Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 07_03/10/2016 � � ? --� �: p 0 , Memorandum Utilities Department To: Michael Couzzo, Village Manager From: Sam Heady, Deputy Director of Utilities Date: 2/ 1 / 16 Subject: Miscellaneous Drainage Improvements I respectfully present the following Comprehensive Analysis to the Village Manager. i The Village of Tequesta has six localized areas in need of stormwater infrastructure improvements. These improvements include the replacement of aged corrugated metal pipe at various locations within the Village. Area One: Cedarhill Lane Area Two: Pinehill Trail West Area Three: Pinehill Trail East Area Four: Hickory Hill Road Area Five and Six: Seabrook Road at the intersection of Tequesta Drive and Dover Road. The Village is using a piggy back contract from the Village of Wellington and the contractor is Shenandoah Construction. The cost for the project is: $119,159.25. $100,00.00 to be funded from Stormwater Drainage Maint account #403-411 546.308 $19,159.25 to be funded from Budget Cost Savings #403-250 599.100. I VILLAGE OF TEQUESTA CONTRACT FOR MAINTENANCE/REPAIR SERVICES F4R STORM DRAINAGE INFRASTRUCTURE THIS CONTRACT FOR MAINTENANCElREPAIR SERVICES FOR STORM DRAINAGE INFRASTRUCTURE, hereina{�er "Contract", is entered into and effective this ___ day of February 2016, by and between the VILLAGE OF TEQUESTA, a Florida municipal corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized and existing in accordance with the laws of the State of Florida, hereinafter "ihe Village"; and SHENANDOAH GENERAL CONSTRUCTION COMPANY, a Florida profit corporation with offices located at 1888 NW 22nd Street, Pompano Beach, Florida, 334069-1318 hereinafter "the Contractor" and collectively with the Village, "the Parties". WITIYESSETH The Village and the Contractor, in consideration of the rnutual 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 Village and the Contractor both hereby agree to enter into this Contract whereby the Contractor shall grovide generai maintenancelrepair services for storm drainage infrastructure (pipes), which shal! include but is not limited to, the following: furnishing all labor, materials, equipment, tools, maintenance of traffic, supplies, and super- vision to complete the authorized work. The Village and Contractor both agree to enter into this Contract and piggyback the services and pricing described in the March 24, 2015 Agreement Between [The] Village Of Wellington And Shenandoah General Construction Company For Pubtic Works Annual Drainage Infrastructure Inspection, Cleaning And Repair Contract (ITB No, 003-I S/DZ), attached hereto and incorporated as Exhibit A. Services pro- vided by the Contractor to the Village shall be pursuant to the descriptions set-out at page 18, Exhibit A— Plans & Specifications of Exhibit A. 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the prices set-out at page 26, Exhibit B— Schedule Of Values of Exhibit A. CONTRACT FOR MAINTENANCE/REPAIR SERVICES F�R STORM DRAINAGE INFRASTRUCTURE 3. INSURANCE AND INDEMNIFICATION: The Contractar shall provide proof of workman's compensation insurance and liability insurance in such amounts as are specified in section l2, "Insurance," at pages 8 until 9 of Exhibit A and shall name the Village as an "additianal insured" on the liability gortion of the insurance policy. The Contractor shaU at all tirnes indemnify, defend and hold harmless the Village, its agents, servants, and etnploy- ees, from and against any claim, demand or cause of action of whatsoevec kind or nature, arising out of any error, omission, negligent act, conduct, or rnisconduct of the Contractor, its agents, servants, or employees in the performance of services under this Contract. 4. PUBLIC ENTITIES CRIi'�IES ACT: As provided in sections 287.132 and 287.133, Florida Stat�res, by entering into this Contract or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, 6ave not been placed on the convicted vendor list rnaintained by the State of Florida Department of Management Services within thirty-six (36) months immedi- ately preceding the date hereof. This natice is required by section 2$7.133(3)(a), Florida Stattrtes. 5. TERMINATION: NOTICE: Tltis provisions af tJ:is section sl:al! be in place of tl:e provisions set-out at section 16, "Ter�nination," of Exhibit A. This Contract may be termi- nated by the Village or the Contractor upon thirty (30) days written natice to the either the Village or Contractor. Notice shall be considered sufficient when sent by certified mail or hand delivered to the Parties during regular business hours at the following addresses: As to TJFIE VILLAGE As to THE CONTRACTC�R Village of Tequesta Shenandoah General Constructian Co. 345 Tequesta Drive 1888 NW 22nd Street Teyuesta, Florida 33469 Pampano Beach, Flnrida 33069 Attn: Director of Utililies Attn: Danied DiMura, T�ice President 6. INDEPEND�NT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of #he Village. Both the Village and the Contrac- tor agrees that this Contract is not a contract for employment and that no relaNanship of em- ployee—employer or principal—agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. Page 2 of 4 CONTRACT FOR MAINTENANCE/REPAIR SERVtCES FOR STORM DRAtNAGE IiVFRASTRUCTURE 7. ATTORNEY'S FEES: In the event a dispute arises conceming this Contract, the prevail- ing party shall be awarded attorney's fees, including fees on appesl. 8. CHOICE UF LAW; VENUE: This Contract shall be govemed and construed in accord- ance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Contract. 9. AMENDMENTS & ASSIGNMEI�TTS: This Contract, alI Exhibits attached hereto, and required insurance certificates constitute the entire Contract between both Parties; na modifi- cations shall be made to this Contract unless in writing, agreed to by hoth Parties, and at- tached hereto as an addendum to this Cantract. The Contractor shali not transfer or assign the services and provision of goods called for in this Contract withaut prior written consent af the Village. 2 0. INSPECTUR GENERAL: Pursuant to Article XII af the Palm Beach County Charter, the Office of the Inspec'tor General has jurisdictian to investigate municipal matters, review and audit rnunicipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties do- ing business with the Viilage shall fully cooperate with the inspector general in the exercise of the inspector generat's functions, authority, and power. The inspector general has the pow- er to take sworn statements, require the production of records, and to audit, monitor, investi- gate and inspect the activities of the Village, as well as contractors and lobbyists of the Vil- lage in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct, and abuses. 11. P�.JBLIC RECORDS: In accorciance with section 119.0701, Florida S'lattttes, the Contractor must keep and maintain this Contract and any other records associated therewith and that are associated with the performance of the work described in the Scope of Services. Upon request, the Contractor must provide the public with access to such records in accord- ance with access and cost requirements of chapter 114, Floj•ida Statutes. Further, the Con- tractor shall ensure that any exempt or confidential records associated with this Contract or associated with the perFormance of the wark described in the Scope of Services are not dis- closed except as autharized by taw. Finally, the Contractor shali retain the records described in this garagraph throughout the performance of the work described in the Scope of Services, Page 3 of 4 CONTRACT FOR MAINTENANCE/REPAIR SERVICES FOR S70RM DRAINAGE (NFRASTRUCTURE and at the conclusion of said work and upon request, transfer to the Village, at no cost to the Vllage, aIl such records in the possession of the Contractor and destroy any duplicates there- c�f. Records that are stored electranically must be transferred to the Viliage in a format that is cornpatible with the Village's information technology systems. IN WITNESS WHE�OF, the parties hereto have executed this Contract the date and year first above written. WITNES S: SHENAND H GENER.AL CONSTRUCTION CQ. �'Y '� , � ' �`+�,. '`�- - ' - -_ �� �. �----- " f`.�'����� Daniel�ura, Vice President � �� { , �`�' r, � ,�" �--�. , _:'� `��� � __�L`� �,�.,.- (Corporate Seal) �_.� J: VILLAGE OF TEQUESTA ATTEST: Abigail Brennan, Mayor (Seal} Lori McWilliams, CMC Town Clerk Page 4 af 4 THE VILLAGE OF TEQUESTA PIGGYBACKING CHECKLIST Instructions: This form is to be completed far any purchase of goods, or contract for services where the Village will utilize a contract competitively bid by another governmental agency (i.e. "Piggyback"). Department: Stromwater Utilities Date: 1J29J2016 Item/Service Maintenance and repair services for storm drainage Infrastructure Vendor/Service Provider Shenandoah General Construction Company � State Contract # � Other Governmental Agency *Chapier 287, F.S. If piggybacking a State Contract please stop here. (Vame of Governmental 1 Agency Village of Wellington YES NO fs the contract current? Effective date: 3/24/2015 Expiration � � 2 Date:_03J24/2018 � � 3 Was itemjservice bid out in compliance with the Village's Purchasing Policies & Procedures? Is the price that the Village will receive by piggybacking equal ta the price obtained by the agency � � 4 named above? 0 � 5 Does the cantract tontain an assignability tlause? !f the answer to question # 5 is no, has the governmental agency given the Village permission to � � 6 piggyback on the contract? � � 7 Has the vendor/service given the Village permission to piggyback on the contract? � (� Department Head Si n re Date Village of Tequesta Date: 2/1/2016 Purchase Order Requisition Date Purchase Order is Req'd: (Nat a Purchase Order) Department: Stormwater Utili "Revfsed 1Vovember 94, 20t 1 Req. #: Quotes Received: Piggy Back (See Attached) Recommended Vendar: Vendor #: Vendors Bids Shenanadoah d`�� Shenandoah $119,159.25 Address: 1888 NW 22nd Street City: Pompano Beach State & Zip: FL 33069 Comments: This PO Request is far the approvai of a contract between Shenandoah Constructlon and the Yilia e of Te uest for the construction of stormwater inftastructure. This is a Pi y Back Contract with the Villa e of Weliin ton Contract No. 003-15/dZ. Manuf./ Available Balance ltem Qescriptian Part# Qry. Unit Price Total Cost Account # Finance Use On1 StormwaterServices 1$ 119,159.25 $ 119,159.25 403-411546.30& $ - $ - $ - $ - $ - $ - $ - $ - Total: $ 119,159.25 FinancelAdministrative Use Onlv: The Department Director's I Designee's signature below certifres thaf (f) this purchase order requisition is complete and in compliance with the Viltage's Purchasing Policies and Procedures and (2) alt procurement requi ments have beerr satisfied. De artment Director / Desi nee Si nature: Date: '� The Frnance Departmenf signature betow certifies that (1J thrs is�tion has been approved by an authorized DepaRmertt Directorl Designee, (2) that the cwrect account numbers have been used and (3) there is adequ e iunding in ihe accounts listed. Finance Si nature: Date: �Ila e Mana er A roval: Date: ViAaae Council Apqroval: Resolution #: Date: g , � Page 1 of 2 � � �.: .;�� <:�� ;� �.� � � :�`� _ . CONSTRUCTION 1888 N.W . 22 Street • Pompano Beach, FL 33069 (954) 975-0098 Fax: (954) 475-9715 DA'I'E: February Oi, 2016 PROPOSAL #P1916 SUBMITTED TO: Tequesta, Village of STREET: 136 Bridge Rd CITY, STATE & ZIP: Tequesta, FL 33469 PHONE: (561)575-6233 FAX: (561) 575-6245 EMAIL: sheady@tequesta.org JOB NAME: Miscellaneous Drainage Improvements ATTENTION: Sam Heady We propose to furnish a crew and all necessary equipment to provide the following services, at the above mentioned job location. This work will be performed at our following hourly and/or unit prices: 66 Slip Lining 30" Pipe (Area 1) (at $85.00 LF) 320 LF $27,200.00 81 CIPP 24" Pipe (19" x 30") (Area 5) (at $98.70 LF) 40 LF $3,948.00 81 CIPP 24" Pipe (20" x 26") (Area 6) (at $98.70 LF) 50 LF $4,935.00 20 Light Clean 3Q" Pipe (Area 1) (at $3.50 LF) 320 LF $1,120.00 17 Light Clean 24" Pipe (Area 5& 6) (at $2.25 LF) 90 LF $202.50 1 Storm Drain Video 0-48° (Area 1, 5, & 6 pre and (at $4.00 LF) 820 LF $3,280.00 post) 83 CIPP 30" Pipe (Area 2) (at $120.75 LF) 55 LF $6,641.25 77 CIPP 15" Pipe (Area 2) (at $68.25 LF) 110 LF $7,507.50 20 Light Clean 30" Pipe (Area 2) (at $3.50 LF) 55 LF $192.50 11 Light Clean 15" Fipe (Area 2} (at $2.00 LF) 110 LF $220.00 1 Storm Drain Video 0-48" (Area 2 pre and post) (at $4.00 LF) 220 LF $880.00 83 CIPP 30" Pipe (Area 3) (at $120J5 LF) 255 LF $30,791.25 79 CIPP 18" Pipe (Area 3) (at $78.75 LF) 50 LF $3,937.50 20 Light Clean 30" Pipe (Area 3) (at $3.50 LF) 255 LF $892.50 14 Light Clean 18" Pipe (Area 3) (at $2.25 LF) 50 LF $112.50 1 Storm Drain Video 0-48° (Area 3 pre and post)) (at $4.00 LF) 610 LF $2,440.00 76 CIPP 15" (12") (Area 4) (at $63.00 LF) 35 LF $2,205.00 83 CIPP 30" Pipe (Area4) (at $120.75 LF) 1'75 LF $21,131.25 11 Light Clean 15" Pipe (12") (Area 4) (at $2.00 LF) 35 LF $70.00 20 Light Clean 30" Pipe (Area 4) (at $3.50 LF) 175 LF $612.50 1 Storm Drain Video 0-48" (Area 4 Pre and Post)) (at $4.00 LF) 210 LF $840.00 Estimated Total: $119,159.25 This Proposal offers the piggy back of our current City of Wellington Contract No. 003-15/DZ This proposal may be withdrawn if not accepted within 30 days. Payment terms net 30 days. All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Price above is only an estimate of foreseen conditions. Unforeseen conditions can affect the amount of time to complete the work, therefore increasing or decreasing esrimate. All agreements are contingent upon strikes, accidents or delays beyond our control. Unless noted above engineering, permits, testing and bonds are not included in the pricing. Owner is to carry fire, tomado and other necessary insurance. Our workers are fully covered by Workman\'s Compensation Insurance. Parties to this proposaUcontract elcpressly waive all tort claims against each other and limit their remedies to breach of contract. �. � .�� `.� ..z `1 � ��. � �_ �� . � Page 2 of 2 CONSTRUCTION 1888 N.W. 22" Street • Pompano Beach, FL 33069 (954) 975-0098 Fax: (954) 975-9718 SIGNATURE: i � 1 i SHENANDOAH GENERAL CONSTRUCTION CO. TITLE DATE Danny DiMura Estimator 02/Ol/2016 r� f � THE VILLAGE OF E L L I� LJTO N»`=' ����� A GREAT HOMETOWN t'ouncii \[anagcr Bo6 M�rgalis, A9ayor Y811I Sl'�IO�INItI lnhn tireene, Vice Mayor I�fatt �Villlute, Cnuncila��an Ant�c Ger��•ig, Councila•omaii lolin'I". McGo�•ern, Couiuilman March 25, 2Q15 Daniel DiMura Shenandoah General Construction Company 1888 NW 22 Street Pompano Beach, Florida 33069 RE: Public Works Annuai Drainage infrastructure Inspection, Cleaning and Repair Contrac# / ITB No. Q03-151DZ Dear Mr. DiMura: Enclosed piease find one executed Agreement for your files. The Viliage of Wellington looks forward to working with your company on the referenced annual contract. Yaur Purchasing contact person for questi�ns related to the referenced cantrac# should be directed ta Danielle Zembrzuski (Purchasing) at (561) 791-4107 or dzembrzuskiCa?_wellinqtonfl.gov Your contact person wi#hin the Public Works Department is Bill Conerly (Operations Manager) at (561} 791-4045 or bcanerlyCa�wellingtonfl.qov If you have any questions regarding execution af the Contract Documents, please do not hesitate #o contact me at (561)791-4112 or iqoodwin(c�weliin.qtonfl. ov . Sincerely, �a�= im oadwin Contract Compliance 12300 Forest Hill Boulevard � Wellingtan, Florida 33414 •(561) 791 • Fax (561) 791 vvww.wellingtanfl.gov AGR£EM�NT Between VII.,LAGE OF WELLINGTON and Shenandoah General Const�uction Company for Pubtic PVorks Annuai Drainage Infrastructure Inspection, Cleaning and Rep�ie Conteact � � THIS AGItEEMENT is made and entered into this � day of ��,�•?�>..�....i , 20I5, between VILLAGB OF WELLINGTON a Florida municipal carporation, throagh its Village Council, (hereinafter referred to as "Village"), and Shsnandoah General Construction Company a FIorida Corporation (hereinafter rsferred to as "Gontractor"), having its principal office at 1888 NW 22 Street, Pompano Beach, FL 33069 far Public Works Annual Drainage Infrastructure Inspection, Cleaning and Repair Contract {hereinafter referred to as the "PROJECT"} in accordance with the Contract Documents, hereinafter defined. That the Village and Contractor for the eonsideration hereinafter naxued, agree as follows: 1. Definitions. a. Council: The Village Council, which is the governing bady of the Vil(age of Wellingtan, Florida. b. Desiu�ated Representafive: An authorized repres ntativ of Contractor assigned to represent Contractor on this Proj ect who shaIl be > > �t�l�i:_L.� ��Z ;�1 C, Notice to Proceed: A written Notice to Proceed issued by the Project Managex. Cl. Project Manager: Unless otherwise expiicitly stated all cantract dnties, contract responsibilities, and contract communications af Village shall ise made through the Village's Director of 4perations ar the individnal appointed by the Village's Director af Operations. 'i�e faregaing seutence shall not apply to Village construction inspections rnade to assure c.ompliance with applicable regulatary law and which the Village canducts t�trough an independent architect or des%gn professional, in a govemmental regulatory capacity. 2. Contract Documents. In addition to this Agxeement, the following documents shalt comprise the eontract documenis ("Contract Documents"); (a) plans and sgecif'tcations attached hereto as Ex7ubit "A", (b) all E�c}►ibits to this Agreement listed in Paragraph 39 {whether now attached or which will be attached in the fuhue) (c} the performance and payraent bond (if applicable); (d) the Notice to Proceed; (e) the Purchase Order, and (�} Modifications issued after execution of this Agreement. All of the Contract I7ocuments, including any nat attached hereto, are hereby incorporated by reference and shali be deemed to be of the sanae force and effect as if actually attached hereto. The Contract Documents shall be interpreted together and in banmony witb one another. In the event of a conflict between or among the Contract Dacuments, whichever doewnent imposes the greater obligation an Contracior shall canlrol. The Contractor must call auy such conIIict or disorepancy ta the Village's attention, in writing. The Cantractor shall not proceed when in doubt as to any dimension or measurement but shall seek clarificataon from the Project Manager. 3. Scone of Work The Contractor will provide all materiais, supervision, light, pawer, transportation, labor, toots and equipment necessary to complete the work in strict accordance with the Cantract Documents, and perform alI work that is reasonably inferable therefrom as being necessary to accomplish the intent of the Contract Documents, and as required by the Manufacturer's specifications and ali applicable laws, ordinances and rutes and regulations of any governung authority including but not lunited to the requirements of the Florida Building Code and any amendments thereto. The work to be perforrned shatl hereinafter Ue referred to as the "Work". 4, Term, Time of Commencement and Completion. The term ofthe contract shall be fvx three (3) years from date of award, and by mutual ageement between the Village and the awardez(s), be renewable for two additional one year periods. The tune of commencement of the Work shall be the date stated in tha Notice to Proeeed ("Date of Gommencement"). Contractor shall reach Substanfial and Finat Completion of all Work within the numbers of days specified on the Notice to Proceed, subject to any authorized extensions of time as set forth in this Agreement, All Wark shaIl be performed in an e�edirious �nanner, 5. Liquidated Damages far DelaY The parties agree that tinne is of tlae essence in the performance af this Agreement. Substantial Completion of the Work under this Agreement shall be no later than tJae Substantial Completion date set farth in Article 4, subject to authorized extensions of tune as set forth in this Agreement. In the event the Work is not substanrially completed by the completian date in Article 4 and has not t�een extended by Change C3rder, the Village shall be entitled to cailect liquidated damages. Contractor and Village agree that, be�ause of the nature of the Work, the inability of ihe pa�ties to pxecisely calculate aetual damages for delay and the difficizlty of deter►nining these damages, the Contractor shall z pay the Village the sum of Five Flundred DoIlars ($500.0�) for each calendar day in achieving Substantial Completion of the Work. Fur6��, Contractor and Village a,gree tl�at, because of the nattue of the Work, the inability of the parties to precisely calcutate actual dannages for delay and tLe dif�iculty of determining these datnages, tbe Cantractor shall pay the Village the sum of 2S% of the per diem rate set forth in the preceding sentence as Iiquidated damages for each and every calendar day of unexcused delay for failure bo achieve Final Coiupletiou. It is hereby agreed that the smount of the pe�r diem assessment far liqUidated dainages for the Confiractor's failure to achieve Substantial Completion of the Work within the time specified in this Agreement is aot a penaliy and not excessive in Iight of the eire�unstances known to the parties at the time this Agreement is e�c�uted. The Village's exercise of its right to terminate this Agreement shall not release tha Coniractor from its obligatian to pay liquidated damages in the amovnt set fo�h h�in. Such sssessments shall be immediately due and payable to the Village or, at the Village's option, may bs deducted from futura payments that may be due and owing to Contra.ctor. Any swns due and payable l�ereunder by the Contzactor shall be payable, not as a penaity, but as liquidated damages represeintimg an estimate af delay damages ]�ceiy ta be sustained hy the Village, estunated at � 6efore the time of executing this Agreement, 6. Contract Sum. The ViIlage shall pay the Contractor far the cost of each project, authorized by the Village throngh the issuance of a Notice to 1'roceed, based upon the unif prices set forth iu the Schedule of Values, inclusive af all Iicenses, taaces and fees. If any parmits aze required for �e performance of the Work from any governing autiiorities having jurisdiction over the Project, Contractor shali be responsible for abtaining ail required permits and the ViIlage shatl pay for the actual cast fox sueh permats as part of tha Cantract Sum. Tl�e Village does not guarantec any minureum amount in eontraet price nor any minimum number of projecis. 9. Pa z�ro.ea#s. Based upon Applications for Payment submitted to and approved by �e Pmje�t Manager based on Con�actor's percenYage of completion of the Wozk in accardance with the Schedule of Vaiues attached as Extubit "B", Village shall make grogress payments on accaunt of the Contract Sum to the Can�actor as provided below and elsewhere in the Contract Documents. 7.1 Conhactor shall s�bmit its Application for Payment on the 28 of each month. The period covered by each Application for Payment is one month, ending on the 28'� of the month. 7.2 Fach Application £or Payment shall show a complete breakdown the Project components, the quantities completed. and the amounfs due, together with such data substantiating the Cantractor's rigt�t to payment and sueh supporan�g evidenee which may be raquesced by the Project Manager incIuding, but not limited to: (a) aIt Subcontra.ctor reqnisitions; (6) where required by any znanufactumxs for extended warranties, inspection certificates or other acceptable doc�.mantat�ion coniuming the acceptak�le completion of any and all required inspections for the Work perfarmed for which payment is being made; (c) ap monthly reports reguired by aay federal, state or local requirements including, but not ]imited to Da.vis-Bacon. In addition, as a fucther condition to payment of each progress payment, Contractor shaIt submit: (i} a swom and certi8ed Progress Payment Affida.vit, which recites that all laborcrs, material suppliers and Subcontractors dealing w'rth the Contractor have been paid 'm fu11 �hrough the date of the prior application fnr payment, with the eaccception of disputed payments; {ii) sub�nit partial release of Iien from Contcactor for the current Application for Payment, submit partial releases of l�en from atl laborers, materisi suppliers and Subcanbtaetors throtigh the date of the last payment made, and submit partial releases of lien conditioned only upon payment from ali lienars, through the date af the curren# Application for Payment, and such other evidence that the Village rnaq reasonabZy requira substantiatir�g that all Work which is the subject of each such Application for Payment has been performed. The releases of lien form shalt confoxan to ti�e Florida's Consfruction Liea I,aw 7I3.01 e�. seq, aad/or Fla. Stat § 25SA5 shall be in snch ferms as approved by the Project Manager. An updated cansiruction schedule s3�aii be submiifed at least manthly to the V�llage. Submission of the updated construction schadula shall not serve as notice of delays and shall not be construed as Owner's consent Yo extensions of the Contract Time. Each requisitioa shall be submitted in �iplicate to the Project Manager far approval. 7.3 Tha Village shali retain I O°lo of a1I s�ms due in any pay period as retainage. If applicable under Section 218.735, Florida Statutes, after SO% completion of the Work under fhis Agreement, the Village shaIi reduce to 5% the amaunt of retainage withheld from each subsequent progress 3 paytnent made to the Cantractor. The Village is nat obligated to reduce the retainage for any anno�nts t3�at are the subject of a gaod fa�ith disputa, the subject of a claim brought pursuaut to seGtion 218.735, Florida Statutes, section 255.05, Florida Statuittes, or for any amounts that are otherwise the subject of a claim or deraand by the Village against the Contractor vnder this Agree�nent Afte3r 50% completion of ihe Work, fhe ConEractor may submit to the Village a payment application for up to 50°!0 of ttre retainage withheld by the Village thraugh the date of the application for paymant. T7ie Village shall promptty maka snch payment to tho Contractor unless the Village has grounds to withhald paytnent for xmounts that are tha subjact of a good f�zth disgute, the subject of a eIaim puxsuant to section 218.735, Florida Statutes, s�tion �55.05, Florida Statutes, or are otherwise the subject af a claim or demand by the Villxge against the Contractar. Tf the Village makes payment of retainage to the Contractor w}uch is aitributable to the labor, sarvices, or materials supplied by one or more Subcontractors or stieppliers, the Contraator shall tmiely reznit paymeut of such retainage to those 5ubcontractors and suppliers. Upon tha Substaniial Completion of the Work, astd the completion of the punch list, t�e amount of retaiaage shall be reduced to the vatue of I50°/a of the total cast to complete any disputed items on the punch list, which shall be deducted from any amounts due. 7.4 The Village may, but shall not be obIiga#ed to, upon the issuazace v£ a notice of non payment by a Subcontractor, supplier ar materiaimen, or any othe,r lien�, or claimant as defined by §255.45, Florida Statutes, make all or sny portion of any progess payment by check gayable jointly to the order of Cantractor and any lisnar giving timely notice, or may maka such payment directly to such lienor �d deduct said sum from tbe bslsnce then due Coniractor. However, such payment, if made, shall not create any third pariy beneficiary or other rights in svch Iienar or claimant, In making such payments to lienors or ciaimant, the Village shall require such lienor or claunaat m execuie the applicable release of lien ar the Waiver of Right to Ciaim Agains# Bond form in accordance with §255,05, Florida S`tatuUes. 7.5 The Project Manager wiIl authoriza or reject paymant, shall within twenty (20) busu►ess days of receipt of Cantractor's application fox payment authorize or rejeet payment. If the payment application is rejected by Project Maaager as not complying witli the requirements of tb.is Artic7e 7, Project Manager shall notify Coniractor na writing and specify the dsficiency az�d action necessary to make the application for paymeat praper, Village wi(1 pay Coniractor witthin twenty- fiva {25) business days of receipt of Cantractor's proper and complete Application for Payment, as provided above, imless the Applicatian for Payment was rejected by Project Managex in which event, payment shall be made in accordance with § 218.735{3), Florida Statutes, 7.6 Village may witbhflld progress payment to such extent as may be n�essary on account of .1 I7efective work nat remedied. .2 Claims filed or reasonable avidence indicaiing probable filing of claims by other parties against Contractor, .3 Failure of Contractor to make payments properly to Subcontractors ar suppiiers or for mate�ial or labor. - .4 Damage ta anothar Subcontractor, supplier, materialmen, pa�tty, or person not re�onetiied. ,5 T.iquidated damages pursuant #o Article 5 hereof. .b As-built drawings not being in a cuxre�t aud ecceptable state. .7 Any other breach of this ageement by Contractar. When the above grounds are removed ox resolved or Canh�actor provides a surety bond or a consent of surety satisfactory to Vil[age, which will protect Village in t�e amount withhald, payment may be mad$ in 4 whole or in part, as applicable. 7.7 When the Contractar receives payment from the Village for labor, services ar materiats farnished by Subconiractor and suppliers hired by the Contraotpr, the Contractor shall remit payment due those parties within ten (10} days after receipt of pay[nent from the Ownex, unless atherwise provided for by Florida Law. 7.8 Final ]?ayment. Requests for final paymern shall be accompanied by paid invoices and vLher bacic- up material as may be necessary by the Village to substantiata thc funal fee of Contaactor. In na instance shal.] final billing axceed the amount allocated itt the Contract Documents. Final payment, constituting the entire unpaid baIance of the Contract Sum, sha11 be made by the Village to Contractor when: .1 the Contractor has fully complied with and perfoxmed all of its obligations andior z�esponsibili#ies under the Contract Docaments; 2 aiI punch list �Jork bas been completed in aecordance with the Contract Documents; .3 Contractar has submitted a Contractar's �inal Payraent Affidavit in a form acceptable to t3�e Project Manager and in aecardance with Florida Statutes; .4 Cantractor has submitted its unconditional final lien waiver together with final lien waivars from all af its Subconiractors, lienors and suppliers in a form acceptable to t�e Pr�ject Manager; .S Contractor has obtained alI applicable approvats &om alt governmental and other authorities kiaving jurisdiction over the Work, unless such approvals are being withheld due to cavses whieh are not witi�in the Cantractor's responsibility under this Agreement; ,6 Contractor has complied with all other eacpress requirements of the Coniract Documants and the reasonable requitements of Village as a condition to final payment; .7 Projec# Manager has approved final payment; .8 Conh�actor has submitted a certificate of insurance evidencing that the insurance required by t�e Cantract Documents will remain in force aftex �nal payment, and will continue through the remaining duration of the Project, and thereafter as required by the Cantract Dacuments; .9 Conbractor has delivered ali warranties, operational mantials, and instsuctions in operation as provided by the Contract Documents, not previously delivered; .10 Contractor has delivered all �nal as-buitts; .1 I 9urety has issued a Cansent of Surety to Final Payment; 12 Bvidence that any and all claims have been settled; .13 Fiup�at a�►efex read'mgs for utiliti�, a measiued record of stored fueI, and similar date as of the date when Village took possession and asswmed responsibiiity for aortesponding elements of the Work; .14 FinaI, liquidat�l damages settlement statement. 7.9 Upon xeceipt af written norica from Cantractor that the Prolect or designated Phase thereo€ is ready for Final InsQection, the Project Mauager shall, within ten (10) days, make an inspection 5 ___ _ thereof. If Project ar designated Phase thereof is acceptable under the Contract Docu�ents and the Project fully performed, Pmj ec# Manager shal] approve final paymen�. 7.I0 VilIage may withhold fmal payment to such extent as may be necessary on account of: .1 Defective Work not remedied; .2 Clauns fited or reasonable cvidence indicating probable Sling of claiins by other parties 8g&lti$L �OIl�CiOr; .3 Failure of Contractor to make paymexiEs properly to Suhcontractozs or Consultants or fnr material or labor; .4 Damage to another Subconlxactor, supplier, materiatmen, pariy, or pexsan not remedied; .5 Liquidated damages pursuant to Article 5 bereo#; .6 As-built draw�gs nat boing in a cturent and acceptabla state; and/or .7 Any other breach of this sgreement by Contractor When the above grounds are removed or resolved or Contractor provides a surety bond or a consent of surety sa#isfactory to Viliage, wbich will protect Village in the amovnt withheld, paytnent may be inade in whole or in part, as applicabIo. '7.11 If, aRer the Project has been subsfantially complated, fulI completion thereof is msterially delayed t3irough no fault of Contractor, and Project Manager sa certifces, Village shall, upan certification of the Projeet Manager, and without terminating the Contraet, make payment of the batance due for that partion of the Froject fully eamgleted and aeeepted. �zch payment shall be made ander the terms and conditions goveming final payment, except that it shall not canstitute a waiver of claims. '7.12 The making and acceptance of the final payznent shall constitute a waiver of alI claims by Cantractar, except those previausly made iu� writing and identified by Contractor as unseWed at the time of the final applica�ian for payment. 7.I3 c'st. The Contractor in con}uncfion with the Project Manager shall de�elop the punch list, a siz�gle list of items limited to minor omissious and dafects whicA are requ�red to render the Work complete and salisfactory in accordance with this Agreement, and the Project Manager shall submit the punch list to tha Village in accordance with the time frames set forth herein. The Contractor shall develop tha punch list wiihin 30 calendar days after reaching Substantiai �ampletion. The failure to include any correcti�e work or pending items not yet completed on the punch list does not alter the responsibility of t6e C�ntractor to complete all of the Work in accordance with this Agreemen� Upon compietion of all items an the puach list, t6e Contractor may submit a payment request fox alt remaining retaivage withheld by the Village. If a good faith dispute exists as ta whetiiex ona or mora items identified on the punch list have been completed pursuant to the Agreement, the Village sball coutinue to witUhold up to 1S0 parcent of the total costs ta complefe such items. Within ten (IO} days of written notificatiion to the Project Manager that a11 pnnch list items hava been eomple#ed, the Project Manager shall inspect the punch list items. If the punch Iist items have not been eflmpleted to the reasonable satisfaction of the Project Manager, and if it is necessary for tl�e Project Manager to reinspect the completion of any punch list items, the Contractor shall be responsible for all f�.s and costs chargad by the Village for makiezg any such reinspections. 6 8. Contractor. Coutractor repxese�uts that it is s properly qualifietl and licensed contractor in good standing with the Sffite of Flotida and is a Florida corporation in good standing, organized aand existing under the laws of the State of Flo�ida. Contractor further represents that it has read, examin�d and undersiands the pertinent Contract Doc�ents and is wall qua2ified and able ta perform the V�Tork; that it has a sufficient number of qualified persannel to assure tvnely performat�..ce of the Work; that it has the proper tools and equipment to perform the Work; and is financially capable of gerfozxning this Agreement; that Contractor has visited the site of the Work, examined the actu�l job conditions and is familiar with local conditions and a11 tbdngs required that will have a bearing on performance of the Work; that a21 materiats incorparated in the Work will be new unless otherwise specified, and tha# aIl Work will be of first quality, free from faults and defects and iun conformance with the Contract Dacuments. All Work not so canforming to these standards may be considered defactive. The Contractar sx�all supervise and direct the Work using its best skill and attention. All Work shall be perf'ornned by eraftsmen skillad in the trades and applicaziou of materials involved. The Confractor shall be responsible for initiating, maintaining and s�pervising all safety precautions and pzograms �in connedion with fhe Work and sUall cnmpty with all OSHA reg�ulations regarding ,job safety and atI appIicable laws, ordinances, rules, regulations and orders of any public authority having jurisdiction for tha safety ar persons or property. Contractor shall comply with the Trench Safety Standazds provided. by OSHA's Ekcavation Safety Standards, 29 CFR § 1926.650 Subpart P and FIa. Stat §553.60-§553.64 (1990) (inclusive}, The Contractor at alI tiines shalt keep the Property free froni accumutation of waste materials or rubbish caused by its operations. At tb:e campletion of tha Work Contractor shall remove, af its sole cost and e�sense, all its weste materials and ruhbish from and about t6e Property as weII as its tools and equiptnent, shalt cIean all surfaces, and shali leave the Wark "broom cIean" ar its equivalen#, except as otherwise specified. Contractor agrees ta immediateIy repair at its soIe cost and expenst alI damages to the Ptoperty arising fram ar relatiu.g to Conixactor's performance of the Work 9. Ind, emzxitv. To the fullest eartent perrnitted by the law, Contractor shall indernnity and hold harmiess fil�e Village, and its officers, dire�tors, agents, members and employees, from liabilides, damages, losses, awd costs, including, hut nat limited to, reasouable at�omeys' fees at the trial and appellate Ieve1, but only to tha e�ent caused by the negligence, recktessness, wrongiy or intentionaIly wrongful conduct, act or omission of t�e Contractar and other persons employed ar utilized by Conirac#ar, any of Contzaatoz's Subcontractors, agents ox others for whom tha Contractor is responsible, arising from this Coatractor its performance. The Village's caniribvtory negligence shall only reduce, but not prevent, the Contractar's abligation to indemnity provided herein. Ragardless of t6e forgoing, this provision shall be limited by Florida Statute 725.06. 10. Subconiracfs. Na portion of the Work may be subcautracted without the prior written consent of the Village, wluch consent may be withheld for any reason It is further agreed that all subcontraets and material and equipment purchase contrac�s entered into by Cantractor or its snbcontractors or material suppliers, shall contain a provision stating that the Village may bring claim directly against any subcontractar of Contractor for breach of Coz�bract, warranty rights, qnalixy of workmanship, and create third party benefiaiary rights of Village in said agreements. Additiona]Iy, nothing contained in fib.is Contract shall constitute an assignment of Contractar's rights against the Village or create any third party bene�iciary rights in any subco�ractors or material and equipment suppliers of Contractor. The purpose of this pr�vision is to altaw the Village, in addition to Conirector, to zuake clazm for damage or indemnification directly against any subcontractors or materiat and eqnipment suppliers that may be uItimateiy responsibte for defects or deficiencies in the Wark or materials and equipmen� i l. Time & Delavs. All time Iirnits stated in the Contract Documents are of the essence in this Agreement. If the Contractox is delayeci at any time in tha progress of the Wozk by changes ordered in the Work, by labor disputes, fire, unusual delay in transportation, unavoidab2e casualties, inclement weather, causes beyond the Contraetor's canlrol, or by any cause w�ich the Project Manager may determine justifies the delay, then the Contract Time shall be extenc�eCi by written Change Qrder for such reasonable time as the Project Manager may determ:ine. All requests for extensions of time other than tltose associated with cl�anges in the Work, must be submitted in wiriting to Pxoject Matiager within o 2 businass days of tha event giving rise to the delay. Failure ta sa request an extension wlll constitute a waiver of any right for sn extensian of time. In the event that Coniractor is delayed in the progress of the Work, and is granted an extension of time in which to perform the Work; in no iastance will Contractor be entitled to increasecl costs, compensadon or damages as a resuit of delay. Alt damages that may occur by reasan of delay are hereby waived by Contraetar. Said claim shall specifically include, among other things, an ad,�usted c�tieal path schedule reflecting preeisely the delay and hs claimed impact upon the Conlractor's fudu�e performancE. Claims for adverse weather canditions shall be dacumented by data substan�iating the weather conditions were 7 abnarmal for the period of time, coutd not ha�e ban reasonably anticipated and had an adverse eflect on the scheduIed canstruction. 'I�e part'xes sgree that time is af the essence in the performance of this Ageement 12, Insurance. The Contractor, as a condition of this Agreement and to payment, shall purchase and maintain such insurance as will protect it fxam claims under Worker's Compensation acts and other employee benefit acts, from claims fur damages because of bodily injury, includiing deatb� and from claims for damages to property which may arise out of or resuit from the Coutraeter's operations under this Ageement, whether such opeaations be by itself or by any svbcontractor or anyona dixectly or indirectly employed by any of them. The Village shal] be named as an additianai insured in all policies required to be maintained h�reundex with the axceptian of the Worker's compensation insurance and buitder's risk insuraitce. Villsge shall be a named 'u�.surancg on all builder's risk insvrance. At a m�imum, Contractor shall provide the following 9nsurance: i2.i Workers' Compensafion Insurance to appiy for all employees in compliaaca with the °Workers' Compensation Law" of the State of Fiorida and a11 applicable federaI laws. In addition, the policy (ies) must include Employer's Liability with limits of Five Hundred Thousand Doilars {�SOO,Q00) exch accidenf, Five Hundred Thousand Dollars ($SOO,OQO) each disease, and Five Hundred Thousand Dollars ($500,400} aggregate by disease. 1Z.2 Pzoject Specific Comprehensive General LiabilitY with minimum limits of Five Hundred Thousand Dallars {$500,400.00} per occcurence combined single linnit for Bodily Injury T,iahility and Property Damage Liability must includa: .1 Fremises andlor Operations on an occurreuce basis. .a �a��a�t �n��m�. .3 Praducts and/or Completed Operations Liahility on an occmx•en.ce basis. .4 Bxplosion, Collapse, and Underground Coverages. .5 Bmad Form Property Damage. .5 $raad Farm Co�actual Coverage applicable to this specific Agreement, incIuding any hold harmtess and/or indemnification agreement. .7 Personal Iujury Coverage with Employees and Cantractual Exclusions removed with muumum limits of coverags equal to thosa required for Bodily Injury I.iabiliry and Property Damaga Liability. 12.3 Business Automobile Liabilitv with miuimum limits of Five Hundred Thousand Dollars ($SOO,OOOAOj per occunrence combined single 3imit for Bodily Injury Liability and Property Damage Liability. Coveraga must be afforded on a form no more restrictive than the latest edition of the Bttsiness Automobile Liability Palicy, without restrictive endorsements, as filed by the Tnsurance Services Of�ce and must include: Qwned velucles. Non-owned and hired vehiclas. I2.4 Builder's R�s�C Tnsurance (IF,APPLICABI.E7 The Cantractor shall purchase and maintain, in a company or eompanies lawfully authorized co do business in the jurisdiction in which the Project is loeated, property ix►surauce written on a builder's risk, "all-risf�' or equivalent poficy form im the amaunt of the initial Contract Sum, plus the vaIue of subsequent modifications and cost of materiaLs supplied or insta3led by others, comprising total value fur �he entire Project at the site on a replacement cost basis without optional dednctibles. Such properiy insurance shall be maintained until final payment has besn made or until no person or entity other than the Villaga has an insurable interest in the propezty reyuired by this Section to be covered, whichever is later. 'This insurance sha11 include interests of the Village, Contractor, and all Subcontractors and snppiiers in the Project. The Co�tractor, shall be solely respoasible fox any deductibles under the builders risk insurance. 'I'he paficy mnst be endorsed to provide thst the builder's risk will continue to apply until final acceptance of the Project�r 8 additions by the Village, Village sha1I be a named insured and beneficiary of the builder's risk iinswance. 12.5 Notice af Cancellation, Expiration, at�d/or Restricfion: The policy{ies) mus� be endorsed to provide Village with thsriy {30) days advanced written notice of cancellation, expiration, and/or restrickiou, to the atten4on of the PROJECT MANAGER, 12300 Forest Hill Blvd., Welliwgton, F'I. 33414. 12.6 The Coniractar's Certificates of Insurance are attsc�ed hereto as bti�ibit'"C". VilIage reserves the rigt►t to require a certifited copy af such policies apon request AII certificates shall state that VxIIaga shall be given thirty {30) days prior written notice of cancelladon and/or expnation. I2.?' All policies of Contractor sha11 contain an endorsement whereby the insurance carriers agee that its insurance is.p� and mot contributorv with or in excess of any.,,,cov�e.r ge whieh the Villa�e has pwehased. The Contractor shall be responsible for all dedactibles under the iasurance policies. The Contractor shall be respansible for all loss or damage to the Work, including the Con�ractor's m�te�ials delivered to site for incorporation therein and all progerty issued to the ConU�actor by the Village for use or incarporation m�e Work. The Contractor shall wa.ive sll rights agan�st the Village for recovery of damages to the e��tent that these damages are cavereci by insurauce maintained p�rsuant ta the abave requirements, and t1�e Contractor shall provide all waivers of subrogation in the endorsements and forms required by the VilIage. 12.8 Notwithstanding the availability of any insurance listeti hereunder, the Coniractar shall bear the risk of loss for its acts, eirors or omissions pursuant to this Agreement. Tl�e Contractor bears alI liability and risk af lass, for Iosses and damages arising from any acts, enors, omissions, or negl�gence on khe part of tha Contractor and its Subcon�actors, including without liunitation damages for defective and nonconformeng wc�rk, and t�e Contractor and all applicable Subcontractors shall bear the risk and pay for sach iosses regardless of whether the Contractor shoutd be covered for such Iosses by any insurance required by this Article. The Contractor bears all liability and risk of loss, £or losses and damages arising from acts of god, rain, fire, vandalism or any other causes, other than causes resulting firom the negligence of the Village. 13. Corroction of F�o�lc and Warranty. Contraetor warrants to Village that all matsrisls and equipment fnrnished far the Project wi�Fl be new un2ess otherwise specified and that aIl Work for the Projeet, will be of good quality, �ree from faults and defects, fuilly functional, and 'an conformance witlz the Contract Doc�unents. The Work shall be &ce fronn defects not inherent in the q�Iity required or permii#ed, snd that the Wark will conform to tl�e requirements of the Contract Documants. All Work €or the Projeet not conforming to #hese requirements, including sabstifutions not properly appmved and suthorized, may be considered defectiva. The Contractor shall, witf►in theee (3) wor�ng days of written notice from Viliage, correct any VJork that faits ta conform to the requirements of the Contract Documents and unconditionaily guarantees and warran#s that it shaIl correct at its soie cost and acpense any defects due to fauhy materials, equipment and/or workmaixship which appear within a period of three {3) years from the date of f[naI paynaent or such longer time rec;uired by the Contract Doeuments for partictilat items ( the "Ex#ended Warranties").. The ConVactor shall bear all costs of correcting such defective worlc. Contractor and Subcantraetor warranries gxpressIy also include a11 statutory wsrrr�nties, all of which are speei8cally and sxpressly incorporated herein by refereace. Tbe Contractor shall atso ptovide warrankies from manufacturers for ttie specified items and systems within tUe Cflntract Documents (the "Manufacfurers' Warranties'�, Wananty Forms sha[I be attached as Exhibit "D" to this Agreemeat and may include �xi�nded Warranties. These obligations shall survive termination of this Agreement. J.f Confiractor should defautt in the performance af any of its wartanty obligations, it shall be responsible for al] damages, fees or casts incuzretl by the Village in e�nforcfng f.he provisions of this Article, inciuding, but not iimited ta, all attorney's fees, engineering and consulting fees or other e�anses incurred. Witliout limiting the generality of thc foregoiag, i£ any warranty xepairs are not perfonmed within tha specified time, emergency repairs performed by others shall not void the warranty and the Contractor shall reimbtuse the Village for all c�sta inc� in connection with the performance of such repa�ts. This warranty is in addition to and not in lien of any other warrantias, express ar implied, which may be provided by law. 14. Changes Changea in the '4Nork may ba accomplished after execntion of the Agreement, and without invalidating the Agreement, by Change Order or Constiuction Change Directive, subjecf to the limitations stafed in this 9 ,A.rticle 14 and elsevs�here in the Contract Dacuments, Any changes in the Work or any adjustment in the Coniract Sum or the Contract Time shall only be made upon written Chsuge Order ar Construction Change Directive as provided herein. If Contractor pzoceeds with such work without obtaining a written chaage order or Construction Change Directive, it siiall ba assumed tf�at Contractor has performed sacb work at no additional charge. The xequiremant for a writing under this Article cannot be waived. A Chazige flrder shall be based upon agreement amang the Pmject Manager and Cantractor and a Construction Change Directive requires directive by the Project Manager aad may or may not be agreed to by the Contractor. Axnong other circumstances, a Construction Change Direetive may be issued where the Contractor believes it is entitled to a Change Ordez ar otherwise to an inerease in the Cantract Sum or Contract T'sme, but the Vi]Iage does not agree. Ia such event, the Contractor is obligated ta perform the Work desaribed in the Consu�uction Chsnge Directiva in accordance with this tlrticie. Changes in the Work shall be performed under applicable provisions of the Contract Documenis, and the Contractor shall procead promptly, unless otherwise provided in the Change Order or Construetion Change Directive. 14.I Chanrte Orders 14.1.1 A Change Order is a written instrument signed by the Pxoject Manager and Conhactor stating their agreenaemt upon all of the following: .1 The change in the Work; .2 The amount of the adjustment, if any, to the Contract Sum; and .3 T7se amount of the adjustment, if any, to the Contract Time. i4.2 Construction Change Directives 14.2.i A Constr�xction Change Directive is a written order signed by the Froject Manager d'rrecting a change in the Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, ar both. The Village may by Construction Change Directive, witln.out invalidating the Agreem�nt, order changes in the VJork withia the general scope of the Agreement consisting of additions, deletions or other revisions, the Coniract Sum and Contract Time being adjusted accordingly. 14.2.2 A Conslxuction Change Directive shall be used rn the absence of total agreement on the terms of a Change Order. 14.2.3 If the Construction Change Dizective provides for an adjushaent to the Contract �um, the adjuslment shall be based an one of the following methods: .1 Mutual acceptance o€ a Iump sum properly itemized and supported by sufficzent substatxtiating data ta pernxit evaluation; .2 Unit prices stated in the Contract Documents or subsequently agreed apon; .3 Cost to be determined in a manner agreed upon by the parEies and a mUfttally acceptabte fixed or percentage €ee; or .4 As provided in Sec�on 14.2.7. 1q.2.5 Upon receipt of a Consiructian Change Dircctiva, tha Conlractar shall promptly pmceed with the cbenge in the Work involved and advise the Froject Manager of tl�e Contractor's a�eemen# or disageement wi.th the method, if any, provided i€n the Conshuction Change D'uective for determining the praposed adjustmeffi in the Contract Sum or Contract Time. Disagreement as to thr� adjustment to the Contract Sum or Contract Time shall not excuse Contractor firom its prompt perfazmance af the Work described in the Construction Change Directive. 14.2.G A Construction Change Directive signed by the Contractor indicates the Contraetor's agreement fherewith, including adjustment in Canaact Sum and Contxxct Time or tlte method for determituug them. Such agreement shall be effective imrnediately and shall be recorded as a Change Order. ta 14.2,7 If the Gontractor does nat respnnd promptly or disagrees with the metliod for adjustn�eat in tl�e Cantract Sum, the Project Managex shall determine the rnethod aud tbe adjustment on the basis of reasonable e�enditures and savings of those performing the Work attributable to t3�e change, including, in case of an increase in the Contract Sum, an amownt �ior overhead and profit as set forth in the Agreement, or i€na such am�unt is set forth in the Agreement, a reasonable amoun� In such case, the Contractar shall keep and pxesent, in suah form as the Proje�ct Manager may prescribe, an itemi�.ed accounting together with appropriate supporting data. Unless otherwise pravided in the Contract Docaments, eosts for the pw�poses of this 5ection 14.2.7 shall be limited to the following: .i Costs of labor, including social security, oid age �d unemployment insurance, &inge benefits required by agreement or custom, and workers' compensation insurance; .2 Costs of materials, supplies and equiprnent, including cost of transportation, whether incorparated or consumed; .3 Rental costs of machinery and equipment, exclusive of hand tools, whethes� zented frozn the Contracbor or others; .4 Costs of premiums for all bonds and znsnrance, permit fees, and sales, use or similar taxes related to fhe Work; and .S Additional costs af supervision and field offzce personnel directty attributable to the change. I4,2.8 Pending fanal determination of the total cast of a Canstructiou Change Directive, the Contractor may request payment for Work completsd under tiie Construction Change Directive in Applications for Payment. The Froject Msnager will make an interim deberminadon for puxposes of mont3�iy certification for payment for those costs and agprove for payment #he amount that the Project Manager determiz�es, in the Project Manager's sole judgment, to be reasonahly justified. The Project Managex's iz►terim determination of cost slxaJ.l adjust the Contxact Sum an the same basis as a Change Order, subject ta the right af eithex party to disagree aad assert a claim. 15. Compliance with I.aws, The Contractor shall give all notices, and warrdnts and represents that the Work will comply with alF federal, state and Iocal laws, ordinances, rules, reguIatians, and orders of any public authority having jurisdiction over che Work. Contractor shall comply with all ordinances, laws and rules of the State of Florida, Village of 'WeUington and Pairn Beach County applicable to the Work. Coniracivr shall be liable for any deviation from any laws, ordinances, rules, reguiafiions, and orders of any public authority evep if in strict compliance with the Contxact Documents. Cantractor shall bear soIe responsibility for and bear aIl costs necessary to insure full complaance with the representations contained herein, including, but not Iimited ta any attomey's fees or other expenses incurred by Village in responding to any camplaints, citations, court orders, administrative oxders or similar governmental8dicts or process. The grovisions of this paregraph shall survive the termination of this Agreement. 16. Termination. If the Village fails to issue payment for a period outlined in Article 7 through no fa.ult of the Contractor, fhe Contractor may, after ten (IO) days written notice to the Villaga terminate this Agreement unless the Viltage cw�es such default and recover from tb.a Village payment for ail work executed including a reasonable pro�it khereon not to exceed ten percent (10%}, but wluch sum shall never exceed the contract swn less tha cost to complete any remaining Work. This sum shall be Confractor's sole remedy under this Agreenieat. If t�:e Contractor cannot satisfy the conditians and obligations imposed by the Co�ract Documents, or breaches any of the ferms of this Ag�eement then the Village may, without prejudice ta any right or remedy and after giving the Conlractor t�ree (3) days written notice, terminate this Agreement and take possession of the site and of ali materials, owaed by tha Contractor and finish the work by whatever method the Village deems expedien� Ir► such case the Coniraetor shall not be eirtitled to receive any further paytnent until the work is finished. If the unpaid batance of the Contract Sutn exceeds the cost of completing and cortecting the Work sueh excess shali be paid to the Contractor. Yf such costs exceed the unpaid balance, the Cantractor shall pay the difference to the Village. 'This provision sl►all in no way limit the Village's right to claims for 14 any additional damages inaluding but not liznited to delay and consequenriai damages. This obligation for payment sT�all survive terinination of this Agreement. The VilTage may also terminate this Agreement for tha Village's cflnvenience and without cause upon three (3) days wri.tten notice to Contractor. If the Contractor is terminated for convenieace, the Contractor shall be paid for all Work completed t.hrough the dete of termination, less payments made and any amounts th�t the Village is entiflad to withhold pursuant to the terms of this Agreement and by Iaw. The Contractor waives any and aIl claims for damages resulteng from such termination for convenience, including without limitation anticipated profits and any and all darnages. 17. Transfer of Lien In thc event any liens should be filed against the Properiy by any lienors, iu cannection with labor ar services perfon�ed, Contractor shaIl indemnify and hold Village harmiess against ali such tiens and suits or other proceedings pertaiuing thereto including any and all costs and attorneys' fiees, at both tha trial and appellate level. If any such liens are filed #hen Contractar must forthwith transfer such lien to security in accordanee with Florida Statutes. Should Conttactor fail to transfer such liea, the Village may, at its option, do sa and deduct the amount expended, includimg ali eosts and attomey's fees incarred from any payment then due Contractor. 18. Bondsj�,plicable�, 18.1 A Parforn�tu►ce and Paynnent Band (separate Performance Bond and separate Payment Bond) of the farm and containing all the provisions of the Perfor�nance snd Payment Bond (Performance Bond and Payment Bond forms) attached hereto and made a part hereof. The Payment and Perfornaance Bond required l�erein shsll be in conformance with Rlorida Stalutes 255.Q5, approved by Vzllage, executed by a surety company shown in the United Statas Treasury Iist o£ approved companies and autharized to do business in the state of Florida. 18.2 The Bonds shall be in the amount of one hundred percent (l00°l0} of ihe Contract amount gaazanteeing to Village the completion and performance of the Project cavered in this Agre,ement, as well as full payment of all suppliers, material, laborers, or Subconttactoxs empioyed pursuant to this Project. 18.3 Sueh Bonds shall continue in effect fox one (1) year after eompletion and acceptane� of the Projeet with liability equal to one hundrecE pereent (100%) of the Contract price, ax an additionai bond shall be conditioned that Codtractor will, upon noti5cation by Village, correct any defective oz faulty Work or materials wbich appear within three (3} years aflez completion of the Contract 19. �.plicable Law and Venue: Attomey's Fees. This Agreement shall ba interpreted and construed in accordance witt► and governed by the laws ofthe State of Florida. Venue £or Iitigarion concerning tJus Agreement shall be in Palm Beach County, Florida. In the event of litiga#ion to settle disputes arising out o£ this Agreement or the Project, tbe prevailing pariy shall be entitted to recover against the other party its cost and ex�nses, includin;g reasonable at#omey's fees, which shall i.neiude any fees and cos�s attnbutable to appellate proceedittgs at�sing on and of such litiga�ion. 2Q. Dr�g-Free Workplace. Exeeution of this Agreement by Contractor sha11 serve as Contractor's certificaiion that it either has or that it will establish a drug-free workplace consistent with Chapter 112.0455, Florida Statut�. 21. Conflicts. Contractar shall comply with all eonflict of interest pmvisions £ound in the Code of C?rdinances of WeUington, tt�►e Palm Beach County Code of Ethics and Chapter II2, Fforida Statutes. Neither Conhactor nar its employees shall have or hold any centinuing or frequen�.y recurring employment or contractual relaHonship that is substantially antagonistic or incompatibte with Contractor's loyal and conscientious exercise of judgment related to its perfarmance under t�is Agreemeni. Contractor agrees �tat none af its enraployees shall, during the ter�n of this Agreement, serva as an adverse or hostile expert wi#ness against Village in any tegal or adminiskrative proceeding in wluich he or she is not a party, unless compelled by court process, nar sha�l such persons give sworn testimony or issue a report or writing, as an expressian of tus ar her opinion, r�vhich is adverse or prejvdicial to the interests of Village in. any such pending or threatened legal ar administrative proceeding. The Iimitations of this 5ection shall not preclude such persons from representing themsetves in any action or in any adminis�ative or legal proceeding regaxding t�is Agreemen� Tn the event Contractor is permitted to utilize Subcontract�rs to perform any services required by ttais Agreement, Contraetor agrees to prolubit such Subcontractors, by written contract, from having any conflicts as witLin the meaning of this Section. �a 22, Public Bn�ilv Crime 5tatement Contractor acknowiedges the existence of Section 287.133(2)(a),1�Iorida SEatutes {"Public Entity Crimes Act"), which provides, in part, that a person ar affiliate who has been placed on the coavic#ed vendor lisf following a conviction for a pnblic entixy crime may not submit a bid on a coutract to provide any goods or services to ViIlage, may nat submit a bid on a contract witti Village for the wnsh�uction ar repair af a public building or public work, may not submit bids on ]eases of real property to Village, may not be awarded or perform work as a Contractor, supplier, Subcontractor, or Cousultant un.der a contract with Village, and may not transact business with Village in excess of the threshold awount pxovided in Section 287.417, Florida Statutes, for CATEGORY TW� for a period of ihirty-six (36) months Erom the date of being placed on the convicted vendor list. Violation of tttis Sectiou by Cantractor shall result in termination of this Agreement by Village without penaIty. 23. Trut�-In Negotiation Certificate. Signature of this Agreemert by Contraotar shall act as the execution of a truth-in-negotiation certificate stating that wage rates and other €actual unit costs sugporting the compensation of this Ageement are accurate, complete, and current at the time of contracting. The original Contract Price and any additians ti�ezeto shaIl be adjusted to exclude any significant sums, by which Village determines the Contract Price was increased due ta inaccurate, incamplete, oz noncurrent wage rates and other factual unit costs. All such contract adjushnearts shaIl be made within one (l ) year following the end of this Agreement 24. ecords• Conlractor shal2 keep such records and accounts amd require any and ali azchibects, Consul#ants, and Subcontractors to kaep records and accounts as may be necessary in vrder to record complete and correct entries as to perso�el haurs charged to this engagement. Such books and records will be available at alI reasonable ti.mes for examination and audit by Village and far the required zetezation period of the Florida Public Records Act (Chaptor 119, Florida Statutes), if applicable, or if the Florida Pubiic Records Act is not appHcable, for a minimum period of three (3) years after terminatian of this Agreement. If any audit has been initiated and audit fmdings have not bee�u resolved at the end of the retention period or three (3) years, whicheves is longer, the books, records, and accounts sliall be retained until resoIufion of the audit findings. 25. Tn accordance with Palm Beach County (3tdinance Number 2011-OU9, this Agreentent may be subject to investigation and/or audit by the Palm Beach Coimty Inspectox General. The Cantractor has reviewed Palui Beach Gounty Ordinance Number 2011-0�9 �td is aware of its rights and/or obligations under such ordinance. 26, Village of Wellineton's'Purchasing and Procurement Proceduees Manual. Contractor shall comply w'tth a11 Conhact�r requirements of the Vi2lage o£ Wellington's Purehasirtg and Pracuremeut Procedures Manual as adopted by Resolut[on No. R2014-I2. 27. Local Preference. Except where pmhibited hy federal or stete law, other ft�ading source restrictions, or as atherwise excluded by the Village of Wellington's Local Preferenee Policy, if Cnntractor represented itself as a Pa3m Beaoh County Local Business or Westem Communities Locai Business in accordance witi� the Viltage of Wellington's Local Preference Policy, Contractor shall be obligated to �naintain such status in accordance with. eligibility xeqnirements of Viliage of Welling#on's I,ocal Preference Policy t]zrough final completiou of die Pmject. Tn the everrt Contractor qualified for J ocal Preference by subcontractor participation, the Contractor shall maintain the iocal subcontractor(sj id�ntified in its response ta the Owner's Invitation to Bid and shaIl not replace same without the prior written consent of the Owner. In the event Contractor needs to replace a Iocal subcontractor, said subcantractor shall be replaced with anather contraafor which meets the eiigibility requiremenis af the Vitlaga of Wetlington's Local Prefexence Policy, unless expressly agreed in writing by the Owner. 28. Code of Ethics 8c Conduct If Contractor vioIates or is a pa�Ry w a violatian of ths Florida Statutes Chapter 112 or t�e Palm Beach Code of Eflucs (See. 2-441 et. sec�, Contractor may be in material breach of this Agreement and may be disquaiified fornt bidding on any future bids for work of goods with the Owner. 29. Non-Coltusian. This Agreement is made withaut coIIusion or fraud. No premiums, rebates, ar graRiities are permitted with, prior to, or after any delivery of material or provfsions of services. Any violation of ttus provision may rasult in terminatio� of this Agreement, return of materials or discontinuation of services, and ti►e possible removal of Contractox for hidder lists, 30. Drug-Frea WorkpIace. ConUractox certifies that it maintains a drug free work place. 13 31. As �sart o£ the Village's National Pollutant Discharge Elimination System (NPDES} requirements, Contractor may be requ'v�ed to achieve training which may include but not be limited to a live presentation aucl/or video presentation. Contractor is responsible far all costs associated with tlae training, 32. Trafftc Conixol and Maintenance. To the extent applicable, fhe Contract Sum includes all trat�'ic conlrol and trat�tc control costs related to the Work The Maintenance of Traftic Plan and alt traffic waming and control devices shali conform to the appliceble provisions of the latest editions of the national "Manual On Unifrnm Ti�aaffic Control Devices" (MI3'i'CD), and the 5fl0 series of the Florida Depaztment of Transpmtation's "Roadway and TrafCc Design Standards". The MOT Plan shall be prepared by a Florida MOT C�rtified Technician if FDOT standaxd details are ased. If FD�T standard details are nat used, a Professionai Enginaer licensed in Florida shall prepare the M4T PI�. M�T Plans shall be submitted to appropriats agencies for approval. Casts of conapliance with this Paragraph are included as part of the Contract Sum. 33. �xi�ting Stntctt�es & Utilities. All lrnown utilities have been shown an the Plans and Dtawings a�cording to the best information available. It is the Conirector's responsibility to contact all owners of siructures or utilities above gtound, an the surface, or below tha ground, within the Project area so fhat said owners rnay stake, otherwise make, or prot�t their facilities. When struciures and utilides have been prnperly shown or marked and are ciisturbed or damaged in the e�cecution of the Work, they must be repaired immediately in conformance with best standard practice and the approvat of ti�e owner of the damaged utility or structure. tn the case af structures and utilities which have not been properiy sltown or located as outIined above and are disturbed or damaged in the prosecution of i�e Work, take whatever steps are necessary for safety and notify the affected udlity owner and avoid any acrions wluch might cause further damage to the slructure or utility. Should the Work reguire repairs, changes, or modifications of the Owner's utilities as well as other utilities, it is the responsibiiity af the Contractor to provide for the maintenance of cQntinuous water, sewage, electric, telephone an$ other utility services to all present customers of such utilities, unless approval i�o� writing is secured from the applieabie utility company or Owner fax inE�reup�ion of such service. 34. Testin . All tests a,nd analyses, which are called for in the Specifications andlor Drawings to be performed by an Iadependent Testing Laboratory or ofherwise, wiil be at the Contractor's e�cpense unless otherwisa spacified, provided the tests and analyses determine that the material(s) and/or VJork meets the requiremenfs as spacified, All such tesls that pass or fail to meet the Projecf requirements are to be paid by tha Contractor. 35, Storage Site. Tha Contractor shall furnish, at its expense, praperly zoned area suitable for f�eld +affices, material storage and eqnipment service and storage, as applicable for the Projeck The Contractor shall maintaia these areas in a clean, orderly condition so as not to causa of nuisance in the area and shall restore the storage sreas to its originai or better conditzon. 36. M3scel _.eous• Neither party to this Agreement shatl assiga the Agreement or sublet it as a�+hole without the prior written consent of the ot�er. '�'be partial or complete invalidity of any one or more provisions of this Agreement sha�i not affect the validity ar continuu►g force and effect of any other provision. The faiture of either party hereto to insist, iva any one or more instances, upon the pe7tfQrtnence of any of the terms, covenants or conditions of this Agreement, or ta exercise any right herein, shall not be construed as a waiver or relinquishment of such berm, covenant, condition or right as respeets further performanca. Tbis Agreement may not be amended or modified exaept by an instrument in wrifmg signed by the party against whom enf'orcement of such amendment or modification is sought. In consiruing this Agreement, the singular shall be hetd to inctude the pluraI, the plurai shall be held ta include the siz�ular, the use of any gander shall be l�ald to inctude evezy ather and aII genders. This Ag�reement supersedes any prior agreemenis betw�n the parties with respect to its subject matter. 'I'b.is Agreement may be executed 'm any numb� of counterparts with the xame effect as if all parties hereto had signed the same docvment, All such counterparts sha1l be conshued together and shall constituce one instrumen� 37. ofice, Whenever either parly desires to give notica unto tha other, it must be given by written not�ae, sent by certifced United States mail, with retvrn receipt requested, addressed to the party for wbam i# is intended, at the placa Iast speeified; and the place for giving of notice shall remain such until it shall have been cl�anged by written not3ce in compliance with the provisions of this pazagraph. For the present, the parties desitgnate the foIlowing as the respective places fox giving of natice, to-wit: 14 �ar QB: For Cantracbor: Awilda Rodrignez, Village Clerk Daniel DiMvra VilIage af Wellington Sheaandoah General Construction Company 12300 Forest H� Blvd. 1888 NW 22 Street Wellingtbn, FL 33414 Pompauo Beacb, Florida 33069 3 8. The Ovvnar Direct Specisl Condi�ions (Sales Tax Info�oa} are incurporated h�eia by reference. 39. �b�� Exhtbit A Plans & Specifications ('�;Fapplicabls) Exht'bit B Schednle of Values Fathi'�sit C Certiftcate of T�nsurance B�u'bit D Werranty FormB �S'xhibit B Paym�t and Performaace Bond Forms {if apglic�Ie) �bit F Farm of Certificate of Substantial Completian �u'�ii G Fa=m foz Application for Pa�+m�t �u'bit H BiII of 3ale Porna Exhibit I Affidavit to �vner and FinaI Release of Leins (Signat�u�es oa foltowmg page) 15 IN WITNESS WI�EREOF, OWNER and CONTRACTOR have signed this Agreement. One counterpart each has been delivered to OWNER, CONTRACTOR, and the ENGINEER. All portions of the Contract Documents have been signed or identified by OWN'ER and CONTRACTOR or by the E3�IGINEER on their behalf. OWNER: Villaee of Wellington CONTRA TO�: hen� doah Generat Construction ComaBnY By C���� _ By . Bob Margolis, Mayo �'�c�,��.� � c 1� t��.. � �� � C'_t' ../t-i c�-�-.-'~ , Attest: .rc�'f".���• ��.�'C�� . Attest%��/ � -, Awilda� Rodriguez, Wellington'st�lerk � � � ., � _ � {SEAL) (CORPC}RA A „} G'C.��f2 ���, �. . r APPROVED A$ Tp FORM AND LEGAL SUFP�GIENCY V' .�� s� V lage f rney 16 E7CHIBTT A kLANS 8c S�ECIFIGATiONS 97 GENERAL 5PECIFICA'I'I4NS AND REQUIREMENTS 1.0 PROJECT SCOPE OF SERVICES The wark shail include, but is not limited to, generai maintenancelrepair services far stonn draivage infrastructure {pipes and struct�ues). Work to be perforn►ed by the contractor includes, but is not limited ta: furnisl�ing all labor, materials, equipment, tools, traaspoztation, maintenance of tra�c, supplies, and supervision to complet�e the authorized woxk. Z.0 GEDTERA,L A. CONTRAGTOR will notify O WNFR 48 hows prior to commencement o€woric. B. OWNER will pravide CONTRACTOR access to sites. C. CONTRAGTOR shaEl police all wark sites regularty to ensure tb:ey are kept fxee of trash and debris. D. No fuel or equipment may be stored on-site unless approved in advance by the OWNFR, E. Prior to engaging in any discussions with other entities, such as the news nnedia, pertaini.ng to the Contract, CON'TRACTOR shall notify the OWNER F. CONIRACTOR will have a supervisor equipped with a radio, pt�ame or paging de�ice so the OWNER wili have 24 hour contact if problevos arise in field operations, G. CONTRACTOR will make personnel available for emergency work 24 hours a day 7 days a week. Fi. CONTRACTOR shall not subconhact more th� 25% of the conlzact amount aud shall perform a minimum of 7S°h of the work within their own organization, unless autharized in advance by OWNER. I. Upon reeeipt of a request for proposal (RFP}, by phone or in writing, CONTRACTQR is required ta respond within 72 hours or within the time specified in tkze RFP. T. CONTRAC'TOR sha11 adhere to all OSHA st�ndards. K. CONTRACTOR shall utilize and comply with all Welliagton specifica�ion and details as found in �e current WeIlington Engineering Standards Manual. 3.0 CLEAI�NGJPII'E AND HEADWALL R�PAIR/I)NING Under water inspecrion of pipes and structur�s shall be perfornned by experienced personnel trained in evaluating sUuctural breaks, bad jontts, and obstacles, by man entry andlor closed-circuit television, Dive crews shall obey all Oceupationat Health and Safety Adminishaiion (OSHA) rules whieh apply ta confined-spaces and cliving operations. 'Il�e Contractor may not dewater a Wellington or Acme Innpmvement Disfrict —owned drainaga system for cleaning or repair purposes withaut the prior written approval of Wellington. The Contractor may not install a plug in a Wellington or Acme Impmvement District draivage system without #ha prior written appmval of Welliagton. Before the complation of any project, tlie Conh�aetor shall reinstate, ta ori,ginal cnnditions, the Project area affected by the operations. The Contractar is solely responsible for the appmpriate, legal disposal of all waste associated with each project. Tize Contractor is solely responsible for obtaining all pemuts required to perform the project, as applicable. Any deviadons from the wark order must be approved in advance and in wxiting by Wellington of the Acane Tmprovement District, artlaeir representative desi�uee. The use of a vacuum truck, suction device, or other appliance as approved by Wellington shall be included in the price for cleaning services. Specialty cleaning can only be authorizsd by prior written approval by Wellingtan. 18 The Contractor is soleiy responsible for compliance with all reIevant municipal, County, State and Federal regulations in regard to construction praciices. The contractor shall use equipment which is safe aud maintained in a good warkable conditia�v. The Contraetor is solely responsible for traffic eontroi at no additional cost to Wellington. The Contractor shall futuish all � safety barricades, warning lights sud other safety devices as may be necessary and appropriate bo offer safe operational p�ractices, and adequately pxatect the pubfic. A11 iz�a�'ic conlrol implemented by tbe Contractor shall comply with #he "Manual an Unifornn'I�affic Contral Devices" s�tandards. 4.0 DIVING INSPECTION AND YIDEO LOGS Wellingtan may request, pre- andlor post- construction, as part of an inspection, cie�ung, u�staliation, slip-lining, or repair of submerged sttvetures or pipes, a DVD or CD of ttta results of the work to confirm that said sfructure or pipe is clear of debris. The price of which shall follow the scheduie item as provided in the bid pxoposal. Such requests for video logs and the subsequent production of the DVD are to verify the work and provide a means of linlflng the results of inspection ta Wellington's Geograpluc Lnfoxmation System (GIS) for permauent sWrage and access. At the present time tha forrnat has not been determined for reeording video inspection logs of its stcucivres. Untit the policy of a standard fonmat is adopted the Vendar shall suppty any requested videa inspection by Wellington. Inspeetion reports shell be submitted in printed hard copy and when specifzcally requested by We�lington in an electronic data forma� Thase records shall include BUT NOT BE LIMITED TO THB FOLLOWING: 1. Corr�t address/location of structures (eg. Manholes, catch basins, conflict boxes, pipes, etc.) 2. Pipa size, length and material. 3. Footage Iocations and descriptions of defects such as obstructions, root intrusion, masonry plugs, offset jaints, cracked pipe, holes, collapses, sags, laterals, and /or blocicages in the pipe. 4. Audio reporting of observatians is important and should be clear and concise. Extensive background noise recozded on the audio inspectian report is imacceptable. 5. DVD/CD number and index. T'he original video DVD/GDs, when speeifically requesbed to be produced as[part of an individual project or inspection, shall be forwarded to Wellington with a repart and shall become the property of WellingtonJ Up to one addiHos�al copy will be provided at �ao cast to Wellington. SA SCAEDULE OF WORK The Cantractar shall complete #he speczfied work within time negotiated for each project from the date specified in the Nntice to Proceed. The time may be extended due to e,�ctenuating circumst�nces andlor unforeseen circumstances. Any time beyond the negotiated time must be approved in writing in advance by tl�e Contract Administrator or designee. 6.d PA'f�'MLN7' Payment for work will be in accordance with the prices set farth in the proposal for the quantity of work performed. Progress payments will be naade monthly, based on the work performed during that period. "Ihe Cantractor wi1� ba required to submit a standard Wellingfon or Acme Improvement Distri�t schedule of completion forms for partial payment of accepted work. Spe�iatized pipe rehabilitation services that cannot be adequate2y provided by the contractor, or resuitit�g frora work done under this contract, many be pravided hy a sub-conitactor �nder the direet supervision of the contract. Sueh services are to ba included in the bid price. If tha need for specialized services is encountered during rehabilitation efForGc, this will be handled on a case by-case basis via change orderts}. 7.0 EXPLANATION ()F TSRMS 19 Def3nition oi terms is as follows: A. T5� Inspection refers to the televisad inspection of ttae pipe interiox or sttucture using remote controlled video equipment or a div�. Payznent is by the linear foot of travel wiithin the pipe. The unit price varies according to tha pipe di�eter. Cleaning refers to removal of eno�gh rnaterial to ensure that at least ninety-fiVe percent {95%) of 13�e pipe capacity is restored. B. Ligfit Cleaning refers to the removai of'/, diatneters or less of sediment or debris fram a section af pipe. This 'ztem will be bilIed, at a minimuw, in 10 foot incremants and may be nniJCed with other types of cleaning. T6e Contractor will provide certificatian t}�at at Ieast ninety five percent (95%} of the pipe capacity is restored. The Village of Welliugton may request a videa inspection. C. Medium Cleatting refers ta the removal o£betwcen'14 to'/� diameters of sediment of debris from a section o£pipe. This item will be billed, at a nai�nimaiutn, in 10 foot increments and may be mixed with other typea of cleaning. The Coniractor will provide certification that at Ieast ninety-five percent (95%} of the pipe ea.pacity is restored, The Village of Wellingtan may request a video inspection. D. Heavy Cleaning refers to the removal of greater than h diamaters of sand and/ax debris from a section of pipe, This rbem will �e billeci, at a minimum, in 10 foat increments and may be mixed with other typas of cJeaning. The Contractox will provide certiflcation that at Ieast nine#y-five (95%) of the pipe capacity is restored The Viltage of Wellington may request a video inspectian. E. Specialty Cleaning, sucb as the removal of masonry plugs, calciteJconcrete deposits, roots, or the use af special equipment such as bucket machines will be priced in addition to Light, Medium or Heavy Cleaning as described above, This item wiil be billed, at a minimum, in 10 foot increments and may be maxed with other types of cleaaing. Specialty Cleaning will only be aharged for tlne footage for whieh the serviea was required and for which written a�pproval was authorized. The Contractor must provide certiftcation at completioa that at least ninety-five pexcent (45%) of the pipe capacity is restored. The Village of Wellington may request a video inspecrion. F. Or Equal means the minimum capacity/capability for a piece of equipment which can be charged to tho Village of Wellington for that item. G. A plug is any obswetion constructeci or placed in a structure/pipe to block or liumit wa�r flow. H. Prior to any slip-lining, Wellington will provide the Cont�rracctor with pipe end detai�s. Said details will includa, but are not limited to, such things as the remo�aI ar trea�m�em of the existi�g pipe ends, miteted ireaUneat of the new slip-lining and any headwalUrip-rap improvements as may be required. S.0 MAINTENANCE OF TRAF�C POLICY For atl projects that are conducted wi#hin a WellingtQn or Acme Improvement District Right�f-Way, the Vendor shall provide aud erect Traffte Contral Devzces as prescribed in the cwrent edition of the M�ual On Uniform TYaf�c Control Devices (MUTCD), where appticable an Iocal roadways and es prescribed in tha Florida Deparbment of Trsnspori�ation's Design Standards (DS} on state roadways. The Vendor will be responsible for obtaining copies of all requaed manuals, MUTCD, FDOT Rnadway & Traffic Design Standards Indexes, or other relat�ed documents, so to became familiar wi�lt their requirements. Strict adherence to the requirements af the Maintettanoe of Ttaffic ("MOT") policy wilt be enforced under this Contract. All costs associated with the Maintenance of Traf�ic shall ba inchaded on the line item an the bid page, If MOT is reqnired, MOT is to be provided within ten (IU) days of receipt of Notice of Award. 20 �LTP LINING ST,IP LINING (CULVERT LINING) A. Slip linntg pipes shall be made of high-densiiy polyethylene resins in accordance with the requirements af ASTM A- 3350-02 or later. The cell classi�cation will be 345�64C and shall have the Plastic Pipe I�nstitute designation of PE 3408. The [iner pipe shall compiy with requirements of ASTM F-714 far d'v�aensions and have a maximum DR af 32.5. The liner pipe shal[ have a smooth, non-cozrugated 'mterior and extexior. The liner shall be resistant to the effects of ultraviolet rays. Slip liner shall be instalIed in accordance with dxe installafion insfsuctions of the manufacturer or as directed by the engineer. The liner pipe s1ta11 be capable of being joined into oontinaous lengths t�y an approved method. The }oints shail nof create aa inereasa in the outside di.ameter of the liner pipe to eliminate ooupling hang-ups, The joints must contain a gssket or sealant and be watertight, capable of handIing pressures in excess of 25 feet of head per ASTM D-3212. The joining system for the liner pipe shail be approved by the Project Engineer. Existing cu]verts shaIl be cleaned of all debris and any sharp edges repaired. Care shall be taken when ins#alling slip liners in existing pipes with extruding bolts ar hardware so as not to scare or damage liner. In some c.ases it may be necessary to piace a skid system in the e�cisting culvert to protect the Iinar from demage duriag instzllation. The skid system shall be instalted so as to allow the grout to flow completely eround the li.ner. The complete linar shall be grauted the entire length between the aId pipe and the uew Iiner pipe. The grout shall be foamed with a density of not tnore thau SO lbs per cubic foot. T'b.e grout shall have a strength of 34Q psi. The price of the grout is to be inctuded in the Iinear cost of the slip-limin:g �peration. The unit pitice paid for pipe liners shall be by the lineal foot and shall incIude all work performed an existing Slips, i,e,; instalIing skid systems so damage is minimal and placing grout. SPECIFICA'i'IONS ROR CURED-IN PLACE PIPE (CIP�) 1. IN'TBNT 1.1 It is the intent of this specificafion to provide far tha reconstruc�ion of pipelines and conduits by the instailativn of a resin-impregnable flexible tube wbdch is formed to #�e oxiginal condeut by use of a Izydrost�tic b,ead. The resin is cured using hot water under hydrostatic pressure within the tube. The Cured-In-Place Pipe {CIPP} will be conximuous aad tight fitting, 2. REFERENCED DOCUMENTS 2.1 This specification references AS"IM 1�121b (Itehabilitation of pipeIines bp the inversion and curing of a resin- impregnated tube), ASTM F1743 (Rehabilitation of pipelines by pulled-in-place instatlation of a cured 'm-place thexmosetting resin pipe), and STM D790 (Test methods for f(exival properties of �m�re'vnfotced plastics) which are made a part hereof by such ref�erence and shall be the latest adition and revisian thereof. In case of conflicting requirements between this specification and these refexencad documents, this specification will gavern. 3. PRODUCT, MANUFACTURERi1NSTALLER QUALIFICATION REQUIREMEN'fS 3,1 Sinca pipelixie xehabilitation products are intended ta have a SQ year design life, and in order to minimize the Owner's x[sk, only proven products wit� substantiat successfuI long term hrack records wiIl be approved. 3.I.1 For an Insfaller to be considered, the Tnstaller must satisfy all insurance, finaucial, and bonding reqvirements of the Owner, and m�st have had at leasf 2(two) years active ex�erience in the commercial installation of the product bid. Acceptxble documentation af these minirnvm installations must be snbmitted to t�e Ormer. 21 4. MATERiALS 4.I Tube — The sewn Tuba shail consist of one or more iayers of absorbent n�on-woven feIt fabric and meet the requirements of ASTM F1216 or AST1Vi F1743, Section 5. The tube shall be constiueted to w�ithstand instaJlarion gressures, have sui�icient strengt.6 to bridge missing pipe, and stretch to fit 'vxegular pipe sections. 4,1.1 1�►e wetout Tube shall have a uniform thickness that, when compressed at installatian pressures, will met or exceed the Design thiclm:ess. 4.L2 Tha i�be shaIl ba sewn to a size that, when instalted, will tightly fit the internal circumference and length of the original pipe. Allowance should be made for circumferential stretch during inversian. Overlapped layers of felt in longiturlinal seams that cause lumps in the final product shall not be utilized, 4.1.3 'fhe outside layer of the 11ibe (before wetout) shalI be coated with an impermeable, flexible membrane tliat will coatain the resin and �acilitate monitoring of resin saturation during the resin iunpregnation (wetout} procedure. �.1.4 The Tube shalI bc homogeneous across the entire wall thickness contasning no intermediate or encapsvlated elastomeric layers. No material shatl be included in the Tube that may cause delamumation in the cured CTPP. Na dry or unsaturated layers shall be evident. 4.I.5 The wall color of the interior pipe surface of CIPP after instaltafion shall be a tift reflective color so that a clear detailed examination with elosed circuit television inspecdion equipment may be made. 4.1.6 Seams in the Tube shall be stronger than the unseamed felt. 4,1.7 The outside of the Tube shall be marked for distance at regular intervals along its entire length, not to exc,eed 5 8. Such markings shall include the Manufactare�r's name or identifying symbol. 4.2 Resin— The resin system shall be a corrosion resistant polyester, vinyl ester, ar epaxy and catalyst system that, when properly cured within the tube composite, meets the xequirements of ASTM Fi21b and ASTM �1743, the pl�ysioal propercies herein, and those which are to be utitized in the Design of tJ�e CIPP for this project, The resin shalt produce CIPP which will comply wit}� the struetvral and ehemicai resistance requirements of this specification. S. STRUCTURAL REQUIREMEN"TS 5.1 The CIPP shaIl ba designed as per ASTM F1216, Appendix Xi. The CIPP design shall assume no bonding to the origina� pipe wsIl. 5,2 5.2 The layers of tl�e cured CTPP shall be uniformly bonded. It shall bot ba possible to sepa�rate any two layers with a probe or point af a kaife blade so that the Iayers separata cleanly or the probe or knife blade moves freely between the layers. If separation of tbe layers occurs diu7ng testing of field samples, new samples will be cut from the work. Any reoccurrence may catase rejection of ttte work. S.3 T�e cured pipa matexial (CIPP) sha]1 conform to the structurai properties, as listed beiow. MIlVIMITM PHYSICAL PROPERTIES G�ared Composite Pmperiv Test Method �er ASTM F1216 l400k Resin) Modulus of Elasticity ASTM D-790 250,Q00 psi 400,000 psi Fiexurat Slress ASTM D-790 4,500 psi 4,500 psi 22 5.4 Tlie required structuraF CIPP wall thickness shall be based as a minimwn, on the physical properties izl Sectian 5.5 and in accordance with the Design P.c�uatians in the appendix of ASTM F'1216, and the following design patameters: Design Safety Factor �_4 Retention Factor for Long 'Term Flexural Modutus ta be used ia Design=l%- 6Qs Ovality* =2L Enhancement I�actar, k =Sae Section S.3 Crroundwater Depth (above invert)� =ft• Soit Depth (above cxawn}* =ft. Soil Modulvs*'� =psi SoiJ Aensity** =12_ 0 ncf Lzve Load** _ Design Condition (partially or fully deteriorated}*** PD 5,5 Refer to ti�e attsahed Dimensianal Ratio table for specific pipe section rec�uirements, based on the pipe condition, depth, ovality, ete. as computed for the oondiiioas shown, usiaag ASTM �121b Design Equations. 5.6 Any layers of the tube that are not safiu�ated with resin prior to insertion into the �is4ing pipe shall not be included in tbe stractar�al CIriP wall thicl�ess camputatian. 6. 'I'ES'TINC� REQUIRBMENTS 6.1 Chemical Resistance -- The CIPP shall meet the chemical resistance requirements af ASTM F121b, Appendix X2. CTYP sampies for testing shatl be of tube and resin system similar to that pmposed for actual cansWction. Tt is required fhat C3PP samples witb gnd without plastic coating meet the,se chemical testing requu�ements. 6.2 Hydraulic Capacity -- Overali, the hydraulic profile shall be maintained as large as possibIa. 'Tbe CTPP shall have a miaimum of the full flow capacity of the oxiginal pipe before rehabiIitation. Catcalated capacities may be derived using a comrnonly accepted roughness coefficient Par the axisting pipe material taking into consideration its age and condition. 7. INSTALLATION RESPONSiBTLITIF�.S FOR INCIDBIVTAL ITEMS 7.1 It shall be the responsibility of tlie Owner to locafie and designate all access poiuts accessible for the worl� aud provida rights of access to these goints.lf a slxeet mnst be closed to trafftc because of the orientation o£the pipe, the Owner shall institute the actions neeessary to do th�s for the mu#ually agreed time period. Contrac�or shali obtain a hydrant meter from '9Vellingtan and shail pay for all potable water nsed at hydrants for cleaning, inversion and ot�►er work items requir� water, 7.2 Cleaning of pipes- The pipes shaIl t>e clear of all internal debris an.d atl intemal debris that will intexfere with the iunstallation of CII'P. 7.3 Inspection of Pipelines — Inspeetian of pipelines shall be performed by experienced personnel trained in locating breaks, obstacles and service connections by close circuit television. The interior of the pipeline shall be carefully inspected to determine the locafion of any conditions which may preveat prapar insta[lation of CIPP inta the pipelines, and it shail be noted sa that thesc canditions can be corrected. A video tape and suitable log shal] be kept for Iater reference by tha Owner, 7.4 Line Obstructions — It shall be the responsibility of the Contractor to cleaz the 3ine af obsttvetions such as solids and roots that will prevent the insertion of CIPP. If pre-installation inspection xeveals an obstruction such as a profruding connection, dropped jaint, or a colIepse that will prevent the inversion process, that was not evident on the pre-bid videa and it eannot be removcd by conventional pipe cfeaning equipment, then the Contractar shall make a point repair excavation to uncover and remove or repair the obst,rnctiou. Such excavation shalI be 23 approved in writing by the Owner's zepresentativa prior to the commencement of the work and sha11 be considered as a separate pay item. 8. INSTALLATiON 8.1 CIPP instatlation shall be in accordance with ASTM F1216, Section 7, or ASTM FI743, Section 6, with the following modifications: 8.1.1 Itesin Impregnation — The quantity of resin osed far tube impregnafion shall be sufficient to fili the volume of air voids in the tube with additional a3lowances for polymerization shrinkage and the loss of resin tbrough cracks and irreguIarities in the original pipe wa{l. A �acuwn impregnation pmcess shall be used. To insure thorough resin satuxation throughant the ]ength of the felt tube, the point of vacuum shall be no fiuther than 25 feet fxom the point of initisl resin iniroduction. A$er a vacuum in the tube is established, a vacuum point shall be no further than 75 feet from the Ieading edge of the resin. 'The Ieading edge of the resin slug shaIl be as near to perpendicular as passible, A xoller system shali be t�sed to uniformly distribute the resSn throtaghout the tube. rf tfie Instalter uses an atter�aate �atethod of resin impregnatian, the method mnst produca the same resuits. Any alternate resin impregnation method must be appxoved by the owner. 8,1.2 Tube Insertian — The wetout fube shall be positioned in the pipeline using either inversion or a pull0in method, If pulled into pIace, a power winch shouid be utilized and care should be exercised not to damage the tube as a result of pull-in friction. The tube shoutd be pulied-in or inverted through an approved access point and fully e7ctend to t�e next desigaated structura ar terminatian point, 8.1.3 Temperature gauges shatl be placed inside the tube at the invert level of each end to monitor the temperatures during tha cure cyeIe. 8.1.4 G�ring shall be accomplished by utilizing hot water under hydrostatic pressure in accordanee with the manufacturer's recommended cure scheduls. 9. TNSPECTION 9.I CIPP samples shall be prepared and physical properties tested in accordance vuith ASTM F�216 or ASTM F1743, Sactian 8, using either meEhod pzop�sed. The fleacural properties must meet or exceed the values listed in 'Table 1 af the applicabIa AS'E'K'M. 9.2 Wall thickness of samples shall be deternuned �s descnbed in paragraph 6.1.6 of ASTM F1743. The minitnum wall tluckness at sny point shall not be less than 87 1/2 °� of the design thicknass as catculated � paragraph 5.6 af this documeats. 9.3 Visual inspection of the CIPP st�all be in accordance with ASTM F1743, Section 8.6. 1 Q. CLE.AN-iT.P' 1 Q. I Upan acceptance of the installation work and testing, the Contractar sha11 restore the project area sffected by the operations to a condition at least equa� to that existing prior to the work. 11. PAYMENT 1 l.lPayment far the work included in this section will be in accord�ce with the prices set forth in t�e proposal for the quantity of work performed. Pragress payments will be made monthly based on the work performed daring that period. 24 EX�iIBTT B SCHBDULE OF VAI.U� 25 SCHEDULE OF VALUES (FATLURE TO COMFI�ETE TEIIS FORM MAY RESULT IN 'f� BID BEIl3G DECLARED NON-RESPONSNE) ltem p�i ��� Unit Price N Viewing 1 Storm Drain ('Jidea Camera} Observation 0" -48" Log/Written Re ort LF � 4 �Oa storm Drain (Video Camera} Observation 49" - 72" Log/Wrltten � 6 � 2 Report LF Plug lnstallation & Removal {Includes Minimum Weehly RentaE� far: 3 0" to 12" w� $ 25.00 4 15" ta 30" Week $ 150.00 5 36" to 42" Week $200.00 6 48" to 60" Week $400.00 7 72" ta 96" Week $a�54fl.4 Pumping 8 4" Hydraulic Pump (with up to 1000' of discharge hose) Hour � 15.00 9 6" Hydraulic Fump (with up to i00U' of discharge hose} Haur $ 25.00 10 8" Hydraulic Fump {with up to 1000' of discharge hose} Haur $ 30.0 Cleaning of:CMP, RCP, PVC & HDPE {prainage Pipe) 11 Light Cleaning of 15" Pi e LF � 2.04 12 Medium Cleaning of 15" Pi e LF $ 2.54 13 Hea Cleanin of 15" Pi LF $ �•OQ 14 Li ht Cleanin of 18" Pi e LF $ 2.25 � 15 Medium Cleanin of 18" Pi e L� $ 3•25 16 Heavy Geanin of 18" Pi LF $ 6.Q0 17 Light Cieaning of 24" Pipe LF � 2•25 18 Medium Cleaning of 24" �ipe �F $ 3.25 19 Hea Cleaning of 24" Pipe LF $ 7.00 2d Li ht Cleanin of 30" Pi e LF $ 3.50 21 Medium Cleanin of 30" Pi e LF $ 4.00 22 Hea Cleaning of 30" Pipe LF $ �•�� 23 Li htCleanin of36"Fipe 1.F � 3.50 24 Medium Cieanin af 36" Pipe LF $ �.�Q 25 Hea Cleanin af 36" Pi e LF $ 11.00 . 26 Li ht Cleanin of 42" Pi e LF $ 6.00 27 MetliumCleanin of42"Pi e LF � 8�00 28 Hea�y Cteaning of 42" Pipe LF $ 18.00 29 Light Cleaning of 4�8" Ptpe LF $ 7•fl4 30 Medium Cleaning of 48" Pipe LF $ 10.00 31 Hea Cleaning of 48" Pipe LF $ 21.0 32 li ht Cleanin of 54" Pi e �F $ 9.Q0 Page � 21 Item � Description Unit Unit Prlce 33 Medium Cleaning of 54" P1 e LF $ 10.75 34 Hea Cleaning of 54" Pi e LF $ 28• 35 U t Cleanin of 60" Pipe LF � 10.0 36 Med[um C�eanin of 60" Pi e �F � �2•� 37 Hea Cleanin� of 60" Pi e LF $ 34. 38 Li ht Cfeanln of 66" P! e tF $ 17.00 39 Medium Cleanin of 65" Pf e L� $ 14.00 40 Hea Cleanin of &6" PI e LF $ 35.0 41 Li ht Uearting �f 72" Pipe � $ 12.0 42 Medfum Ueaning of 72" Pipe �$ 15 •� 43 Hea Ciean{ng of72" Pl e �,F $ 47.0 44 LighECfeanin of84"Pipe lF $ 13.0 45 Medlum CleaNngof84" Pi e LF � 1�•Q 46 Heavy qeaning of 8�" Pipe �$ � 47 Light Cleaning of 96" Pipe LF $'�g•�� 48 AAedium Cleaning of 96" Pi e L� � 2 ��� 49 Heavy Cleaning of 96" Pipe �� $ 6 �� 40 > ; .: �:°; ::;,. • .:; ;� : .:::.:.: ...: :: :. . . . .. .. ... . . : :.: , . .: ...: ... :. .. . �: : .. Spectalty Gle��t.,. ;,_::':°' ` ; _ ::. ... : :::. . . . : .: ;; _ . _ . _ :. . :-..,; .;.. :..: . _. _.:..:: 50 S ec(alty qeaning of;15" Pipe �F $ 1a.a 51 Specfal Cleantng of:18" PI e �F $ � Q.O 52 S ecial Cleaningof:24" Pipe LF $ 1a.0 53 S ecialty Cleaning of: 30" PI e LF $ 96.0 54 5 ecial Cleanin of: 36" Pi e LF $ 19.0 55 S eclait Cfeanir� of: 42" PI LF $ 20.0 56 5 ecial Cleanfn of: 48" Pi e LF $ �• 57 Spedal ClsaNn of: 54" Pipe �F $ �Q.O 58 5 eclal Cleanin of: 60" P} e LF $ `���� 59 S eciaity Cleanin af: 66" Pi e LF � 47 60 S ecial Gleanin of: 72" Pi e LF $ �O�a 61 S ecial Cleaning of: 8�" Pi s LF $ 55.0 62 S ecialt Cleanin of; 96" Pipe LF � �5� . . . ::.:. .. ...:..:.:..::..:: ... .. .... ....: .. . . . S11 °Linirig or;` u1Val�nt �lifpticat_Cirwmference.. ; 63 Sli Lining 15" Pi e �,F $ 40,00 64 Sli Llnin 18" Pi e �,F $ 45.OQ 65 Sli tining 24" Pi LF $ 54A0 66 SI3 Lin€ 30" Pi e LF $ 85.00 67 Silp Linin 36" Pipe LF $ 128.OQ +. 26 68 Sli Linln 42" Pipe LF � 1A9.00 69 Slip Ltning48" Ptpe LF $ 298.00 70 Silp Lf�ing 54" Pipe LF $ 23fl.�fl 71 S11 Lining 6U' Pi e LF $ aS5.80 Item Desutptlon llnit ��� Prite 72 SIi Llnin 56" Pi �p $ 320.00 73 SU Lining 72° Pi e LF $ 375.U0 74 Slip Unin 84 Pi e I,F $ 415.00 75 Sli Uning 96" Pipe LF $ 530.06 ,.... , . Cured�in=P1�:Ripe..(GIPP) or.E utvalent E1liptical.Cir�mference ` 76 CIPP 1S" Pi e 15 x 6.7 mm Burial Depth is 0-G') LF $ 63.00 77 CIPP 15" Pi e 15 x 8,2 mm (Burlal De th is 6-12`) LF $ s8•25 78 CIPP 18" Pi e 8.1 mm Burial Depth fs 0-6'J LF $ 74.55 79 C1PP 18" PI e 9.7 mm �Burial Depth is 6-12'} LF � 78.75 80 GPP 24" Pipe 10.1mm (Burial Depth is 0-6') LF ���� 81 CIPP 24" Pipe 12.4 mm {BurEaE De th is 6-12'} LF $ 98.70 82 CIPP 30" Pipe 13,5 mm (Buria[ Depth is 0-6') �,F $ 115.50 83 CIPP 30" Pf e 25,4 mm (Burial De th is 6-12' �F $ 120.75 84 ClPP 36" Pi e i7.2 mm (Burial De th ls 0-6') LF $ 141.75 85 GPP 35" Pipe 18.i mm (Burial De th is 6-12`) LF $ 157.5 86 ClPP 41" Pi e 20.9 mm �Burial D th is U-6') LF $ 204.7 87 CIPP 42" Pi e 20.b mm Burfa! Depth fs 6-12' LF $ 2(?4.7 88 CIPP 48" Pi e 25.2 mm Burial Depth is 0-6'j LF $ 267.2 89 CiPP 48 Pi e 22.6 mm �Burial De th is 6-12') LF � 236.2 90 CIPF 54" Pi e 28.2 mm (Burial De th fs d-6' LF �`� 91 CIPP 54" Pi e 24.7 mm (Buria) De th Is 6-12' LF $ 420.0 92 CIPP 60" Pi e 30.3 mm (Burial D th is 0-6'} LF $ 572 .2 93 CIPP 60" P1 e 27.3 mm Burlal De th is 6-12'} LF $ 54s•fl J4 CIPP 66" Ptpe 31.5 mm (Burial De th ts 0-6`a LF $ 87 Q•� 95 CIPP 66" Pi e 29.1 mm Burial De th is 6-12' LF $ 650_4 96 CiPP 72" Pf x 30.4 mm LF � 77 g•� 97 CIPP 84" Pi x 35.5 mm LF $ 89 �•� 98 CiPP 96" PEpe x 40.6 mm CF $ �,��d.fl Ot�ter 5ervic�s ' _:_. :::.. 99 Weldin Above & Selow Water Hr $ 100.00 100 Divin Crew 3 Man Team Certified Nr � 450.0 101 Lon Stick Tracked Excavatar (60' or Greater) Hr $ 125. 102 Wheel l.oader (2.5 yd min) Nr $ 50. 27 1.03 Pressure Grout InJection Jofnts $ 204.Q0 104 Sllt Sc�een Installation & Removal er 100 ft Ea $ 400.00 105 Malntenance of Trafflc �� $ 250.00 106 Durn truck (16 CY minlmum) Hr � 40.00 107 Su eroisor/Foreman Hr $ 5Q.00 108 Laborer (SkiBed Hr $ 35.00 109 Air C�m ressor Hr � 25 •�� 1I0 Vac7ruck minimum 3,2� aflon truck� Hr � �� Item Notes: •Item numbers 11 throngh 62 (cleaning of dtainage pipes): The unit prica for these services shall include the vac ttvck with all accessories, Iabors and supervisian to condnct clesning operations. Pipe plugs and pwnps shall be chargad independently per line it�ms 3-7 and 8-ld, �Item aumbers 141,102,107, and 111 (equipment): The unit cost for �tese items shall include the op�rator. *Item number 105 (maintenance of traffic�: see maintenaace of kaf�'ic polioy. 28 �xi�aiT c CER'1'ZFICATES (}F INSURANCE z9 _ SHENA-2 OP ID: KR ACO'RO" ' oare ��er�roomw� �,,_,_— CERTIFlCATE 4F LIABILITY INSURANCE ' �tisor2o�a TNIS CfRTiFIGATE 15 ISSU6D A9 A MATTER OF INFORMATION OW�Y ANP CONFERS N� RfGHTS UPON THE CE'f27lFIC/�TE HOIDEft. THIS CER'fiF{CAT£ bdEB NOT AFFIRMATlVELY OR NEGA'i'lVEI.Y AMEND, EXTEND OR ALTER THE COVERAGE AFFORDEQ SY TH8 POLICIES ' BELOW. 7ti1S CERTIPICATE dF INSURANCE DOES NOT CONSTITUTE A GOi�i'RACT 8�7W�EN THE ISSUING INSURE�t{3), AUTHORIZED REPRESENTA7IVE OR PRODUCER, APlD THE CERTIFICATE HOLDER. ' 1MpORTANT; Ii the cartlilcate holder is an ADDiT10NAl iNSURED, tha poNcy(ies) musE be endarsed if SUBROGAT{ON IS W,4tVED, subject to lha terms and condktans of the policy, ceHain poticias may require an endorsement A statement on this certifleate does not conter rlghts to tho certiflcate hoidar in liau of such endorsement s. pRppUCEq CdiTACT Brown 8 Brown of Florida, lnc. �� 1201 W Cypress Creek Rd # 130 8b4-776-2222 No': 9bd-�76-4446 P.O. Box 5727 Ft. Lauderdafe, FL 33310•5727 flAIChdBI GOfhdI11 INSUR 5 AFFORWN6 COYERAt3E NAIC ll 1NS U(tERA :AmertsureMutual Ins, Co. 23398 1NSURED Shenandoah General INSURER B:A7118�ISUCC Ifl$UCBflC@ CO►Il an 19488 Construckian Co, lnc, and Shen-Une, LLC uasur�RC:Homeland Irts. Go. of NeW York 34452 Attn: Margaret Lary iwsua�eu:Amertcan Guar & Liab !ns Co 28247 1888 NW T2nd SEreet Pampeno Beach, FL 33069 ���RE' � �NSUt�R F : COV�RAGES CERTIFICA7E NUMBER: REVISION NUMB�R: " THIS IS TO CERTIFY THAT THE POUGIES OF lNStll2APlCE �1STEQ BELOW MAVE BEEN ISSUED TO THE IIJSURED NAhiED ABOVE fOR THE PCM.ICY PERIOD INDICATED. NOTWITHSTANDINO AMY REL1UtREMENT, TERM OR CONOITION OF ANY GONTRACT OR OTHER pOCUMENT WITH RESPEC7 TO WHICH 7HiS C@RTIFICAT� MAY BE ISSUEU OR MAY PERTAIAi, THE iNSURANCE AFFORt}ED $Y 7N� POLICIES DESCRiBED HERqN IS SUBJECF TO ALL THE TERMS, EXCI.USfOldS AND CONDITIONS OF SllCF! POLICIES. IIMITS SHOWfd IuIAY NAVE BEEN REQUCED BY PAlQ CLAIMS. WSR 'EYPEOFWSURFNiCE POI.IGYNU4IBER LIMITS cenERatuAgnm EnCHOCCURREroCe � s 1,U1}D,00 A X coMMERCtA�c3ENERn�UnBam' X GPP2095351D002 12t31/2014 1?J31/2016 � s 1Q0,00 a�uMS�� �X occuR a�o � «�. s 6,40 PER.sow�. a nov INJURV s 9,QOO,OD CiENERALAGGREOATE i Z��U{1�UO GEWLM�t3REQATELIMITAP?UESPER: PRODUCTS•COMP/OPAt3Ci t 2,000,00 POIICY X � LOC S �. AUTOINOBII.E t1AB�A7Y C�0 BI ED S�NGLE L a ac dent 1 �U00�00 B x nNY Atlro CA20883600001 12l3112014 1 Z131l2U1 S a0d�v Muur�v (Per peraon); s Al� 04JNE0 SCF�DULED FiOfALY 1NJURY (Per aceJdeM) S M1T'OS AUT4S x HIkEQAUT06 X ���EO = AtIrOS P N'f � S X uneeRe�u uae X occcia Enat occur�erice s S,D00,00 p ExCessuA9 p� UC0�8607100 12131/2614 1?t3Sl204$ p����TE s b,000,00 �o X RETEIJT10N5 1Q�Q0 s wflr�ss cor��nsn,w� X wc srnru� or�. AN�EMPLOYERS'LiNBILITY Y!N �� B ANYWi4PWE70RlPAR7NERlEXECUINE WC20807150301 0'{l01/2015 01Ja1/2016 �,�,�HACCIDENT ; s 1,060,OQ OFF�ERR�iEMBER EXClUOEU? � N! A (Ibandotoryln@IH) 6LOlSEASE-EAEMI�OYE L 1,000,00 � 11 dssUfbe Undet pT! QF 7 befow E.LOFSEASE-POUCYUiAT: S 'I�DQOOO C Po!lutlon Lfab 930DOb76000J 12t3112014 12f31f2D15 Each Occ t,000,00 Rete�tion: 2,6Q0 �A{MS MADE Aggregate 2,000,80 bESCAB'Sl�t OF OPERATtON3 f LOCASIDNS! VEHIClES {MWCh ACORO tot, Addldonal Remerks ScfladuN, Ifnwn s�ca is reqNred) ' Villaqe of Wellington is additionai insured as respects the Genezal Liability if required by wxitten contract. CER7IFICATE HOI�OER CANCEILAT{ON WELLING SNQULD ANY OF i'FtE ABOVE DESCRIBED POlICIES 6E CAHCHl.LEO BEFORE Village of Weilin tOt1 �E EXPIRATIOk OATE 7'F�REOF, NQTICE 1MtlA. BE DSWERED IM g ACCORDANCE WI7N iFtE POLICY PROVISIONS. 12300 Forest Hill Blvd � Wellingtan, FL 33414 A ��� ¢ �� pR ��,, n � _ (� 0 i 988-2010 AC4RQ CORPORATION. All rights tBServed. ACOftb 25 (2010l05j Th8 ACORD name and logo are registered marks of ACpRO 30 F,XHTBI'1' D WA,RRANTY FORMS CONTRACTOR WA�R�tANTY FORM PROJECT: Public VJorks Annual Drainage Infrastruoture Inspection, CIeaning and Repair Contract OWNER: VII..LAGE OF WELLINGTON CONTRACTaR: Co�actors does hereby warrant to the Owner, that all labor �d materiaLs fiarnished, and Woxk perfornaed in conjunction with the abave-referenced projeet are in accordance with the Contract Documents and authorized modifications thereto, and will be free firom defects due to defective labor, materials ar worlanenship. This wan�anty commencas on tha date of Substantial Completion of the entire Project (as dei"nned in t�e Contract Documents), and expires after the later of three years from the date of Subskant�al Campletion of the enfare Project, ar such langer time periods for particular items according to the specifications listed in the Contract Documents. The considerafion for this warraniy is the amount of tha Conlract to Contractor for the performance of Work. Shoald auy ciefect or de�ciency davelop duning ths watranty period due to imgroper Iabor, material.s, workmanship or otherwise, the same, inoluding adj acent GVork displaced, shall be made good hy the undersigned at no axpense to the Owner. �'tte {�wner will give ti�e Coniractor written notice of defective Wo�e. Should Contractor fail to carrect defective 'Work within three {3} caiendar days after receiving wri#ten notice, the Owner may at 1L9 Opt[oD� Co1TeCt defects and chaige the Contractnr with the costs for such coxrection. Contractor agrees to pay such charges upon dem.and. Nothing in the abave shall be deemed to apply to Work which has been abused or neglected by the Owner. By: Name asad Title: Date: STATE OF FLORIDA ) SS: COUNTY OF PALM BEACH ) Tha faregoing instiument was acl�awledged before me tfiis 4 , day of , 2014 by . He/sha (who is personatiy known to me�(who has px�oduced as identif�cation) and (di�!(did not) take an oath. My Commissian Expires: 1�otary Public State of Florida at large 31 F.XHIf3� FQRM OF CERTIFICATE OF SUBSTANTIAL COM�'LETION CERTIFICATE OF SUBSTAN'I'7AI. COMPLETION PROJSCT:1'ublic Works Annual Drainage Infrasiructin�e Inspection, Cleaning and Repair Contract BID NO.: CONTRACTOR: DA3`E OF ISSUANCE: NC}TICB TO PROCEBD DATE: P'RO7EGT OR DESIGNATED POR'fI�AT SHAT.L INCLUDE: The work performed vnder this Contract has been reviewed and found to be substantiaily cornplete and all dceuments required to be submitted by CONTRACTOR under the Contract Documents have been received and accepted. The Date of 5ubstanfial Completion of the Froject or portion thereof des�ign�ated abave is hereby established as whieh is also the date of commencement of applicable wanranties required by the Contract Documents, except as stated below. pefinition of Date of Substantiai CQmpletion The Date of Substantial Completion of tha work or portion thereof designated by VILLAGE is the date certified by VTLLAGS when all conditions aad requirements of permits and regulatory agencies have been saxisfied and the RTork is sufficien�ly eomptete in accordance with tbe Con�act Documents including, but not limiVed to Artiole 38, so the Project is availab2e for beneficial oecupaney by Vff L,AGB. A Certi1'itcate nf Occupancy must be issued for Suhstantial Completion to be schieved; however, the issuance of a Certificate of Occupancy or the date thereof are aot to be determinative of the achievement ar date of S�bstanrial Com.pletion. A list of items #o be completed or carreeted, prepared by VILLAGE, is attac�ed hereto. The failure to include any items on such list does not aiter the respansibility of CONTRACTOR to complete a11 worlc in accordance with tha Contract Documents. The date of commencement of warrantias for items a� the attached Iist will be the date of SnaI payment unlass otherwise agreed in writing. CONTR.ACTOR By: DATE: Print Name: In accorciance with the Agreemen#, CONT'ItACTOR wili complets or correct the work on the list of items attached hereto within days &om Substantial Completion. CONTRAGTOR By DATE• Pz�int Atame• VTLLAGE accepfs the Work or partion thereof designated by VII.LAGE as substantially complete and wilt assurae futl possession thereof at (tioma) on {date). VILLAGE OF WELLINGTON By. DATE: Title The responsibilities of VILI,AGE and C�NTRACTOR for secarity, maintenance, heat, utilities, damage to the Worlc and insurance shall be as follows: 32 EXE�BI'T G FORM OF .APPLICATION FQR PAYM�NT AP'PLICATI4N FOR PAYMENT N4. Proje�t: Public Works Annual Drainage Tnfrastructure Lnspection, Cleaning and Repair Cani�ract Start Datc: Completion Date: ' Application is made for payment, as hereinafter shown, in cannection with ibas Gantract: Total Worlc to Date — see attached schedale $ Tatal Material S`�ifiably Stored — sec attached schedule $ Gross A;nount Due $ Less % Retaitaaga $ Amount Due to Date $ Less Previaus Applications $ Amaunt Due This Applitafion � Original Ca�t Price � Net Change Orders -Crcdit $ S�¢b#otal S Net Ghanga Orders - Debit S Current Confrect Price $ Value of Wark Remaining to be Done (G�ttent Contract Amount — Gross Amount Due) � � Contractor's Certification: The undersigned Cantractor certifies that (I) ell previous progress payments received from Owner on account af Work done under the Agreemont referred to above have beeu appli� to discharge in full ail obligarions of Con�actor incurred in eonneciion witlt Work covexed by p�Ior Applications for Payment numbered 1 thraugh , iTaclusive; and (2) title to all materials and equipmeut incorporated in said Woxk or otherwise listed 'm or covered by this Application for Payment will pass to Owner at time of payment free and alear of all liens, claims, security interests and encumbrances (exccpt such as covered by Bond aoeeptable to Owner}, Dafed: , Conhactor: Mailing Address• By {Name and Title) State of ) County o£ }ss Subscztibed and Sworn ta (or affirmed) before me on tbis day of by . He/She is personally known ta me or has presented as identification. Who bein� so duly swom, did depose and say thxt helshe is of tha Contractor above mentioned; that he/she executed ffie above Appfication foz Payment and statement on behalf of said Coniractor; and that sll of the statements contained there:�rt ara true, correct, and complate. Notary Publia Signature and Seal Prvxt Notary Name and Commission No. Payment of the above AM�UNT DUE THIS APPLICATION is recommended. WELLTNGTON DESIGNEE Date• By: (Name} (Titie) 33 EXHIBIT H B�L,L OF SAI.E�ABSOLUTE KA10WN ALL MEN BY'THESE PRESBNTS, that , a corparation of Cflunty, Florida, party of the first part, for an in consideration of the s�m of Ten and No/IQU ($14A0) lawful money of #he United States, to it paid by WELLINGTON, a municipal corpox�ation of the State of Florida, 12300 Farest Nilt Boulevard, Wellington, Palm Beach Gawnty, Florida 33414, pariy of the second part, tha receipt whereof is hereby acl�uowledged has granted, bargained, sold, transferred and delivered, and by these presents does �ant, bargain, seil, transfer end de]iver unto the said party of the seeond pariy, its executors, administrators and assigns, the following goo8s and chattels: Project Name Public Works Annual Drainage Infrasiructure Inspection, Cieaning and Repair Contract consisting of the components set fortk� in the final schedule of values as described in Exhx'bit "A", atteched hereta and made a part hereaf. TO HAVE AND 'r0 HOLD tha same unto the said pariy of ttze second part, its executors, administrators and assigns forever. AND, it does, for itsalf and its successars and assigas covenaat tc> and with fhe said party of the secoud pmt, its successors and assigns, that it is the lawful owner o£the said goods and chattels; that they are fi�ee from all encvmbrances; tha.t it has goad right to sell the same aforesaid, and that it will warra�►t and defend the sala of the said property, goads and chattels hereby made, unto ihe said pariy of the second part its successors and assigns against the Iawful claims and damends of ail persons whomsosver. IN WITNBSS WHEREOF, it bas hereunto set its hand and sea] tbis day of 20 Signed, sealed and delivered in �e presence of WI'�NESSES: 3ignature Nama: Title: Prmt Name [CQrparate Seal) Signature Print Name The foregoing instxument was �cknowledged before me this day of . 20 hy , as of _, a (state} carporation, He/She is ❑ persanally known to me or ❑ has produced as identif�cation. {statnp) Pcunt Notary Nanne: 34 EXH.IDTT I CONTItA.CTOR'S AFFIDAVIT T� OV R .AND �INAL RELLASE OF LIENS STATE OF FLORIDA COUNT'Y O� Before me, the vndersigned authority, suthorized to administ� oaths and take aclrnowledgements, personally appeared who, being by me first duly sworn, an aath depase(s} �d say(s): (1) F�eJshe �sithey are a{Corporarion, Partnership, or Individual) of (5tate), daing business as �iereinafter callecl "Cont�ractor". {2) Contractor heretofora entered into a Contract with Wellington, hereinafter called "Owner" to do Work (furtuish materiai, labor and services) far Public Works Annusl Drainage Infrastracture Inspeckion, Cleauing and Repau� Cantract, located at Pa�m Beach County, Florid�. (3) Contractor has fuIly completed construction in accordsace with the terms of tl�e Coniract, and ali lienors have been gaid in full, except. �+IAML OF I,TFNOR AMOi71vT DUE A1�UNPAID (q} All Workmen's Compensation claims have been settled and no Iiability claims are pending, in connection with, arising out of or rasulting from the Contractor. (5) Receipt by the Contractor of the final payment, under the afarementioned Contract, sha}i constitute a full release and discharge by the Contractor to the Owner of any and aIl claims af the Co�riractor against the Owner, arising out o� connected with, or resuN:ing from performance of I�e obliga#ions of tha Contraetor pursuant to the Contract Docu[nents. {6) The term "Iienor" as used in t1�is affcdavit means az�y pexson having a lien or a praspective lien, under tha Mechatuos Lien L,aw of Florida, on the Iand and properiy of the C}wner referred to i�n paragrapb (2} of this affidavik Further, Contractor represents, warrants and covenants that all subconlractors, materialmen and suppliers have been paid in full. 'The cantractar further provides under penalry of perjury that thtre are no claims of lien on the projec� ('1) This affida�it is given pursuant to the provisions of �Iorida Statutes Section 7I3,06 or Section 255.Q5, whichever is applicable. Signad and sealed in the presence of ���ty) By: {Seai) Subsoribed and Sworn to (or affirraed} before me on this day of by He/she is personally known to me or has presented as iden 'ta�'ica.tion. Notary Public Signature and Seal k'rint Notary Name and Commission No. 35 � �_.. .:_, �� • THE VILLAGE OF ' ELLI�GTCJN �`��' AGREATHOMETOWN Council �tanngrc F3ob AtUrkolis. A�1a}•or Paul Schuficld John Greene, �`ice �vCa��ar Matt �l'itthite, Councilman IIa���ard K. Cciates, Jr., Councilman Amt< Ger��•ig. Cowlciln•umai� ITB Na. 003-IS/DZ Title: Public Works Annual Drainage Infrastructure Inspection, Cleaning and Repair Contract Bid Opening Date; February 2, 2015 at 2:OOpm Addendum Date: Janaary 21, 2015 ADDENDUM NO.ON� PURPOSE: The purpase of this AddendumtNOTICE is to make changes, additions, deletions, revisions, and clarificatians to the (ITB) Invitation to Bid documents for the Pubtic Works Annual Drainaga Infrastructure Inspection, Cleaning and Repair Contract. Bidder shall review the AddendumlNOTICE work and requirements in detail and incorporate any effects the AddendutnlNOTICE may have in their proposal price. i. Question: Are these services a new contract or a re- bid of an existing contract? Response: This is a new contract for the Village of Wellington. 2. Question: If re-bid please supply current contractor(s) name{s) or poot and current prices for each. Response: This is not a rebid. 3. Question: Whn drafted the bid docnment, more importantly the technicat specifications? Response: The Village of Wellingion drafted the 6id documents. Technieai specifications were compifed from similar existing contracts throughout Palm Beach Caunty. 4. Questiop: Is there a current map available showing details of the area work is to be done? Response: No, a map is not available. Many of Wellington's drainage infrastructure is in excess of 30 years ald and has not been inspected or cleaned since its original installation. Two years ago the Public Works Department implemented a plan to go through every neighborhoad drainage system (stntctures & piping) and record the findings (video), inspeet, cleanJrepair, if needed. The four to six year plan is to visit each neighborhood beginning with the oldest first. There are sevecal neighborhoods that remain on the program with several thousand feet of drainage iines (15"to 96" diameter ) and 6undreds of structures. 5. Question: Is there a record of what work has been done in the past including but not limited to size of p�pe cleaned and how many feet? Response: Yes, 8Q% of all major convayance culverts (major road crossings ) have been addressed as well as 3— 4 developments. 6. Question: How has the work been done in the past on A maintenance schedute or on an `°as needed basis" and is there a record of what has been ordered? Response: Past work has been compieted both on an as needad basis (depressions in roadways/minar flooding issues etc.) and as stated above neighborhaods are scheduled each year (approx. 2,000 — 4,000 if of piping with structures). Unfortunatety, accurate existing as-builts are difficuit to procure and this program is assisting us in developing these. Once this bid is awarded we will immediately begin work in the next neighborhood. 12300 Forest Hii! Boidevard •�Vellington, Florida 33414 �(561� 791-4000 • Fax (5G1) 791-4045 www.wellingtonfl.gov 7. Question: Page 15, 43.12 refers to this as an RFP, but the cover page refers to the document ad an ITB, which is it? Response: This is an ITB. 8. Question: If this is a bid how wili the lowest responsible bidder based on unit prices be determined? As eaeh line item there is na totai or number of linear feet for a rate to be extended and totaled? Response: 1n order to meet the needs of various departments and the 6est interest of the Village of Weilingtons, awards shall be made to responsive, responsible bidders to create a pool of qualified vendors. When services are needed for projects, the pool of awarded vendors will be invited tn provide a quote for that particular project. Vendors will be natified and given a date and time for site inspection. Failure to attend the site inspection, will forfeit the opportunity to quate on that specific project. 9. Question: Section 18 of the agreement; Bonds: Is there a bond required and in wh�t amount? How would the amaunt be deternnined if there is no total or quantities to deterntine a"contract atnount" as indicated in 18.3? Response: Bonds are not required. 10. Question: Confrming if our assumption is correct; This does not seem to seem to Bid/RFP to select an "exctusive or sole contractor ", but possibly a"primary contractor with multipte backups". We are confused by the language used "to create a pool of awarded vendors" iu 22,b but then refers to a"successfut bidder" in 25.I? Response: As mentioned above, awards shail be made to responsive, responsible bidders to create a pool of qualified vendors. il. Question: If the response to #10 is the intent is to create a pool of vendors there is no estimated quantity for a bidder to determine how much work wi11 be requirecl as mentioned numerous times in our questions above. Response: Wellington estimates ta spend approximately $20Q,OQ0 annually utilizing this bid. In order to be kept active in the Awarded Pool of Vendors, vendors should respond to "Reqaest For Quotes" (RFQ) or assigned projects. Failure to respond to five (5) dif�'erent requests {RFQ ar assigned project) may result in vendor being removed from the Awarded Pool af Vendors. A vendor may do one af the following, in order to respond properiy to the requast: l. Submit a quote prior ta the quote receipt deadline 2. Submission of a"No Bid" notice prior to the yuote receipt deadline 3. Written notice of unavailability (Emergency or assigned project) ACKI�'OW E�GEMENT. Bidder must acknowledge receipt of any and all Addenda in the space provided on the Bidder Sub�tta! Fo n. �ailure to do so may result in rejection of the Proposal. Afl requirements of the proposal documents remain unch ng8d ex s cited herein. r Signature ofBidder Acknowledging Receipt of Addendum No. (1) Qne to be attached in front ofBid ���v..�.�.i�.. � � �' ��t � �� �' ' 12300 f'orest Hill Boulevarci • lVeqingtoi�, t�lorida 33-�14 •(:i(il} 791-=�000 • Fax (�61) 791-�0�5 www.we (lingtonfi.gov � ' �/� THE VILLAGE QF � E L L I N� TC� N:g �-� y`�� ��� A GREAT HOMETOWN Counclt �l�nagcr BoU Margnlis, Mayor I'aut Schofteld J�hsi Greene, Vice Mayar R1att 4Yillhite, Councihnan F[o����rd K. Coates, Jr., Caunciiman Anne Ger�+�ig, �ouncii«�oman ITB No, 443-15/DZ Title: Public Works Annual Drainage Infrastructure Inspection, Cleaning and Repair Contract Bid Opening Da#e: February 2, 2015 at 2:QOpm Addendum Date: January 28, 2Q15 ADDENDUM NO. TWO PURPOSE. The purpose of this AddendumlNOTICE is to make changes, additions, deletions, revisions, and clarifications to the (ITB) Invitation to Bid documents for the Public Works Annual Drainage Infrastructure Inspection, Cleaning and Repair Contract. Bidder shali review the Addendum/NOTICE work and requirements in detail and incorporate any effects the Addendum/NOTICE may have in their proposal price. 1. Qnestion: Must a bidder bid all bid items on the refereneed bid to be deemed responsive? Response: Yes, each bidder must bid on atl items on the Schedule of Values. 2, Question: Is there a maximum number of the `�pool of qaalified veodors" the Village would compile? Response: No, Wellington intends to award to all qualified, responsive, responsible bidders to create a pool of vendors. 3. Question: Can the prices submitted in the hid by potential vendors be adjusted frorn when � quote is reqaested by the Village based upon that particular job dae to size, difficulty, timc frame, ete. or is the vendor held to those specife prices given the unknowns? Response: Prices shall be firm for the term of the contract. Vendor shall use prices submitted an the Schedule of Values when submitting a quote for a specific project/job. 4. Question: Is there an engineering report from any work or survey that has been done in the past to pravide additional information to a hidder? 5. Response: No, Wellington does nat have engineering reports or surveys of past work. ACKN W EDCEMENT: Bidder must acknowledge receipt of any and all Addenda in the space provided on the Bidder Subm' al Fo .�ailure to do so may result in rejection of the Froposal. All requirements of the proposal documents remain uncha ged x t s cited herein. Signature ofBidder Aeknowtedging Receipt of � Addendum No. (2} Two to be attached in front of Bid ��`jc��.'<v..�_4_ 1 � c � � �.� �� � �„� t , 12300 Forest Hill Boulevard � Wellingtan, Florida 33414 •(561) 791-4000 • Fax (561) 791-4045 www.wellingtonfl.gov