Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Documentation_Regular_Tab 14_07/13/2017
GE OF Tfv& s ;101• 41 f r. �. 1.1 ` O� �4 s_� 4"1 ,cy cousl Memorandum Utilities Department To: Michael Couzzo, Village Manager From: Sam Heady, Deputy Director of Utilities Date: 619i 17 Subject: Utility Construction Contract I respectfully present the following Comprehensive Analysis to the Village Manager. The Village of Tequesta is piggybacking the City of West Palm Beach's competitively bid Utility Construction Contract. The contract is awarded to DP Development. Both the Water and Stormwater Utilities can utilize this contract on an as needed basis. Sam Heady, Deputy Director of Utilities THE VILLAGE OF TEQUESTA PIGGYBACKING CHECKLIST Instructions:This form is to be completed for any purchase of goods,or contract for services where the Village will utilize a contract competitively bid by another governmental agency(i.e. "Piggyback"). *Revised April 19,2017 Department: Water and Stormwater Date: 6/14/2017 Item/Service Utility Construction Vendor/Service Provider DP Development of the Treasure Coast, LLC ❑ State Contract# Other Governmental Agency *Chapter 287, F.S. YES NO 1 Is the contract current?Effective date: Expiration Date: 11/21/2019 If piggybacking a State Contract please stop here. 2 Other Governmental Agency City of West Palm Beach Contract No 14563 YES NO 3 Was item/service bid out in compliance with the Village's Purchasing Policies& Procedures? Is the price that the Village will receive by piggybacking equal to the price obtained by the agency ❑ ❑ 4 named above? a ❑ 5 Has the governmental agency given the Village permission to piggyback on the the contract? 6 Has e vendor given the Village permission to piggyback on the contract? 6 // / 7 Department Head Signature Date c .DP DP DEVELOPMENT OF TIE TREASURE COAST, LLC June 19, 2017 Village of Tequesta 345 Tequesta Drive Tequesta, FL 33469-0273 SUBJECT: Village of Tequesta Contract for Small Utility Construction RE: Construction Contract—Piggyback Services and Pricing (Bid No. 13-14-407; Project: Master Contract for Small Utility Construction; CWPB Contract No. 14563,executed on November 21, 2014) This letter is to serve as written commitment by DP Development of the Treasure Coast, LLC that the services and pricing structure under the above referenced contract will be honored with the Village for the same term of contract, commencing from the 11/21/2014 execution date. We thank you for this opportunity and look forward to working with the Village of Tequesta Sincerely, DP_DEVELOPMENT OF THE TREASURE COAST, LLC Pat Borrico, Managing Member 1014 S CONGRESS AVE, PALM SPRINGS, FL 33406 PRONE: 561-650-1333 - FAX: 561-650-1334 Offering Complete Site Development Services-Earthwork f Water f Sewer * Drainage ;Roads Concrete ♦Restoration VILLAGE OF TEQUESTA CONTRACT FOR SMALL UTILITY CONSTRUCTION THIS CONTRACT FOR SMALL UTILITY CONSTRUCTION, hereinafter "Contract," is entered into and effective this _ day of July 2017, by and between the VILLAGE OF T E Q U E S T A, a Florida municipal corporation with offices located at 345 Tcquesta Drive, Tequesta, Florida 33469-0273, hereinafter "the Village," and DP DEVELOPMENT OF THE TREASURE COAST, LLC, a Florida limited liability corporation, whose principal address is 2240 NW 22nd Street, Pompano Beach, FL 33069, hereinafter"the Contractor"and collectively with the Village,"the Parties". WITNESSETH The Parties, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged,hereby agree as follows: 1. SCOPE OF SERVICES: The Parties agree to enter into this Contract whereby the Contractor shall provide labor, materials, equipment, and supplies to the Village for small utility construction projects, which may include, but are not limited to, the following: water treatment facility work; water main installation and repair; sanitary sewer main installation and repair, storm sewer main installation and repair; sanitary force main installation and repair; valve installation and repair on water main, sanitary sewer main, sanitary force main, and process piping; air piping installation and repair; water and wastewater pump installation and repair; material purchases;utility locates; manholes; inlets; conduits; concrete work;road work; paving; dewatcring; surveying and field engineering for construction layout and as- built drawings; testing and laboratory services; electrical improvements; and other small projects as requested. These small utility projects shall be performed in accordance with the technical specifications and drawings specified in any Work Orders provided by the Village_ The Parties agree to enter into this Contract and piggyback the services and pricing described in the October November 21, 2014 Master Contract for Small Utility Construction (ITB No. 13-14407 / Contract No. 14563), between thc Contractor and the City of West Palm Beach, which is attached hereto and incorporated as Exhibit A. Authorization to piggyback for the services and pricing of Exhibit A is provided by the March 11, 2016 email from Nancy D. Urcheck,Esq. of the City of West Palm Beach to Samuel Heady, Deputy Director of Utilities CONTRACr FOR SMALL UTILTTY CONSTRUCTION at the Village, which is attached and incorporated as Exhibit B. Services provided by the Contractor to the Village shall be pursuant to the descriptions set-out in this contract and at page 2,section 3,"Scope Of Work,"of Exhibit A. 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the prices provided in the Fee Schedule of Exhibit A. 3. INSURANCE AND INDEMNIFICATION; The Contractor shall provide proof of workman's compensation insurance and liability insurance in such amounts as are specified in section 9, "Required Insurance," and section GC 13.1, "Insurance,"of Exhibit A and shall name the Village as an "additional insured" on the liability portion of the insurance policy. The Contractor shall at all times indemnify, defend and hold harmless the Village, its agents, servants, and employees, from and against any claim, demand or cause of action of whatsoever kind or nature, arising out of any error, omission, negligent act, conduct, or misconduct of the Contractor, its agents, servants, or employees in the performance of services under this Contract. 4. PUBLIC ENTITIES CRIMES ACT: As provided in sections 287.132 and 287.133, Florida Statues, by entering into this Contract or performing any work in furtherance hereof, the Contractor certifies that it, its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within thirty-six (36) months immediately preceding the date hereof. This notice is required by section 287.133(3)(a), Florida Statutes. 5. TERMINATION: NOTICE: The provisions of this section shall be in place of and modify the provisions set-out at section GC 16, "Termination Or Suspension,"of Exhibit A. This Contract may be terminated by the Village or the Contractor upon thirty (30) days written notice 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 THE VILLAGE As to THE CONTRACTOR Village of Tequesta DP Development of the Treasure Coast 345 Tequesta Drive 2240 NW 22nd Street Tequesta,Florida 33469 Pompano Bcach, FL 33069 Attn: Director of Utilities Attn: Daniel Petrillo, Registered Agent Page 2 of 5 CONTRACT FOR SMALL UTILITY CONSTRUCTION 6. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. The Partics agree that this Contract is not a contract for employment and that no relationship of employee employer or principal—agent is or shall be created hereby, nor shall hereafter exist by reason of the performance of the services herein provided. 7. ATTORNEY'S FEES: In the event a dispute arises concerning this Contract, the prevailing party shall be awarded attorney's fees, including fees on appeal. 8. CHOICE OF LAW:VENUE: This Contract shall be governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Contract. 9. AMENDMENTS& ASSIGNMENTS:This Contract, all Exhibits attached hereto, and required insurance certificates constitute the entire Contract between the Parties; no modifications shall be made to this Contract unless in writing, agreed to by the Parties, and attached hereto as an addendum to this Contract. The Contractor shall not transfer or assign the services and provision of goods called for in this Contract without prior written consent of the Village. 10. INSPECTOR GF.NERAL: Pursuant to Article Xli of the Palm Beach County Charter, the Office of the Inspector General has jurisdiction to investigate municipal matters, review and audit municipal contracts and other transactions, and make reports and recommendations to municipal governing bodies based on such audits, reviews, or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions, authority, and power. The inspector general has the power to take swom statements, require the production of records, and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, waste, mismanagement, misconduct,and abuses. l 1. PUBLIC RECORDS: PUBLIC RECORDS. In accordance with Sec. 119.0701, Florida Statutes, the Contractor must keep and maintain this Agreement and any other records associated therewith and that are associated with the performance of the work described in the Proposal or Rid. Upon request from the Village's custodian of public records, the Page 3 of 5 CONTRACT FOR SMALL UTILII Y CONSTRUCTION Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, Florida Statutes. A Contractor who fails to provide the public records to the Village, or fails to make them available for inspection or copying, within a reasonable time may be subject to attorney's fees and costs pursuant to Sce. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, the Contractor shall ensure that any exempt or confidential records associated with this Agreement or associated with the performance of the work described in the Proposal or Bid are not disclosed except as authorized by law for the duration of the Agreement term, and following completion of the Agreement if the Contractor does not transfer the records to the Village. Finally, upon completion of the Agreement, the Contractor shall transfer, at no cost to the Village,all public records in possession of the Contractor, or keep and maintain public records required by the Village. If the Contractor transfers all public records to the Village upon completion of the Agreement, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Agreement, the Contractor shall meet all applicable requirements for retaining public records. Records that are stored electronically must be provided to the Village, upon request from the Village's custodian of public records, in a format that is compatible with the Village's information technology systems. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, AT (561) 768-0685, OR AT tmcwilliams(2teauesta.org, OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 12. ENTIRE AGREEMENT: This Agreement constitutes the entire agreement between the Parties and supersedes all previous discussions, understandings, and agreements between the parties relating to the subject matter of this Agreement. Page 4 of 5 CONTRACT FOR SMALL UTILITY CONSTRUCTION IN WITNESS WHEREOF, the Parties have executed this Contract the date and year first above written. WITNESSES: DP DE 41) ,I PM l•" OF THE TREASURE COAST /11(4-44/ ‘ /Pice--ij// -.--418111 By:Pa1" b a rr i c o ,Managing Mffnberi / ..0.kNE TREq'''. (Corporate Seal) O� ...,Ae SG _'� 5 : 0= •. .•• ,) VILLAGE OF TEQUESTA " d41*0",0" ATTEST: By: Abigail Brennan,Mayor (Seal) By: Lori McWilliams,CMC Town Clerk Page 5 of 5 - Ex. A ' Li K°;f16. C0NSULWITICONTRACTOR ORIGINAL City of West Tar= Beach MASTER CONTRACT for SMALL UTILITY CONSTRUCTION ITB No. 13-14-407 Contract No. 14563 Contractor Firm: DP Development of the Treasure Coast,LLC Contractor Address_ 605 Belvedere Road,Suite# tr5 West Palm Beach,Florida 334 5 Email:pat©dpdevelopment.net Telephone: (561)650-1333 Fax: (561)650-1334 Cell: (561)542-5458 FEI/EIN#205822418 THIS CONTRACT is made and entered into by and between the Contractor identified above and the CITY OF WEST PALM BEACH, a municipal corporation of the State of Florida whose address is 401 Clematis Street,West Palm Beach,Florida 33401 (the"City"or"Owner"). WHEREAS, the Owner caused to be prepared specification, drawings and other contract documents for certain work and issued an Invitation to Bid ("ITB")for the above-described project;and WHEREAS,the Contractor submitted its Bid in response;and WHEREAS, the Owner determined that the Contractor's Bid represents the best value to Owner and wishes to contract with Contractor under the terms and conditions contained in the Invitation to Bid; NOW THEREFORE, in consideration of the promises and mutual covenants and obligations herein contained, and subject to the terms and conditions herein stated, the Owner and Contractor understand and agree as follows: 1. Small Utility Proiect. Contractor shall be entitled to submit bid(s) for the issuance of Work Orders for small utility projects(under$300,000),which may include,but are not limited to,the following plus ancillary items: • Water Treatment Facility Work • Water Main installation and repair • Sanitary Sewer Main installation and repair • Storm Sewer Main installation and repair • Sanitary Force Main installation and repair • Valve installation and repair on water main,sanitary sewer main,sanitary force main,and process piping • Air piping installation and repair • Water and Wastewater Pump installation and repair • Material Purchases • • Utility Locates I • Manholes • Inlets Master SmUtility-061514 1 • Conduits • Concrete work • Road Work • Paving • Dewatering • Surveying and Field Engineering for construction layout and as-bulk drawings • Testing and Laboratory Services • Electrical Improvements • Other smaN projects as requested 2. Nen-Exclusive:No Guaranty. This Contract is non-exdusive and the Owner reserves the right to award other contracts for work falling within the scope of this Contract. No work order(s)or minimum amount of work or compensation is guaranteed under this Contract. 3. Scope of Work. If awarded a Work Order, the Contractor shall furnish ad necessary labor, materials, equipment and supplies,and shall execute and complete,to the satisfaction of Owner and in accordance with the terms and condidars of this Contract aU work described and shown in the applicable Work Order. The work will be small utility projects(under$300,000). 4. Work Ordedat 4.1 Owner will issue Work Orders for small utilky construction projects to awarded Contractor on an as-needed basis. Each work order will be on the City's form and detail the specific project scope of work,project schedule for completion and compensation.AN terms and conditions of this Contract,the General Conditions and the Contract Documents wUl be applicable to each Work Order. Tone shall be of the essence of eadh Work Order. 4.2 No work is authorized until a work order is fully executed by the Owner. Any amendment to a wodc order is not effective and not authorized until such amendment Is fully executed by the Owner. No Work Order may be amended to exceed$300,000. 4.3 No individual Work Order shall exceed $299,999.99. A comprehensive project shall not be broken into small related segments/projects in older to fad within the limitations of this Contract Contractor shad not execute any such Work Order. 4.4 The compensation/price to be paid for each individual work older shall be specified in the work older and shaU be based on the rates/unit pries shown in Exhibit A. 4.5 Work Orders shall be completed within the time indicated for each Work Order. Time is of the essence of each Work Order. Contractor shall proceed with the work and shad conform to the schedule for each Work Order. Work shad commence on the date indicated in the Notice to Proceed issued by Owner and be substantially complete and then fully complete In accordance with the Work Order schedule and the General Conditions,with such extensions of time as are provided in the General Conditions. 4.6 No Work Order may be issued for Services to be completed after the expiration of this Contract The form of City is Work Order is attached to this Contract 5. Payment and Invoices. Payment for Work Orders shall be made in accordance with the General Conditions of this Contract. Contractor acknoaAedges that if a construction bond is required,final payment under this Work Order shalt not be made until consent of surety is received by Owner. Contractor shah submit individual invoices for each Work Order. Along with each invoice, Contractor will provide a copy of the Work Order, the appropriate completed Small Business participation form and any updated insurance documents. 6. Temh of Contract 6.1 Term of Contract Subject to the termination rights of the Owner,this Contract shaU have a temp of three(3)years,commendng as of the date of execution by the Owner. The Owner shall execute this Contract last Mester SmlJtility-081514 2 62 Renewal., At the sole option of the Owner,this Contract may be renewed for up to two addlbonat twelve(12)month periods. Contract renewal will only be effective upon a written conbact amendment executed by both parties. Renewal terms and conditions for this Contract shall be unchanged. 7. Liauidated Damages, The actual damages the City and the public may suffer as a result of the failure to complete work under a Work Order within the scheduled time are not ascertainable at the time of this Contract. If said work under any Work Order is not substantially and then fully completed within the time established by the Work Order and the General Conditbns,as may be adjusted,the Contractor shall be liable and hereby agrees to pay to the City as liquidated damages,and not as a penalty, a sum per calendar day for each and every day or part of a day thereafter that said work remains incomplete. Unless a Work Order specified otherwise,Contractor shad pay to City the sum of Two Hundred Dollars($200)per calendar day as liquidated damages. 8. Construction Sardis). If the estimated amount of any Work Order is$200,000 or more, or if a bond is required by ECRICity on any other Work Order, then prior to the commencement of the work under such Work Order, Contractor shad record a public construction bond,in an amount not less than the total cost of such Work Order, on City approved forms, with the Clerk of the Court in the Public Records of Palen Beach County and provide a certified copy of the recorded bond(s)prior to commencing work and submittal of first invoke. The ECR Board and City shall be co-obligees under such bonds. The bond shall incorporate by reference the terms of the Contract Documents in their entirety. 9. Reouired Insurance. 9.1 Contractor shad maintain following liability overage, in the limits specified, and shad provide evidence of such coverage prior to Contract execution: Comprehensive General Liability: Not less than$1,000,000.00 Combined Single Limit per each occurrence and $2,000,000 aggregate, with bodily injury limits. AAay not be subject to a self- insured retention or dedudible exceeding$25,000. Automobile Liability: Not less than$1,000,000.00 for injuries per person in any one accident or occurrence and $1,000,000.00 in the aggregate for injuries per occurrence or accident, with $100,000.00 for property damage in any one accident or occurrence. May not be subject to a self-insured retention or deductible exceeding$10,000. Worker's Compensation: Worker's Compensation and Employer's Liability Insurance with limits of Employer's Liability Insurance not less than $500,000 'each accident,' $500,000 "disease policy 1mit;and$500,000'disease each employee." Any liability coverage on Bairns made basis shad remain effective for fore(5)years after final payment. 92 Based on the work to be performed, specific Work Orders for specific utility work projects may require additional insurance coverages. 9.3 Additional Insured: Ad required insurance (except Worker's Compensation and Professional Liability) shall include an Additional Insured endorsement identifying the City of West Palen Beach as Additional Insured. No costs shall be paid by the City for an additional insured endorsement. 9.4 Certificate of Insurance: Evidence of insurance, being a current ACORD certificate of insurance or its equivalent, executed by the insurer, or its agent or broker, evidencing that a policy of insurance and any required endorsements have been issued by the agent/broker shall be delivered to Owner prior to execution of any contract awarded. The Certificate of Insurance shad be dated and show the name of the insured,the specific contract or work authorization by name,WA number and contract number,the name of the insurer,the number of the policy,its effective date,and its termination date. 9.5 Sub-Contractors. Proposer(s)shad ensure that any sub-consultants will maintain during the term of their contract,the above types of Insurance,in coverage amounts acceptable to the City. 10. Contractor's Understanding. It is understood and agreed that the Contractor shad, prior to the execution of any Work Order, by careful examination, satisfy itself as to the nature and location of the work,the Master SmUtilty-081514 3 conformation of the ground, the character,quality and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work,and the general and local conditions. Execution of a Work Order by the Contractor shall be a representation that the Contractor has visited the site,reviewed any design criteria furnished by the City, become generally familiar with local conditions under which the work is to be performed and correlated personal observations with requirements of the Contract Documents. Contractor agrees that its inspection of the site and review of information furnished by the City shall be adequate investigation. By execution of a Work Order,Contractor represents that the plans and specifications are consistent, practical, feasible and constructible within the scheduled construction time and Contractor affirmatively covenants that Contractor has observed no defects or discrepancies in the plans, specifications or site. Contractor agrees that that if during construction any discrepancies, defects, eic., are discovered by or made known to Contractor,Contractor shall immediately communicate same to the City. 11. Warranty. Contractor agrees to correct all Work found by Owner to be defective or not in conformance with the Contract Documents for a period of one year from the final certificate of occupancy for the project(or if no certificate of occupancy to be issued,within one year of substantial completion)or for such longer periods of time as may be set forth with respect to spedfic warranties contained in the specifications. 12 Ethics. Contractor adcnowledges, agrees and commits that it shall comply with all applicable state, county and City rules and regulations. 13. jnsoector General. Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Contract and any Work Order hereunder, and may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. Contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of Contractor or its subcontractor or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the Owner to be a material breach of this Contract justifying its termination. 14. small Byshress. Contractor agrees to use the certified small businesses identified by Contractor for each Work Order in the mama'and proportions set forth in the Work Order and Smaa Business Commitment form. Contractor agrees to maintain in an orderly fashion all relevant records and information that evidence compliance with the Small Business program and the utilization of an payment to certified small businesses under this Contract. Contractor shall make said records available to the Owner for inspection during reasonable business hours. 15. Contract Documents. Contractor agrees to complete all work in accordance with the Contract Documents. The term 'Contract' and or'Contract Documents'shall include all project and work requirements, the terms and conditions contained in this Contract and the Gene si Conditions, on the City website(s), each Work Order and the following documents, all of which taken together are incorporated herein and form the Contract Documents. The Contract Documents constitute the entire agreement between Contractor and City and supersedes all prior verbal and written agreements, understandings, negotiations and discussions between the parties hereto. No verbal agreement or conversation with any officer,agent or employee of City either before or after execution of the Contract shall affect or modify any of the terns or obligations contained in any of the documents comprising said Contract. For convenience sake, all of the Contract Documents may not be attached to this Contract, but the indicated documents are incorporated and make up the Contract Documents,regardless of whether they are attached. ❑ General Conditions ❑ Exhbit A—rates/prices ❑ Public Construction lion bond(s) ❑ Contractor's Insurance ❑ Drug Free Certification ❑ RFP 13-14-407 I ❑ The following Contract Documents may be found at vrww.citvofwob.orrdenoioeering/. City's Approved Materials List Master SmUtility-081514 4 City's Engineering Standard Details ❑ Each Work Order and all associated Documents The Contract Documents are complementary, and wherever possible the provisions of the documents shall be construed in such manner as to avoid conflicts between provisions of the various documents. • 1 IN WITNESS WHEREOF, the parties execute this Contract through their duly authorized representatives. ATTEST: CITY OF EST PALM BEACH By:ICIq` &- ""°. Caw By. hr) City Clerk % Mayor i Date: 11 1 t , 2014 CITY ATTORNEY'S OFFICE Approved`ks,t form and legality By: -'.!D {'-- WITNESS: Contractor: DP DEVELOPMENT OF THE TREASURE j COAST, LLC i - f - R - V -- - By: Print Name: efitY(w..Il COI Print Name Pai-yi ct- 60(i)c-t-) Title: ! ► u2/►/Y`bur Master SmUtility-081514 5 Ex. B McCorkle, Janet From: Heady,Samuel Sent: Monday, March 14,2016 8:48 AM To: Keith Davis;Jack Rice Cc: McCorkle,Janet;Terriault, Michelle Subject: DP Dev Piggyback Contract for Ublity Construction Services Attachments: image001.png; 14-158 Executed Contract-CWPB Master Contract for Utility Construction Services.pdf Keith/Jack, The Utility would like to use this contract to piggyback Utility Construction Services.The email below is the City of West Palm giving the OK to use the contract. Thank you! Sam Heady Deputy Director of Utilities The Village ofTequesta,FL Cell:561-722-1167 Email:sheady@tequesta.org "Plan your work for safety" —Original Message— From:NUrcheck@wpb.org[mailto:NUrcheck@wpb.org] Sent: Friday,March 11,2016 4:36 PM To:Heady,Samuel<sheady@tequesta.org> Subject: Re: FW: Piggyback Contract for Utility Construction Services Hi Sam-Hope everything is well with you! Yes,this Contract is still in place with West Palm Beach.Please note that the City awarded multiple contracts under this procurement and award was based on best value to the City. The City has no object to the Village piggybacking this contract for its procurement process,provided it complies with the Village procurement regulations and the Contractor consents. Nancy D.Urcheck Deputy City Attomey City of West Palm Beach 401 Clematis Street West Palm Beach,FL 33401 561/822-1365 nurcheck@wpb.org 1