R'-10'Deep LF 331 S-26 Furnish&Install 36-Inch PVC Sewer Main 0'-6'Dee LF 332 S-27 Furnish&Install 36-Inch PVC Sewer Main 6'-8'Deep LF 333 S-28 Furnish&Install 36-Inch RCP Sewer Main 0'-6'Deep LF 334 S-29 Furnish&Install 36-Inch RCP Sewer Main 6'-8'Deep LF 335 S-30 Furnish&Install 36-Inch RCP Sewer Main 8'-10'Dee LF 7 WT 336 S-31 Furnish&Install 42-Inch PVC Sewer Main Roo 337 S-32 Furnish&Install 42-Inch PVC Sewer Main '-6'Dee LF < 333 S33 Furnish&Install42-Inch RCP Sewer Main 6'-3'Dee LF 0'-6'Deep LF 339 S-34 Furnish&Install 42-Inch RCP Sewer Main 6'-R'Deep LF 340 S-35 Furnish&Install 42-Inch RCP Sewer Main 8'-10'Dee LF 07 341 S-36 Furnish 'ish&Install 484nch RCP Sewer Main 34 -6'Dee LF a.. 2 S-37 Furnish&Install 48-Inch RCP Sewer Main 6'--R'Dee LF 5 4180.00 343 S-38 Furnish&Install 48-Inch RCP Sewer Main 8'-10'Dee LF ) 344 S-39 Furnish&Install 48-Inch RCP Sewer Main 10'-12'Dee LF _ ) 345 S-40 Furnish&Install 54-Inch RCP Sewer Main 0'-6'Dee LF 346 S-41 Furnish&Install 54-Inch RCP Sewer Main 7� 347 S-42 Furnish&Install 54-Inch RCP Sewer Main 6'-8'Dee LF 8'-10'Dee LF ) T 348 S-43 Furnish&Install 54-Inch RCP Sewer Main 10,-15'Deep LF 349 S-44 Furnish&Install 60-Inch RCP Sewer Main 0'-6'Deep LF a . 350 S45 Furnish&Install 60-Inch RCP Sewer Main 6'-8'Dcep LF I,tl 351 S-46 Furnish&Install 60-Inch RCP Sewer Main 8'-10'Dec LF 352 S47 Furnish&Install 60-Inch RCP Sewer Main 10'-15'Deep LF u(I 604 H1111brath Drive, Lantana, FL 33462 Phone(561)588-1.170 Fax (561)585-5252 IFB#20.106 SCHEDULE OF UNIT PRICES A B C D 111 F G H I 353 S48 Fumish&Install 66-Inch RCP Sewer Main 0'-6'Deep LF S �M.00 354 S49 Fumish&Install 66-Inch RCP Sewer Main 6'-8'Dee LF 355 S-50 Fumish&Install 66-Inch RCP Sewer Main 8'-10'Deep LF 356 S-51 Fumish&Install 66-Inch RCP Sewer Main 10'-15'Deep LF 357 S-52 Fumish&Install 72-Inch RCP Sewer Main 0'-6'Deep LF 358 S-53 Furnish&Install 72-Inch RCP Sewer Main 6'-8'Dee LF J . 359 S-54 Fumish&Install 72-Inch RCP Sewer Main 8'-10'Dee LF 360 S-55 Furnish&Install 72-Inch RCP Sewer Main 10'-15'Deep LF 361 Fumish&Install new Standard Precast Concrete 48"diameter Manhole Structure to include Bench and Ring and Cover including City approved coatings(inside and 362 S-56 0'-4'FT Deep EA 363 S-57 4'-6'FT Deep EA 364 S-58 6'-8'FT Deep EA 365 S-59 &-10'FT Deep EA 366 S-60 10'-12'FT Deep EA F 367 S-61 12'-14'FT Deep EA 368 S-62 14'-16'FT Deep EA 369 S-63 16-20'FT Deep EA 370 Outfall Check Valves-includes pipe cleaning and installation for complete system 371 S64 IS WAPRO Check Valve EA S S IDA 372 S65 18-WAPRO Check Valve EA 373 S-66 24'WAPRO Check Valve EA 374 S67 36'WAPRO Check Valve EA 375 S68 42'WAPRO Check Valve EA 5 J) 376 S-69 48"WAPRO Check Valve EATIY—WW 377 S-70 54"WAPRO Check Valve TT,2ww 378 S-71 60"WAPRO Check Valve EA TTIMY 379 S-72 66"WAPRO Check Valve EA 380 S-73 72'WAPRO Check Valve EA TV—VTf 381 MISCELLANEOUS S-74 STORM CREW A-Includes a foreman.3 experienced workers,layout,excavating,installing and backfilling equipment HR S 460.00 necessary for concrete,PVC.HDPE or metal pipe Laying or repair up to 36'diameter.Material costs shall be included with 382 invoice with maximum 15%markup. S-75 STORM CREW B-Includes a foreman,3 experienced workers.layout,excavating,installing and backfdsg equipment HR S 600.00 necessary for concrete,PVC,HOPE or metal pipe Laying or repair 36"to 72'diameter.Material costs shell be included with 383 invoice with maximum 15%markup. 394 385 REBTORAIMI M 386 387 R-1 Removal and disposal of 6"thick concrete SF S 10.00 388 R-2 Fumish&Install 4"Concrete without wire SF 389 R-3 Fumish&Install 6"Concrete without wire SF 390 RA Fumish&Install ADA compliant delectable surface EA 391 R-5 Fumish&Install FDOT Type'D"Curb-by hand LF 392 R6 Fumish&Install FDOT Type'D"Curb-by machine LF 393 R-7 Fumish&Install FOOT Type'F'Curb-by hand LF 394 R-8 Furnish&Install FOOTType'F'Curb-bymachine LF 395 R-9 Fumish&Install FOOT Valley Gutter-by hand LF 396 R-10 Fumish&Install FOOT Valley Gutter-by machine LF 397 R-11 Fumish&Install Bahia Sod-up to 1000 SF SF 398 R-12 Fumish&Install Bahia Sod-over 1000 SF SF 399 R-13 lFumish&Install Floratam Sod-up to 1000 SF SF 400 R-14 Furnish&Install Floratam Sod-over 1000 SF SF < 401 R-15 Fumish&Install FDOT seed&mulch mix SY 402 R-16 Fumish Operator,Water Truck and Irrigate Sod or Seed Mix HR 403 R-17 Removal and Disposal of Existing Asphalt Pavement SY 404 R-18 Mill Existing Pavement(3/4'-1"avg) SY 405 R-19 Furnish and Install Asphalt Overtay,Type S-III(314"-1"avg) SY 406 R-20 lFurnish and Install 1-112"Type S-1 Asphalt First Course SY 407 R-21 I Fumish and Install 1"Type 3-111 Surface Course SY 408 R-22 Fumish and Install 1-1/2"SP-12.5 Asphalt First Course in FDOTIPBC Rightof Way SY 30.00 409 R-23 Fumish and Install 1*Type FC-9.5 Asphalt Surface Course in FDOTIPBC Right of W ay SY 410 R-24 FDOT Flowable Fill(Excavatable) CY 411 R-25 Leak Repairs(structures)-Grouting GAL d . 417 R-26 Ground Stabilization Grouting CY 413 R-27 6"Limerock/Crushed Concrete Base,primed SY 414 R-28 8"Limerock/Crushed Concrete Base,primed SY ) [418 R-29 12'Compacted Subgrade,98%T-180 SY R-30 Adjust manhole ring and cover to grade EA rJU. R-31 Adjust valve box to grade EA J 1. R-32 Brick paver remove/replace(1 1/2"sand,6"limerockbase,12'compacted subgrade) SF CURED41N-PLACE PIPE LINING` 604 H111brath Dri",. Lantana, `_L 33462 Phony(561}S8� i17 , 6 'N.f4F11Cct,_:'�r IFB#20-106 SCHEDULE OF UNIT PRICES A B C I D 14 F G H 1 421 'Cured-in-place lining prices shall be inclusive of pre-video,cleaning,post-video and anything else for a complete installation in gravity sanitary or storm sewer 422 L-1 Furnish and install W-12"diameter CIPP sectional finer,up to 6-fit in length EA 423 L-2 Furnish and install 6'-12"diameter CIPP sectional liner,beyond 6-ft In length,all depths LF TWW 424 L-3 Furnish and install 15"-18'diameter CIPP sectional finer,up to 6-ft in length U 425 L4 Furnish and install 15'-18'diameter CIPP sectional liner,beyond 6-ft in length,all depths LF 426 L-5 Furnish and install 21"diameter CIPP sectional finer,up to 6-ft in length FA 427 L-6 Furnish and install 21"diameter CIPP sectional liner,beyond 6-R in length,all depths LF 428 L-7 Furnish and install 8'diameter CIPP liner 04 depth I LF ;), 29 L-8 Furnish and install 8'diameter CIPP liner 8-17 depth LF 430 L-9 Furnish and install 8"diameter CIPP liner 17+depth LF ), 431 L-10 Furnish and install 10"diameter CIPP liter 0-8'depth LF 432 L-11 Furnish and instal 10'diameter CIPP liner 8-12'depth LF 5 ) .00 433 L-12 Furnish and instal IT diameter CIPP finer 17+depth LF 434 L-13 Furnish and install 12"diameter CIPP liner 0-8'depth LF ) 435 L-14 Furnish and install 12"diameter CIPP liner 8-12'depth lF I 436 L-15 Furnish and install 12'diameter CIPP liner 12'+depth LF ). 437 L-16 Furnish and install 15"diameter CIPP finer 04 depth LF 438 L-17 Furnish and install 15"diameter CIPP liner 8-17 depth LF 5 95.00 439 L-18 Furnish and instal 1S diameter CIPP finer IZ+depth LF 440 L-19 Furnish and install 18'diameter CIPP liner 0-8'depth LF )_ 441 L-20 Furnish and install 18"diameter CIPP finer 8-17 depth lF 442 L-21 I Furnish and Install 18"diameter CIPP liner 17+depth L F 443 L-22 I Furnish and install 20-21'diameter CIPP finer 0.8'depth LF 444 L-23 Furnish and install 20-21"diameter CIPP finer 8-17 depth LF IE 445 L-24 Fumish and install 20-21'diameter CIPP firer 17+depth LF 446 L-25 Furnish and install 24"diameter CIPP liner 0-6 depth LF ) 447 L-26 Furnish and instal 24"diameter CIPP liner 8-17 depth LF 448 L-27 Furnish and install 24"diameter CIPP liner 12'+depth LF 449 L-28 Furnish and instal 30'diameter CIPP liner 0-9 depth LF 3 450 L-29 Furnish and install 3W diameter CIPP liner 847 depth LF 451 L-30 Furnish and install 30'diameter CIPP liner 12'+depth LF ) 452 L-31 Furnish and instal 36'diameter CIPP finer 0$depth LF 453 L-32 Furnish and install 36'diameter CIPP liner 8-17 depth LF ). 454 L-33 IFumish and instal 36"diameter CIPP liner 17+depth LF 455 456 BY-PASS PUMP SET UP VMH BY-PASS PUMPING 457 458 BPA Bypass 4"Pump Including setup and monitoring DAY S 111W.00 459 BP-2 Bypass 6'Pump Including setup ud mo^itorih9 DAY 460 BP-3 Bypass 8'Pump Including.wtup and monitoring DAY 461 BP-4 Bypass 10'Pump Including setup end monill DAY a. 462 463 VWLL POW SYSTEM AND DEMATERING 464 465 WP-1 lWell Pant system up to 50 points complete with pump and jetting equipment,and Monitoring DAY S 11800 Q 466 WP-2 I Well Pant system with more than 50 points complete with pump and jetting equipment,and Monitoring DAY 467 468 IMPORTED BACKFILL&REMOVAL OF IN-SffU MATERAL 469 470 BF-1 Removal&Disposal of unsuitable in-situ materiallsol CY S .00 471 BF-2 Imported Backlill&Compaction CY )U. 472 473 474 aOHr SON-F)XVIS, 604 I hlih nt�: IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater Additional Price List Bidders may at their own discretion provide pricing for additional goods or services offered if available. The additional price list shall not be taken into consideration in award process but may be considered in the case bidder is awarded the contract(s)and additional items may be required by the City. Additional Services(include different type of equipment, services or labor): N/A Name of Bidder: Johnson-Davis Incorporated Address: 604 Hillbrath Drive, Lantana ST FL Zip 33462 Phone: ( 561 ) 588-1170 Email: ccryer@johnsondavis.com Print Name: Wm- ClpfKg. Cryer Title: Estimating Manager SIGNATURE: Date: 5/12/2020 29 (B5) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater SUBSTITUTION SHEET This form must be completed if a Bidder proposes to deviate from any IFB requirements including, but not limited to, proposed material specifications, proposed method, construction schedule, or phasing plan. DESCRIPTION OR MAKE PROPOSED BID ITEM NO. SPECIFIED SUBSTITUTION N/A J0HNISON-DAVIS, INC 604 11illbrath Driva Lantana, FL 33462 M10ne(-;62)5,g8-,j-,0 F (561)535-5252 30 (B6) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater (B6) JOHNSON-DAVIS, INC SCHEDULE OF SUBCONTRACTORS 604 Hillbrath Drive Lantana, FL 33462 The following is a complete list of all sub-contractors utilized for this project(s): Phone (561)588-1170 Fax(561)585-5252 �. Due to the scope of work no preselected subcontractors are listed. (company name) (type of work) JDI will only utilize subcontractors/vendors that are approved by the city of Lake Worth Beach. (address) (tel.#) (zip code) (federal I.D.#) 2. (company name) (type of work) (address) (tel.#) (zip code) (federal I.D.#) 3. (company name) (type of work) (address) (tel.#) (zip code) (federal I.D.#) Authorized Signature: Wm.Clark C. Cryer,Est. Mgr. Note: The a e 6 s edule of subcontractors will become a part of the awarded contract documents. Change made to the above schedule of subcontractors after the contract has been executed must be s mitted in writing to the City for approval prior to that sub-contractor performing any work. 31 (B7) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater CONTRACTOR VERIFICATION FORM PRIME BIDDER: Name of Firm: Johnson-Davis Incorporated Address: 604 Hillbrath Drive, Lantana, FL 33462 Telephone: ( 561 ) 588-1170 Fax: ( 561 ) 585-5252 Email: ccryer@johnsondavis.com CONTRACTOR OF RECORD: Name: Johnson-Davis Incorporated Address: 604 Hillbrath Drive, Lantana, FL 33462 Telephone: ( 561 ) 588-1170 Email: ccryer@johnsondavis.com State License# CUC043087 (ATTACH COPY) County License# 199306319, 199306318 (ATTACH COPY) Type of License: LOCAL BUSINESS TAX RECEIPT Unlimited No (yes/no) UNDERGROUND UTILITY & EXCAVATION, If"NO", Limited to what trade? CW UNDERGROUND UTILITY& Is the Licensee a full-time employee of Prime Bidder? X Yes No Will the Licensee be in responsible charge of the work performed and installed under this contract? X Yes No Failure to fully or accurately complete this form may be cause for rejection of the bid. 32 F� 0- O Z W O r ry W E J z u `L Z w Q Dhi -� LU DC LLJ c w DC a LL. w a 4-1 Q O Q m w D = o Q Z U> < o o v = cn F-- p cV u Ln Q 0 Z Z 4 v� N N E i O V) Z W ct� p a c� 0 CY) r a) o _ W W p >LLI d. J O V O F- 0- EEM u `^ O o � E— O inD '` c7 tea' z � OzF- O d. V w � W Z t �_ m W " ° (Ao a m y� c H c - G 1-4 �11 L■■ a � V wuu ` Z - z zI— a ww Oz L� o ooZZU VQZLL L ~ m F J � _ 04,. a ( o u z 0 W N O p O Z ? >O Q w v W � d u O w Q o ,N N Y W 4,31, rT� Z w w ry D D w t e•� 0 Q u i w V I.L W _ w Q u- W O Q � D O O Q m W Q Z Z Ln F- . Q C u Ln 0 Z �N O� a v Z (� _Z Q 'J F— O� N c o O to Z W Q U Q N N , " Q W LW w LL pw � N "� -' O V = OJ CAM ccq ~n LL. Q ZO °o J Z I— a 2 L1J co v O OQ > j � � Qm 2 < a W cn Q Cl- Q Q Z D o o 4 ° i— cn Z u Q = Q Z Z a L V~? Z Z c� U-) Z F- uLL _� m V F- Z X > Q O OC � �_ L1J LL w +, O E"' QZ Q Of c w W Z 0 = V aj o O F- V ry- o DC C) u Q Z u W w � � 2 NI -,- .._.......... .... .. . I� O Z O — c ~ E v D _ _0 p� Q N v W � t Q w w v O I- v Q m O o Z t7 0 LL c o CU O z V) :r oJ v ° > \ 00 cn f NO — a c U - cca w a; i i i w '+tj V cn Q w 1 u o U. Z to 7- ,!�!' > m m W n, o v O Q O Q JQ a i W c s H W Z u Q ►1i,-, Q = Q Z z v L H Z Q = J z �t � W p In L Z U J O � z Z E_- r o m O pca oV Wu. DZ T) O U-) W 3 ej o Z p Q w Z J V O a. a - V w E— = o F- �. v Q a T o W F— N k.. ArV!" •L 't' C A N N E ivy. G A N :NON P.O, Box 3353,West Palm Beach,FL 33402-3353 "LOCATED AT" CONSTITUTIONAL TAX COLLECTOR wvow pbctax.com Tel:(561)355-2264 Serving Palm Beech Cmrntu 604 HILLBRATH DRIVE Serving you. LANTANA, FL 33462-1656 TYPE OF BUSINESS OWNER I CERTIFICATION ti I RECEIPT,7VDATE PAID AMT PAID I BILL tt 23-069(UNDER GROUND UTILITY 8 EXCAVATION JOHNSON SCOTT J I CUC043087 U19 576611-07,1 u19 $99.00 1340136088 This document is valid only when receipted by the Tax Collector's Office STATE OF FLORIDA PALM BEACH COUNTY B3 225 2019/2020 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC LBTR Number: 199306319 JOHNSON DAVIS INC EXPIRES: SEPTEMBER 30, 2020 604 HILLBRATH DR LANTANA, FL 33462-1656 This receipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. 0 A N N F lN1. G A N N O P P.p-Box 3353,West Palm Beach,FL 33402-3353 CONSTITUTIONAL TAX COLLECTOR. www.pbctax.com Tel:(561)355-2264 -LOCATED AT— CONSTITUTIONAL ln�11ulnl Feline Lr,wrt,r 604 HILLBRATH DRIVE Serving t t1u. LANTANA, FL 33462-1656 TYPE OF BUSINESS UN EIPT rNER CERTIFICATION a REC q;DATE PAID 23-013?C4+/UIJCERGROUND UTILTY AdT PAID B LL? JOHNSON SCOTT J C00043087 U 19 576611-07!1 U 19 $185.85 B4U136089 This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 62-225 2019/2020 LOCAL BUSINESS TAX RECEIPT JOHNSON DAVIS INC JOHNSON DAVIS INC LBTR Number: 199306318 604 HILLBRATH DR EXPIRES: SEPTEMBER 30, 2020 LANTANA, FL 33462-1656 This receipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. (B8) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater LIST OF REFERENCES 1. Owners Name &Address: Town of Jupiter, 210 Military Trail, Jupiter FL 33458 Project: Stormwater Utility Infrastructure Repairs (S1628) Contact Person: Amanda Barnes, Assistant Director of Utilities Telephone: (561) 741-2537 Fax: (561) 747-5634 E-Mail: amandab@jupiter.fl.us 2. Owner's Name &Address: Palm Beach County Water Utilities Department, 8100 Forest Hill Blvd, West Palm Beach, FL 33413 Project: Pipeline Continuing Construction Contract 2016 WUD 16-013 Contact Person: Joseph Tanacredi, Project Manager Telephone: (561) 493-6000 Fax: (561) 740-4634 E-Mail: Tanacredi@pbcwater.com 3. Owner's Name&Address: Boynton Beach Utilities Department, 124 E. Woolbright Rd, Boynton Beach, FL 33435 Repairs and Emergency Services for Water Distribution,Wastewater Project: Collection and Storm Water Utility Systems 019-2821-19/IT Contact Person: Christopher Roschek Telephone: (561) 742-6413 Fax: (561) 742-6298 E-Mail: roschekc@bblf.us 10HIN'SON-DAVIS, !i,`C 604 Hillbra±^ Dr';:;I Lantana. R_ :;r> Phone 33 (B9) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater AFFIDAVIT OF PRIME BIDDER Re Non-collusion and Public Entity Crime State of FLORIDA } County of PALM BEACH } Wm. Clark C. Cryer being first duly sworn, disposes and says that: (Name) 1. I am the Estimating Manager of Johnson-Davis Inc. the (Title) (Name of Company) Bidder that has submitted the attached bid; 2. 1 am fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham Bid in connection with the contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to secure through any collusion,conspiracy,connivance or unlawful agreement any advantage against the City of Lake Worth Beach, or any person interested in the proposed Contract; and 5. The following Officer, director or agent of Bidder is also an employee of the City of Lake Worth Beach. None (if none, write"None"). 6. The following employees of the City of Lake Worth Beach, own, directly or indirectly, an interest of 10% or more in Bidder firm or any of its affiliates or subsidiaries: None (if none, write "None"). 7. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 8. Neither the Bidder nor any officer, director, partner, shareholder, employee, member or agent, who is active in the management of Bidder, or any affiliate or subsidiary of Bidder has been convicted of a public entity crime or action regarding antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy or material misrepresentation with respect to any bid or contract for goo or services to be provided to any public entity, or has been listed on the state Convicted Vendor List it hi thirty-six months prior to the date of Bidder's Bid. (Signed (Print Nam Mm lark C. Cryer (Title) (Stimating Manager The foregoing Affidavit of Bidder regarding Non-Collusion and Public Entity Crime was acknowledged before me this Jl day of 2018 by _Cr�zv , who is (title) of , tQ: and who �personally_kno r)to me or who ha produced as identification. DAWN M.CELONA •fair... � °'?' Commission#GG 155920 Expas November 14,2021 Motary Public 11rFoi�oP.+ jMU Ttoy FOto h81Ha"800 38�7U19 34 (s1 0) IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder, in accordance with Florida Statute 287.087, hereby certifies that Johnson-Davis Incorporated does: (Name of Business) 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 violation of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' 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 this 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 contendre to any violation of Chapter 1893, 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 th' irr complies fully with the above requirements. z,��� =. Clark thorized Signature Print Name: C. Cryer, Est. Mgr._ 5/12/2020 Date 35 IFB #20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater (1311) CAMPAIGN CONTRIBUTION STATEMENT This IFB is subject to Section 2-101of the City of Lake Worth Beach Code of Ordinances regarding campaign contributions which provides: Sec. 2-101. -Additional and supplemental disclosures requirements. (a) Any elected official of the City of Lake Worth Beach, who is a current sitting member of the city commission and has accepted an election campaign contribution in an amount that is more than one hundred dollars ($100.00)from an individual or business entity having an interest in a matter before the city commission in which the city commission will take action, must publically disclose, both verbally and in writing, such contribution prior to any discussion or vote on the matter. The written disclosure must be submitted to the city clerk. (b) Any applicant coming before the city commission for an award of a contract with the city and who has made an election campaign contribution in an amount that is more than one hundred dollars ($100.00)to any elected official of the city commission, who is a current sitting member of the commission, must disclose such election campaign contribution, verbally and in writing, during the application or bidding process and before the award of the contract. Vendor to complete: Check which statement applies, fill in the requested information,if applicable, and sign below. [X] Neither the undersigned business nor any of its owners or officers contributed more than $100.00 to the campaign of a sitting City Commission member. [If you checked this statement, you are done and may sign below.] [ ] The undersigned business or one or more of its owners or officers contributed more than $100.00 to the campaign of a sitting City Commission member. All such contributions are listed below and on the attached sheet of paper (if more room is needed). [If you checked this statement, please fill in the information requested below and sign below.] 1. contributed a total of $ to the campaign of City Commission member 2. contributed a total of $ to the campaign of City Commission member 3. contributed a total of $ to the campaign of City Commission member 4. contributed a total of $ to the campaign of City Commission member Signature: I hereby certify that the above statements are true and correct to the best of my knowledge and I understand that a false or inaccu tatement may result in the rejection of this bid/proposal/submittal or the immediate termination of any resyplt'g agr ement with the City of Lake Worth Beach. BY'' Name: m. Clark C. Cryer Print Title: Estimatin Manager PrintN e of Business: Johnson-Davis Incorporated 36 Commissioner/Mayor to complete: Check which statement applies, fill in the requested information, if applicable, and sign below. [ ] Neither the above referenced business nor any of its owners or officers contributed more than$100.00 to my campaign. [If you checked this statement, you are done and may sign below.] [ ] The above referenced business or one or more of its owners or officers contributed more than$100.00 to my campaign. All such contributions are listed below and on the attached sheet of paper (if more room is needed). [If you checked this statement, please fill in the information requested below and sign below.] contributed a total of$ to my campaign. contributed a total of$ to my campaign. contributed a total of$ to my campaign. contributed a total of$ to my campaign. Signature: I hereby certify that the above statements are true and correct to the best of my knowledge and I understand that a false or inaccurate statement may result in the rejection of this bid/proposal/submittal or the immediate termination of any resulting agreement with the City of Lake Worth Beach. By: Print Name: For City Clerk's Use Only. THIS SECTION SHALL BE COMPLETED ONLY IF THERE IS A CAMPAIGN CONTRIBUTION LISTED ABOVE BY THE VENDOR OR COMMISSION MEMBER. Applicable campaign contributions were disclosed in writing above, and prior to the award of the contract, the following statements were verbally made at the City Commission Meeting on the day of , 201 Check all that apply. Commissioner/Mayor verbally disclosed the campaign contribution(s) set forth above. Vendor, verbally disclosed the campaign contribution(s) set forth above. OHNSON-DAVIS, INC 604 Hillbrath Drive Lantana, FL 33462 Phone(561)588-i170 Fax(561)585-5252 37 IFB # 20-106 Emergency Utility Repairs for Water, Wastewater and Stormwater (1312) SCRUTINIZED COMPANIES CERTIFICATION FORM By execution below, I, Wm. Clark C. Cryer , on behalf of Johnson-Davis Incorporated (hereinafter, the"Contractor"), hereby swear or affirm to the following certifications: The following certifications apply to all procurements: l. The Contractor has reviewed section 215.4725, Florida Statutes, section 215.473, Florida Statutes and section 287.135, Florida Statutes, and understands the same. 2. The Contractor is not on the Scrutinized Companies that Boycott Israel List nor is the Contractor engaged in a boycott of Israel. 3. If awarded a contract, the Contractor agrees to require these certifications for applicable subcontracts entered into for the performance of work/services under this procurement. 4. If awarded a contract, the Contractor agrees that the certifications in this section shall be effective and relied upon by the City for the entire term of the contract, including any and all renewals. If the contract awarded hereunder is for one million dollars or more, the following additional certifications apply: 1. The Contractor is not on the Scrutinized Companies with Activities in Sudan List. 2. The Contractor is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. 3. The Contractor is not engaged in business operations in Cuba or Syria. 5. If awarded a contract, the Contractor agrees to require these certifications for applicable subcontracts entered into for the performance of work/services under this procurement. 6. If awarded a contract, the Contractor agrees that the certifications in this section shall be effective and relied upon by the City for the entire term of the contract, including any and all rene CONT CTO J son-Davis ncorporated By: Na e: 7Esti ark C. C er Title. tin Mana er Date: 020 STA OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was sworn to (or affirmed) and subscribed before this day of C 20 J0, by�O.11�n,,�01,It k,0 .L r�, who is the t rnc; �✓ of �k�Y1y1S(;.� �(ti`;is L"-. , who is ers — knowri�to rile or who has produced as identification. NOTARY PUBLIC -... Printed Name of Notary(, My Commission expires: DAWN M.caoNA ' CommissW#GO 155920 o' Expirm November 14,2021 '''io'•�•`�' W4WTWTroyF*k=mE00,48rM9 38 JOHNSON-DAVIS, INC 604 Hillbrath Drive Lantana, FL 33462 Phone(561)588-1170 City of Fax (5e11,585-5252 Lake Wo Beac INVITATION TO BID <<, IFB 20-106 - Addendum No. 1 Emergency Utility Repairs for Water, Wastewater and Stormwater This addendum shall modify, clarify, change, or add information and clarification and become part of the:above referenced IFB. All other terms, conditions, and specifications shall remain undanggd. CLARIFICATION:- 1. 1 am wondering if you have a planholder's list or bidder's list for the Emergency Utility Repairs for Water, Wastewater and Stormwater project (# 20-106)? ANSWER: See below planhttollder's list: - Amici Engineering Con armors, LLC400* - B & B UNDERGROUND C( STRUCTION,IN - Carnahan Proctor anio nc - D.S. Eakins Construction - DP Development. LLC - Engenuity Group, Inc. - Florida Design Contractors,'Inc.ld - Foster Marine Contractors, Inc. Hinterland Group, Inc. - Johnson-Davis, Inc. - MAN CON INC �' RIC-MAN INTERNATIONAL "A SHENANDOAH CONSTRUCTION (r<1 Issued by: Financial Services Signed by: Jeff Gomez, Purchasing A ent May 4, 2020 1 JOHNSON-DAVIS, INC 604 Hilibrath Drive Lantana, FL.33462 City of Phone(561)588-1170 Lake Wo5 Fax (561)535-5252 Beac INVITATION TO BID FLO IFB 20-106 Addendum No. 2 Emergency Utility Re or ater, Wastewater and Stormwater This addentluln shill modi , clarify; e, add information and clarification and become part`d-thef-gbgve referenced IFB. er terms, conditions, and specifications shall remain uri ianged� REVISION: Q 1. Revision off�' q 'ment, tloJ2 !cial Terms, Item 4: Licenses: 'k, '� 4. Licenses. C '� : All bidders are read Ye` aintain current, valienses relevant to offered supply or service at Ae f bid submittal or its bid-tray be disqualified. Failure to submit all r eS;1i ensingf/when requested may result in rejection of the bid. Ea 'ddq-.iN5hall have the following licenses at the time of bid submittal or its bid y t disqualified: • State of Florida Gorferal��pntractor's or Unde&round Utility and Excavation Contractor's 4bense. • State of Florida Division' f Gat orations `�©) �j Issued by: Financial Services Signed by: Jeff Gomez, Purchasing Agent May 4, 2020 1 Certification for Contracts, Grants, Loans, and Cooperative Agreements (1313) The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352,title 31, U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor Johnson-Davis Incorporated certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to thiscert' ' n and disclosure, if any. 7/ 10H!'I50N-DAV1 Sig a jo ntractor's Authorized Offici - 604 Hillbrath Drivt� laittana, '.-13 W C rk C. Cryer, Estimating Manager 88 Name Title of Contractor's Authorized Official Fax (5611585-525 2 5/12/2020 Date 46