Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 21_10/12/2017 Village of Tequesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org � � � , 7'EQUES"I'�� PCBLIC �'ORI�S llEP�R"I'i�i��;N`I' �if�;�tORANDL��1 To: �lichael R. Couzzo,Village �lanager From: Douglas i�1. Chambers, Public Works Deputy Director Subject: Multi-Year Sidewalk Rehabilitation and Construction Contract Date: September 22, 2017 The attached agenda item recommends a multi-year Sidewalk Rehabilitation and Construcuon contract with R&D Paving. I cancelled a�1ulti-year Sidewalk Contract with the Professional Services Group due to non-performance. The Clerks Office issued a new RFP and received 2 responses to the bid. 1. R&D Paving 2. llP Development. Doug Chambers and Jose Rodriguez were selected to the Evaluation Coinmittee. Based on the scoring parameters we recommend awarding this Contract to R&D Paving. Letter of Introduction.................. ......................................................5 points Price Proposal ..................................................................................50 points Experience.......................................... .............................................20 points References.......................................... ....................................... .......15 points Local Preference Firm(s).................................................................. 10 points The Village will utilize this contractor to supplement the sidewalk repair and construcuon that the Public Works Department is currendy performing. �«c�/u�� ���f�,rirr/�,�� ���/f �ry�l�r<��/rc�c �/'���'/6 ��/r%/a����'•=���i�vata Vice-�fayor Vince_lrena :�layor.1bby Brennan Council:�lember Tom Paterno Council�lember Steve(>kun Council:�lember Frank D'��mbra Village:�lanager i�lichael Couzzo VILLAGE OF TEQUESTA CONTRACT FOR SIDEWALK REHABILITATION AND CONSTRUCTION THIS CONTRACT FOR SIDEWALK REHABILITATION AND CONSTRUCTION, hereinafter "Agreement", is entered into and effective this 16 day of October 2017,by and between the VILLAGE OF TEQUESTA,a Florida municipa)corporation with offices located at 345 Tequesta Drive, Tequesta, Florida 33469-0273, organized and existing in accordance with the laws of the State of Florida, hereinafter "the Village"; and R AND D PAVING, a Florida company with offices located at 400 Executive Center Drive,Suite 210, West Palm Beach, FL 33401, hereinafter "the Contractor"and collectively with the Village, "the Parties". WITNESSETH The Village and the Contractor, in consideration of the mutual covenants contained herein and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by the Parties,hereby agree as follows: 1. SCOPE OF SERVICES: The Parties hereby agree to enter into this Agreement whereby the Contractor shall provide sidewalk rehabilitation and construction services for various Village sidewalks located throughout the Village,on an as-needed basis,as more particularly described in the Village's Request for Proposats RFP#PW03-17. The Request for Proposals RFP#PW03-17 is attached hereto and is fully incorporated herein as Exhibit A. 2. COMPENSATION: In consideration for the above Scope of Services, pricing shall be pursuant to the prices provided in the Bid Form contained in the Contractor's response to the Village's RFP,which provides various"per square foot unit price figures". The Contractor's response,including pricing as contained on the Contractor's Bid Form, is attached hereto and is fully incorporated herein as Exhibit B. 3. INDEMNIFICATION: The Contractor shall at all times indemnify, defend and hold hanniess 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 Agreement. 4. PUBLIC ENTITIES CRIMES ACT: As provided in sections 287.132 and 287.133, Florida Statues, by entering into this Agreement or performing any work in furtherance CONTRACT FOR SIDEWALK REHABILITATION AND CONSTRUCTION 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) montt►s immediately preceding the date hereof. This notice is required by section 287.133(3) (a), Florida Statutes. 5. TERM: TERMINATION: This Agreement shall remain ef�'ective for a term of three (3) years beginning October I 6, 2017. Two additional one (1) year extensions may be entered into at the Village's discretion. This Agreement may be terminated by the Village or the Contractor upon thirry (30) days written notice to the either the Village or Contractor. 6. NOTICE: Notice required by this Agreement 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 R and D Paving,LLC 345 Tequesta Drive 400 Executive Center Dr.,Ste 210 Tequesta,Florida 33469 West Palm Beach,FL 33401 Attn: Deputy Director of Public Works Attn:Nancy Rosso,Owner 7. INDEPENDENT CONTRACTOR: It is specifically understood that the Contractor is an independent contractor and not an employee of the Village. Both the Village and the Contractor agrees that this Agreement is not a contract for employment and that no relationship of employee-employer or principal-agent is or shall be created hereby,nor shal) hereafterexist by reason of the performance of the services herein provided. 8. ATTORNEY'S FEES: In the event a dispute arises conceming this Agreement, the prevailing party shail be awarded attorney's fees,including fees on appeal. 9. CHOICE OF LAW:VENUE: This Agreement shall be governed and construed in accordance with the laws of the State of Florida, and venue shall be in Palm Beach County should any dispute arise with regard to this Agreement. 10.AMENDMENTS&ASSIGNMENTS:No modifications shall be made to this Agreement unless in writing, agreed to by both Parties, and attached hereto as an addendum to this Agreement. The Contractor shall not transfer or assign the services and provision of goods called for in this Agreement without prior written consent of the Village. Page 2 of4 CONTRACT FOR S I D E W A L K REHABILITATION AND CONSTRUCTION l 1. INSPECTOR GENERAL: Pursuant to Article XII of the Palm Beach County Charter, the Of�ice 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 genera) in the exercise of the inspector general's functions,authority, and power. The inspector generai has the power to take sworn statements, require the production of records,and to audit, monitor, investigate and inspect the activities of the Village,as well as contractors and lobbyists of the Village in order to detect, deter, prevent, and eradicate fraud, wasie, mismanagement, misconduct,and abuses. 12. PUBLIC RECORDS: In accordance with Sec. 119.0701, Florida Statutes, the Contracta 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 Bid. Upon request from the Village's custodian of public records, the Contractor must provide the Village with copies of requested records, or allow such records to be inspected or copied, within a reasonable time in accordance with access and cost requirements of Chapter 119, FloridaStatutes. 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 Sec. 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 dces 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 Page 3 of4 C(7N I R��CT I�UR S(D H 11'A L(� R E H:�B f LI'1'A Ti(��' AND C�)!�S"I"RU Cl I C)N pro�'ided to the Villaee_ u�on reqtie�t from th� Villa,�c's cu;tudian of public records, in a fonnat that i,compatibic ��ilh the Villa�,z's inform�tion technolo��� ;�st�ms. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE .4PPLICATION OF CHAPTER 119, FLURIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROViDE PUBLIC RECORDS RELATINC TO THIS AGREENIF,NT, PLEASE CONTACT THE VILLAGE CLERK, RECORDS CUSTODIAN FOR THE VILLAGE, A"f (:�61) 768-0685, OR AT Imcw�illiams;i! Icyucsta.org, OR A7' 345TEQUEST'A DRIVE, TEQUESTA, FLORIllA 33469. I�. EN"I'II�E �1C�lZEF,h9F�1"1': I'hi� a_recment constitutes the ,:ntire ���re�mcnt bentie�n the Partiu. �md ,upersede� all prc�iou, dis�us;i��ns, understandin�s. and �j��reements bet�+een thc parti�> relatin� lo th� suhject mattzr of�lis A��recm�nt. IN ��'iTN�SS �VI-1tIZI�.Or, the Partie� hereto ha�e exccuted thi> �l�reeiuent thc date aand �ear fir�t above ���ritten. V4`Il�\ESSf-�: R ,�NI) U P:1�7\(�, LLC ,j^�' 'I ,, -� ' �, C�.:��- �1 �".�--`--� n'�t(�C(l �1'lCd i 1"]r7 � 1 R}': Nancy Rosco,(hti•�er -, - � � ti• _ _ fCorporate Sea!) - �L�1C�rC�, C�`,�i4I" �'ILLAGE UF 1'EQIJESTA A f'I�ST: By: Abigail t3rennan, NTayor (Scal� Lori N9c1�Villiams. NTN1C Villa��� Clerk Pa���4 of-} Ex. A. Village of T'equesta 345 Tequesta Drive 561-768-0700 Tequesta, FL 33469 www.tequesta.org � � � REQUEST FOR PROPOSAL RFP# PW 03-17 Sidewalk Rehabilitation and Construction Proposals for Village-wide Sidewalk Rehabilitation and Construction will be received by the Village of Tequesta at: Office of the Village Clerk 345 Tequesta Drive Florida,33469 Monday,September il,2017 3:00 PM Any proposals received after the designated closing time will be returned unopened.The purpose of this Request for Proposals is to seek service of a qualified professional contractor to provide construction services to the Village of Tequesta for the repair and/or replacement and construction of sidewalk throughout the Village. An original and two (2) copies a total of three (3) proposals shall be submitted in sealed envelopes/packages addressed to Lori McWilliams, MMC, Village Clerk, Village of Tequesta, Florida, and marked Village-Wide Sidewalk Rehabilitation and Construction. The Village reserves the right to accept or reject any and all proposals and to waive any technicalities or irregularities therein.The Village further reserves the right to award the contract to that proposer whose proposal best complies with the RFP NO: PW 03-17 requirements. Proposers may not withdraw their proposal for a period of ninety (90) days from the date set for the opening thereof. 1. INTRODUCTION 1.1 PURPOSE AND GENERAL INFORMATION The Village of Tequesta is requesting responses to this Request for Proposal (RFP) to enter into a contract with sidewalk repair contractor(s) to provide sidewalk repair and replacement services for the Village of Tequesta. A copy of this RFP can be obtained from the Village of Tequesta website at www.tequesta.or� until the expiration date of this solicitation. It is incumbent upon the Respondent to check the website for additional information and/or addendums. Copies of this RFP can also be obtained from the Village Clerk at Village of Tequesta, 345 Tequesta Drive, Tequesta, FL 33469. If you have any questions, please call the contact identified below as it relates to your concern. Written questions regarding the substance of the RFP or scope of services must be submitted via e-mail to the Village of Tequesta contact listed prior to the deadline indicated below. Responses are due prior to the deadline Vice-�fayor Frank D'_�mbra �lavor.�bby Brennan Council�lember Tom Paterno Council:�lember Sreve Okun Council:�fember Vince_�rena Village Manager i�lichael R.Couzzo,Jr. indicated above and must be delivered or mailed to the Village of Tequesta, Village Clerk's Office located at 345 Tequesta Drive,Tequesta Florida, 33469. Late responses will not be accepted—NO EXCEPTIONS. 2. PROPOSAL Closing time and address for proposal delivery proposals must be received by the Office of the Village Clerk,Village of Tequesta Florida 33469 CONFIDENTIAL—DO NOT OPEN Proposal Closing Date&Time: Monday,September 11, 2017 at 3:00 P.M. (local time). Submissions by fax [or email] will not be accepted. LATE PROPOSALS: Proposals received after the closing time will not be accepted or considered. Delays caused by any delivery, courier or mail service(s) will not be grounds for an extension of the closing time. 2.1 AMENDMENTS TO PROPOSAL Proposals may be revised by written amendment, delivered to the location set out above, at any time before the Closing Time but not after. An amendment must be signed by an authorized signator of the proponent in the same manner as provided in the original proposals. All inquiries related to this RFP should be directed in writing, via e-mail to the person named below (the "Village Representative"). Information obtained from any person or source other than the Village Representative may not be relied upon. Village Representative: Lori McWilliams, MMC, Village Clerk Phone: 561-768-0443 Email: Imcwilliams@tequesta.or� Inquiries should be made no later than 7 days before closing time. The Village reserves the right not to respond to inquiries made within 7 days of the closing time. Inquiries and responses will be recorded and may be distributed to all proponents at the discretion of the Village. Proponents finding discrepancies or omissions in the contract or RFP, or having doubts as to the meaning or intent of any provision, should immediately notify the Village Representative. If the Village determines that an amendment is required to this RFP, the Village Representative will issue an addendum. No oral conversation will affect or modify the terms of this RFP or may be relied upon by any Proponent. 2.2 ADENDA If the Village determines that an amendment is required to this RFP,the Village Representative will post a written addendum on the Village Website at http://www.tequesta.or� (the "Village Website") and upon posting will be deemed to form part of this RFP. No amendment of any kind to the RFP is effective unless it is posted in a formal written addendum on the Village Website. Upon submitting a Proposal, Proponents will be deemed to have received notice of all addenda that are posted on the Village Website. 2 3.0 PROPOSAL SUBMISSION FORM AND CONTENTS Proposals should be in a sealed package, marked on the outside with the Proponent's name, title of the Project and reference number. Proponents should complete the form of Proposal attached as Schedule A. Proponents are encouraged to use the form provided and attach additional pages as necessary. Proponents should also provide the requested information as listed in Section 4(b) as part of the pro posa I. 3.151GNATURE The legal name of the person or firm submitting the proposal should be inserted in Schedule A. The proposal should be signed by a person authorized to sign on behalf of the Proponent and include the following: (a) If the Proponent is a corporation then the full name of the corporation should be included, together with the names of authorized signatories. The Proposal should be executed by all of the authorized signatories or by one or more of them provided that a copy of the corporate resolution authorizing those persons to execute the Proposal on behalf of the corporation is submitted; (b► If the Proponent is a partnership or joint venture then the name of the partnership or joint venture and the name of each partner or joint venturer should be included,and each partner or joint venturer should sign personally(or, if one or more person(s) have signing authority for the partnership or joint venture, the partnership or joint venture should provide evidence to the satisfaction of the Village that the person(s)signing have signing authority for the partnership or joint venture). If a partner or joint venturer is a corporation then such corporation should sign as indicated in subsection (a) above; or if the Proponent is an individual, including a sole proprietorship,the name of the individual should be included. 4.0 EVALUATION AND SELECTION The evaluation of Proposals will be undertaken on behalf of the Village by the Evaluation Team. The Evaluation Team may consult with others including Village staff members, third party consultants and references, as the Evaluation Team may in its discretion decide is required. The Evaluation Team will give a written recommendation for the selection of a Preferred Proponent or Preferred Proponent(s)to the Village. Proposal(s)that satisfy the minimum requirements will be scored as follows: Letter of Introduction............................. 5 points Price Proposal ........................................50 points Experience...............................................20 points References..............................................15 points Local Preference Firm(s) ........................10 points 3 4.1 EVALUATION CRITERIA The Evaluation Team will compare and evaluate all proposals to determine the Proponent's strength and ability to provide the Services in order to determine the proposal which is most advantageous to the Village,using the following criteria: (a) Price Proposal The Village will consider the proponent's price proposal in terms of accuracy, completeness, value, local market and substantiated industry standards. (b) EXPERIENCE The Village will consider the proponent's past experience in undertaking similar projects in type, scope,and budget.At a minimum,the proposal should contain the following information: • Business Organization - State the full name, address, phone number and fax number of your business and whether you operate as an individual, partnership, or corporation. Also, indicate if you are a female or minority owned and/or operated business. • List of business's experience with federal, state or municipal programs pertaining to sidewalk replacement. If applicable, also identify other services performed for federal, state or municipal programs. • Fee Schedule - Please state your standard fee schedule according to the standard formats of compensation. • Proof of appropriate state certifications-Provide proof that you are licensed to operate in Florida and are lead certified. • Management Summary - Include a brief narrative description of the proposed services that will be delivered and the equipment available to perform the services. • Qualifications - Please indicate completed projects of similar nature. Also indicate a contact person for each reference cited. • References- References from at least two (2)clients preferably municipalities for whom your company has completed sidewalk repair services within the last two (2)years.The references should include the name, address and telephone number of a contact person for each reference cited. • list of firm's insurance policies, the insurer, policy numbers and amount pertaining to required services, including policies for sidewalk replacement services. (c) LOCAL WORK FORCE PARTICIPATION The Evaluation Team will give preference to local Village of Tequesta firm(s). FINANCIAL ABILITY AND RESOURCES The Evaluation Team will consider the Proponent's organization financial ability and resources to carry out the project. The Evaluation Team will not be limited to the criteria referred to above, and the Evaluation Team may consider other criteria that the team identifies as relevant during the evaluation process. The Evaluation Team may apply the evaluation criteria on a comparative basis, evaluating the Proposals by comparing one Proponent's Proposal to another Proponent's Proposal. All criteria considered will be applied evenly and fairly to all Proposals. 4 4.7 LITIGATION In addition to any other provision of this RFP,the Village may, in its absolute discretion, reject a Proposal if the Proponent, or any officer or director of the Proponent submitting the Proposal, is or has been engaged directly or indirectly in a legal action against the Village, its elected or appointed officers, representatives or employees in relation to any matter. In determining whether or not to reject a Proposal under this section, the Village will consider whether the litigation is likely to affect the Proponent's ability to work with the Village, its consultants and representatives and whether the Village's experience with the Proponent indicates that there is a risk the Village will incur increased staff and legal costs in the administration of the Contract if it is awarded to the Proponent. 43 ADDITIONAL INFORMATION The Evaluation Team may, at its discretion, request clarifications or additional information from a Proponent with respect to any Proposal, and the Evaluation Team may make such requests to only selected Proponents. The Evaluation Team may consider such clarifications or additional information in evaluating a Proposal. 4.4 NEGOTIATION OF CONTRACT AND AWARD If the Village selects a Preferred Proponent or Preferred Proponents,then it may: (a) Enter into a Contract with the Preferred Proponent(s);or (b) Enter into discussions with the Preferred Proponent(s)to clarify any outstanding issues and attempt to finalize the terms of the Contract(s), including financial terms. If discussions are successful,the Village and the Preferred Proponent(s)will finalize the Contract(s);or (c) if at any time the Village reasonably forms the opinion that a mutually acceptable agreement is not likely to be reached within a reasonable time,give the Preferred Proponent(s)written notice to terminate discussions, in which event the Village may then either open discussions with another Proponent or terminate this RFP and retain or obtain the Services in some other manner. The Village is under no obligation to accept any Proposal submitted. The Village reserves the right in its sole discretion to waive informalities in, or reject any or all Proposals, or to accept any Proposal deemed most favorable in the interest of the Village, or cancel the competition at any time without award. All costs incurred in the preparation and presentation of the proposal shall be wholly absorbed by the contractor. All supporting documentation and manuals submitted with this proposal will become the property of the Village of Tequesta unless otherwise requested by the contractor at the time of submission. 5 5.0 GENERAL CONDITIONS NO VILLAGE OBLIGATION This RFP is not a tender and does not commit the Village in any way to select a Preferred Proponent,or to proceed to negotiations for a Contract, or to award any Contract, and the Village reserves the complete right to at any time reject all Proposals, and to terminate this RFP process. 5.1 PROPONENTS' EXPENSES Proponents are solely responsible for their own expenses in preparing, and submitting Proposals, and for any meetings, negotiations or discussions with the Village or its representatives and consultants, relating to or arising from this RFP.The Village and its representatives, agents, consultants and advisors will not be liable to any Proponent for any claims, whether for costs, expenses, losses or damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by the Proponent in preparing and submitting a Proposal, or participating in negotiations for a Contract, or other activity related to or arising out of this RFP. 5.2 NO CONTRACT By submitting a Proposal and participating in the process as outlined in this RFP, Proponents expressly agree that no contract of any kind is formed under, or arises from, this RFP, prior to the signing of a formal written Contract. 53 CONFLICT OF INTEREST Proponents shall disclose any potential conflicts of interest and existing business relationships they may have with the Village. If requested by the Village, Proponents should provide all pertinent information regarding ownership of their company within forty-eight(48) hours of the Village's request. 5.4 SOLICITATION OF COUNCIL MEMBERS Proponents and their agents will not contact any member of the Village Council or Village staff with respect to this RFP at any time prior to the award of a contract or the termination of this RFP, and the Village may reject the Proposal of any Proponent that makes any such contact. 5.5 CONFIDENTIALITY All submissions become the property of the Village and will not be returned to the Proponent. The Village will hold all submissions in confidence unless otherwise required by law. Proponents should be aware the Village is a "public body" defined by and subject to the Freedom of Information and Protection of Privacy Act of the State of Florida. SCOPE OF SERVICES 6.0 Services will include the construction and/or reconstruction of residential sidewalks and driveway aprons throughout the Village of Tequesta.One(1) Permit will be required to perform this work and can be obtained from the Building Department Office located at 345 Tequesta Dr., Tequesta Florida. 6 Contractors must register with the Village of Tequesta Building & License Department. Prices shall remain the same during the extended term.The contractor will be responsible for following the Villages Swale and right of way policies. A copy can be obtained from the Deputy Director of Utilities, Sam Heady, sheadv@tequesta.or�. 6.1 Contractors will be responsible for any and all damage due to construction. Any damage caused by the contractor must be repaired within seven (7) to ten (10) working day at the expense of the contractor. Contractor will need to make sure that all trees, shrubs and signs are protected and not damaged during construction. If damage occurs, the contractor will be liable for such damages. The areas of improvements will be as indicated in the work order. 6.2 It is expressly agreed and understood that the Contractor is, in all respects, an independent contractor as to work; however, in certain aspects, the Contractor is bound to follow the directions of the Public Works Deputy Director or appointed designee at the time of repair and/or construction, and that the Contractor is in no respect an agent,servant or employee of the Village. 6.3 The Contractor's timeliness and delivery of quality products shall be monitored by the Public Works Deputy Director or appointed designee. If at any time the Contractor is performing less than satisfactory work, the Contractor, upon notification by the Deputy Director of Public Works or appointed designee, shall do whatever is necessary to perform the work properly at no additional cost to the Village. Failure to give such notification shall not relieve the Contractor of his obligation to perform the work at the time and in the manner specified. Failure to perForm the work in the time specified in the work order will trigger liquidity damages of$750/day. 6.4 The Village of Tequesta reserves the right to select the contractor which best meets the Village's goals and objectives, needs, budget constraints, and quality levels, as well as its service level expectations.The Village reserves the right, in its sole discretion,to reject any/or all proposals,to waive any irregularities and technical defects contained therein,to award the contract in its entirety, in part or not at all and/or to determine which proposal is the lowest and/or best to enter into a Contract, as it may deem to be in the best interest of the Village of Tequesta. 6.5 TERMS AND CONDITIONS. A. This proposal shall be for a period of Three (3) years beginning October 16, 2017 through October 16, 2020.The Village reserves the right and the Bidder agrees to allow the Village the option to renew, at the Village's sole discretion, for up to two (2) additional one-year periods. B. The Village reserves the right to reject any and all proposals, and to waive minor irregularities in any proposals. C. The Village reserves the right to request clarification of information submitted, and to request additional information from any proposer. 7 D. The Village reserves the right to award any contract to the next most qualified proposer, if the successful proposer does not execute a contract within fifteen (15) days after award of proposal E. The Village reserves the right to award all or a portion of the required services to the more than one qualified contractor at the Village's sole discretion. F. Any proposal may be withdrawn up until the date and time set above for opening of the proposals. Any proposal not so timely withdrawn shall constitute an irrevocable offer, for a period of ninety (90) days to provide the Village the services described in the attached specifications, or until one or more of the proposals have been accepted and an agreement executed by the Village,whichever occurs first. G. The contract resulting from acceptance of a proposal by the Village shall be in a form supplied or approved by the Village, and shall reflect the specifications in this RFP. A copy of the contract is attached,exhibit E and shall include requirements to comply with ADA, Civil Rights Act and EEP requirements. The Village reserves the right to reject any proposed agreement or contract that does not conform to the specifications contained in this RFP,and which is not approved by the Village's Attorney's office. H. Prior to contract award,the Village will meet with the Contractor to review procedures for invoicing, payment, reporting, if any, and monitoring contract performance. I. The Contractor should expect that schedule semi -annual meetings with shop management to review service perFormance. J. The Village shall not be responsible for any costs incurred by the firm in preparing, submitting or presenting its response to the RFP. 7.0 COMPLIANCE WITH APPLICABLE LAWS All work shall conform to all applicable federal,state,county,and local requirements. 8.0 INSURANCE REQUIREMENTS 8.1 The selected service provider shall agree to indemnify and hold harmless the Village of Tequesta and its officers, agents, and employees from any and all claims, causes, or actions, and damages of every kind, for injury to or death of any person and damages to property arising out of or in connection with the work done by the Contractor under this contract, and including acts or omissions of the Village of Tequesta or its officers,agents,or employees in connection with said contract. 8.2 The Village will require proof of professional liability insurance with errors and omissions coverage, worker's compensation insurance,general liability and automobile insurance with companies authorized to do business in Palm Beach County, Florida,and in amounts satisfactory to the Village. 8 8.3 The successful Contractor, within ten days after the contract award, shall furnish the Village with proof of insurance. 8.4 The Village of Tequesta shall be named as additional insured on all policies as directed in Attachment A. Should any insurance required by this contract lapse, the Contractor shall immediately cease any operations until authorized in writing by the Village. If the lapse period extends fifteen (15) days, the contract shall automatically terminate and the Contractor shall be in breach of this contract. 9.0 AGREEMENT/EXCEPTIONS 9.1 Submission of a proposal indicates the Contractor agrees to the terms, conditions and other provisions contained in the RFP, unless the Contractor clearly and specifically presents in its proposal any exceptions to the terms, conditions,and other provisions contained in the RFP. 9.2 Exceptions presented in a proposal are not to be considered incorporated into the contract between the Village of Tequesta and the selected Contractor unless and until the Village agrees to accept such exceptions. 9.3 The selected Contractor must acknowledge and agree that the contract resulting from this RFP includes the terms, conditions, and other provisions contained in the RFP, the proposal selected (including any exceptions accepted by the Village)which is acceptable to the Village and is not in conflict or contravention of the RFP,and any other documents mutually agreed upon by the Village and selected Contractor. 9.4 No oral statements or any person shall modify or otherwise change or affect the terms, conditions, or specifications stated in the RFP or the resulting contract. 9.5 A formal contract will be negotiated after the selection of a contractor for the services identified in the scope of services by the Village of Tequesta 9.6 The contractor shall not assign the contract or any part thereof to any other person unless such assignment is first approved in writing by the Village of Tequesta it being understood that the contract shall not be assignable unless the proposed assignee is acceptable to the municipality. The request for assignment must include evidence that the proposed assignee qualifies under all requirements of the contract and must be addressed as defined in the contract for services. 9.7 A provision to the effect that the municipality, shall have access to any books, documents, papers and records of the contractor which are directly pertinent to that specific contractor,for the purpose of making audit,examination,excerpts and transcriptions.The Village of Tequesta shall require contractors to maintain all required records for five (5)years after the Village of Tequesta makes final payments and all other pending matters are closed. 10.0 PROPOSAL SUBMITTAL One original plus two (2) copies for a total three (3) of the entire bid package must be submitted to the Village of Tequesta as follows: Village of Tequesta Village Clerk's Office 9 345 Tequesta Drive Tequesta, Florida 33469 All proposals must be received prior to Monday September 11, 2017 at 3:00 pm. Proposals may be mailed or dropped off at the Clerk's O�ce. Proposals must be received in the Village Clerk's Office for it to be considered in the RFP review process. 10 SIDEWALK REPLACEMENT PROGRAM BID FORM Schedule A Filing for 1 permit will be required at the Contractors cost. The permit will cover the entire sidewalk replacement program. Proposal A Demolition, removal, disposal and replacement of four inch (4") concrete sidewalk per square foot per location, including installation and/or removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt and removal of wood forms is required. PER SQ FOOT Unit Price Figures Proposal B Demolition, removal, disposal and replacement of six inch (6") concrete driveway aprons and/or sidewalks per square foot location, including installation and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. PER SQ FOOT Unit Price Figure Proposal C Construction of new 4 inch(4")concrete sidewalk per square foot location, including excavation,grading and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. PER SQ FOOT Unit Price Figures Proposal D Construction of new 6 inch (6") concrete sidewalk/driveway per square foot location, including excavation, grading and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. PER SQ FOOT Unit Price Figures Proposal E Demolition, removal, disposal and replacement of four inch (4") asphalt sidewalk per square foot per location, including installation and/or removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt and removal of wood forms is required. PER SQ FOOT Unit Price Figures 11 BID FORM Schedule A(Continued) Proposal F Demolition, removal, disposal and replacement of six inch (6") asphalt driveway aprons and/or sidewalks per square foot location, including installation and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. PER SQ FOOT Unit Price Figure Proposal G Construction of new 4 inch (4")Asphalt sidewalk per square foot location, including excavation,grading and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. PER SQ FOOT Unit Price Figures Proposal H Construction of new 6 inch (6") Asphalt sidewalk/driveway per square foot location, including excavation, grading and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. PER SQ FOOT Unit Price Figures Mobilization Cost Additional Information: 12 The undersigned verifies that the information contained herein is truthful and accurate and acknowledge that they are owners or agents of the company. Additionally, the undersigned declares that he/she has carefully examined all the items of the specifications and instructions and that he/she fully understands the requirements of same. Authorized Representative's Signature Printed Name Title of Signatory Company Name Address Phone#/Fax# Email address ATTACHMENT"A" There shall be no aggregate limitation to the coverage provided under any of the insurance sections stated. A.Contractor's and Sub-Contractor's Insurance The Contractor shall not be awarded work under this contract unless the insurance required under this section has been obtained. The Contractor shall not permit any sub-contractor to commence work on a sub-contract unless like insurance has been obtained by the sub-contractor.The insurance required shall contain a thirty (30) day written notice to the Village of Tequesta, c/o Project Manager, Public Works Department, 345 Tequesta Dr Tequesta, Florida 33469 of cancellation, non-renewal or material change in coverage.The Contractor will provide a current Certificate of Insurance. B. Worker's Disability Compensation Insurance The Contractor shall procure and maintain during the life of this contract Worker's Disability Compensation Insurance as required by law for all of his/her employees to be engaged in work on the project under this contract, and in case any such work is sub- let,the Contractor shall require the subcontractor similarly to provide Worker's Disability Compensation Insurance for all of the latter's employees to be engaged in such work in the statutory amount required. C. Contractor's Public Liability and Property Damage Insurance: The Contractor shall procure and maintain during the life of this contract, Contractor's Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death, each occurrence and Contractor's Property Damages Insurance in an amount of not less than One Million Dollars ($1,000,000.00)for each occurrence. D. Contractor's Motor Vehicle Bodily Injury and Property Damage Insurance The Contractor shall procure and shall maintain during the life of this contract, Motor Vehicle Bodily Injury Insurance (comprehensive form) in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence, and property damage in an amount of not less than One million Dollars ($1,000,000.00) for each occurrence. The Contractor shall procure and maintain, during the life of this contract, Hired and Non-Ownership Motor Vehicle Bodily Injury and Property Damage Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death, to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. 13 E. Owner's and Contractor's Protective Public Liability and Property Damage Insurance The Contractor shall procure and maintain, during the life of this contract, Owner's and Contractor's Protective Public Liability and Property Damage Insurance in the name of the City in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death for each occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. Such insurance shall include motor vehicle exposure. F. Village of Tequesta as Additional Insured: The Village of Tequesta, including elected and appointed officials, all employees and volunteers, all boards, commissions and/or authorities and their board members, employees and volunteers, shall be named specifically as an Additional Insured with respect to the operations of the Contractor and/or subcontractor for the Village of Tequesta and a copy of an Endorsement to this effect shall be supplied for each policy involved. ATTACHMENT"B" SPECIFICATIONS AND DRAWINGS 1. The Contractor shall be responsible for the erection and maintenance of barricades, safety fences, and other safety control measures for the complete time of completion of sidewalk being replaced. During the construction period, the work area shall be secured and adequate warning notices to the public must be erected to ensure the safety of the traveling and walking public. 2. The Contractor is solely responsible for safety in all project areas. The Contractor shall erect such barricades and provide other traffic control measures, such as flagmen, as may be necessary to ensure the safety of the public. SPECIFICATIONS: a.Concrete • 4"Sidewalk—FDOT Class B.3000psi • 6"driveway—FDOT Class A. 3500psi • Curb and gutter—FDOT Class A. • performed joint filler—Shall be no extruding and resilient bituminous type and should perform to the requirements of ASIM Designation D 1751. • All material shall be certified by the producer or manufacture that the furnished materials meet the specific requirement of the specifications. • Concrete must meet all FDOT Standards. � Expansion material must meet all FDOT Standards. • Handicap detectable warning shall be FDOT standard details b.Workmanship (1)Subgrade Condition • The finished subgrade shall be maintained in a smooth, compact condition and any areas which are disturbed prior to placing of the concrete shall be restored at the Contractor's expense. The subgrade shall be moist at the time the concrete is placed. Water shall be uniformly applied ahead of the pouring operations as directed by the 14 Engineer. Large boulders and other obstructions shall be removed to a minimum depth of 6-inches below the finished subgrade elevation,and the space shall be backfilled with sand, base course material or other material or suitable material which shall be thoroughly compacted by rolling or tamping. • The subgrade shall be accurately trimmed to the required elevation with a '/.-inch tolerance. High areas shall be trimmed to proper elevation. Low areas may be filled with suitable material and compacted to the specified density or filled with concrete integrally with the placing of the pavement. • (2)Setting Forms:The forms shall be accurately set to line and grade and such that they rest firmly,throughout their entire length upon the compacted subgrade surface. Forms shall be joined neatly and tightly and braced to resist the pressure of the concrete and the finished operations. The alignment and grade of all forms shall be approved before and immediately prior to the placing of concrete. • (3) Slipforming: The slipforming method will be allowed, provided that an acceptable finished product,true to line,grade,and cross section is consistently produced. • (4) Mixing Concrete: Concrete shall be mixed in accordance with the requirement of Section 03000. c. Installation (1) Placing concrete: • The concrete shall be distributed on the subgrade to such depth that, when it is consolidated and finished,the thickness required by the drawings will be obtained at all points and the surface will at no point be below the grade specified for the finished surface.The concrete shall be deposited on the subgrade in a manner which will require as little rehandling as possible. Placing of the concrete shall be continuous between transverse joints,without the use of intermediate bulkheads. • Reinforcement shall be placed and maintained at this location during the placing and finishing operation. • Concrete shall be thoroughly consolidated against and along the faces of all forms by means of vibrators. Vibrators shall not be permitted to come in contact with the subgrade or a side form. Vibration at any one location shall not continue so long as to produce puddling or the accumulation of excessive grout on the surface. In no case shall the vibrator be operated longer than 15 seconds in any one location. (2) Striking-off, Consolidating and Finishing Concrete: Immediately after the placing, the concrete shall be stuck off, consolidated and finished, to produce a finished product conforming to the existing area and or required by the drawings,Specifications and Instructions. (3) Straightening and Surface Corrections: After floating has been completed and the excess water removed, but while the concrete is still in a plastic state, the surface of the concrete shall be tested for trueness with an accurate 10-foot straightedge.The straightedge shall be furnished by the Contractor.The straightedge shall be held in successive positions parallel to the walk center line, in contact with the surface,and the whole area tested from the side of the slab to the other as necessary.The advance along the walk shall be in successive stages of not more than one-half the length of the straightedge. Any depressions shall be immediately filled with freshly mixed 15 concrete and struck-off consolidated and refinished. High areas shall be out down and refinished. Straightedge testing and surface correction shall continue until the entire surface appears to conform to the required grade and cross section. All surface irregularities exceeding '/.inch in a 10 foot shall be corrected. (4) Final Finish: As soon as the water sheen has disappeared and just before the concrete becomes nonplastic, all edges, including expansion joint edges, shall be finished with an edging tool having a radius of% inch,finally the top shall be given a light broom finish perpendicular to the forms. (5) Joints:Transverse Construction Joints:Transverse construction joints shall be constructed at the end of all pours and at other locations where the pouring, operation are stopped for as long as 30 minutes. Construction joints, however, shall not be placed within five feet of any other transverse joint or of either end of a section of walk. If sufficient concrete has not been placed to form a slab at least five feet long, the excess concrete, back to the last preceding joint, shall be removed.The joints shall be formed by placing perpendicular to the profile and center line of the walk.Construction joints shall have tooled edges with a%inch radius. (6) Transverse Contraction Joints:Transverse contraction joints shall be formed at five foot intervals and shall consist of planes of weakness created by an edging tool.The cut in the fresh concrete shall be perpendicular to the surface of the walk, shall extend to a depth of 1 % inch below the top surface and shall have'/.inch radius. (7) Transverse Expansion Joints: One half-inch expansion joints shall be formed by placing performed joint filler around all structures and at intervals not exceeding 100 feet. (8) Form Removal: After the concrete has sufficiently set a minimum of 12-hours, the Contractor shall remove the forms and shall backfill the space on each side. The earth shall be compacted and graded in a satisfactory manner without damage to the concrete work. Honeycombs shall be filled with sand dement mortar. Plastering will not be allowed on the face of the walk. Rejected walk shall be removed and replaced without additional compensation. INSPECTOR GENERAL Pursuant to Article XII 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, review or investigations. All parties doing business with the Village shall fully cooperate with the inspector general in the exercise of the inspector general's functions,authority and power.The inspector general has the power to take sworn statements, require the production of records and to audit, monitor, investigate and inspect the activities of the Village, as well as contractors and lobbyists of the Village in order to detect, deter, prevent and eradicate fraud, mismanagement, misconduct and abuses. 16 PUBLIC RECORDS. In accordance with Sec. 119.0701, F/orida Statutes, 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 Bid. Upon request from the Village's custodian of public records, 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, F/orida 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 Sec. 119.0701, Florida Siatutes, and other penalties under Sec. 119.10, Florida Statutes. Further, 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, 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 CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO 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 Imcwilliams@tequesta.or�. OR AT 345 TEQUESTA DRIVE, TEQUESTA, FLORIDA 33469. 17 ATTEST: VILLAGE OF TEQUESTA DATE: DATE: Lori McWilliams, MMC Michael Couzzo Village Clerk Village Manager [VILLAGE SEAL] APPROVED AS TO FORM AND LEGAL SUFFICIENCY DATE: Keith Davis, Esq. Village Attorney NAME OF COMPANY (PROJECT NAME) DATE: Name of Person at Company Responsible for Signing, Title 18 D � � PAVI N G sn;'BE—M/WBE 400 EXECUT[VE CENTER DRIVE STE 210 WEST PALM BEACH,FL 334D1 (561)588-6681 Fax(561)284-6541 Office'ii�ran�d�avine.cam Letter of Introduction To whom it may concern, The followin�letter is to formally introduce our company>R&D Paving LLC. R& D Paving opened in 2012 in Lal:e Worth,FL.The owner,Nancy G. Rosso was a parmer in Rosso Paving&Draina�e for 30 years.After the company's dissolution,Nancy opened R&D Paving with her son,Matthew Donnell.The family-owned business is experienced in asphalt paving,striping,clearing/�rubbing,earthwork,concrete, and other related site work. R&D Paving works wich trusted subcontractors to furnish and complete signalization,concrete,underground utilities,guardrail,etc. R&D paving appreciates the opportunity to introduce our company to you and expresses our eagerness to bid any future projects. Kind regards, � '/ � � '��� �� Nan G. Rossb Owner Experience Business Organization Full Name: R& D Paving,LLC Address: 400 Executive Center Drive,Suite 210. West Palm Beach,FL 33401 Business Phone: (561)588-6681 F�: (561)284-65�11 Corporation: Limited Liability Corporation Certification: SBE/WBE for Palm Beach County,State of Florida,City of WPB and School Board of PBC Proof of Appropriate State Certifications R& D Paving is a licensed Paving Contractor in Palm Beach County under the certification number U- 21796(see attached). Management Summary The proposed annual contract will include demolition of existing concrete/asphalt,clearing/grubbing, �radin�,compaction,and installation of proposed asphaldconcrete.All necessary equipment to furnish �ese s�rvices include asphalt PavinB machine,cambinstion lo�er,�+ont�nd lo�c3u,mini excavata,skid steer lo�der,roller,and otlie,r miscella�oous equipment. Bmisas Ezperkeod QuaNB�st�°°s Below is a list of projxts of similar�ue• Name: Lake Trail Paving imprevements p� Town of Palm Besch Scope of w�ocic Bi7ce Pathli,alca Tra7 rx.ansonxtion�actension Contr�ct Total: 5902,541.75 �S: May—OcWber 2017 Contact pasan: Jeff Ssaan,Projed F�ineer Town of PB Number: (561)227-7024 Name: Australian Avenue p�yna; palm geach Co�mty Cons�nlction Coadm�i� Scope of worlc: Reconstn�c6on of road Conhact Total: 5699,820.90 �; 7uly 2016—August 2017 Contact Person: Stev�e O'Neil,C�ief Cons�cti�Coordi�or PBC Number: (561)684-4180 Name: ELS Center of Exalleflce GC: Gecrits Con�on Scope of vrrorlc Paddng lot/Sidewalk Gonsh�w�tion and Site Work Contract Total: 5353,723.23 p�: July 2016—Juty 2017 Conta�et Pecson: Ross Lumsden,Vice President Ge�riLc Construction Numb�r: (561)477-3553 Name: Ptmy L.a� pwnet; Palm&x�ch Cwmty Constrndion Coordin�on Scape of work: Rec�tion of roed Co�ct T�al: 5362,318.95 p�; Sep�ember 2016—Manh 2017 Con�ot P.e4on: 7olm ICopeW�is.Chief CAastrudion Coa�dln�or PBC Numbec; (561)684-4173 N�; City of Adamis Underd�aias pwner: City of Adantis Scc�pe of work: Pavemeat ovalsY and d�age Contrad Total: 5463,769.60 �; Septembar 2015—Apri12016 Contact Person: Mo T6or�on N�mnber: (561)965-1744 Name: Lsk�e Worth Golf Coiase Cart Path R� pwner, City of Lake Worth Sca�ee of worlc Golf cart pMh recons�on Contract topsl: 597.578.05 p�: Angust 2014—Deceanba 2014 Contad Pason: Felipe Lofaso p�bex: (561)586-1720 References Jeff Sanon Project Engineer Town of Palm Beach (561)227-7024 isanon a townofpafmbeach.com John Kopelakis Chief Construcrion Coordinator Palm Beach County Construction Coordination (561)684-4173 jkopelak�a,pbceov.or� Stephen 0'Neil Chief Construction Coordinator Palm Beach County Construction Coordinarion (56l)684-4180 . soneil�a�pbcQov.ora Insurance lnformation See attached. SIDEWALK REPLACEMENT PROGRAM BID FORM Schedule A Filing for 1 permit will be required at the Contractors cost. The permit will cover the entire sidewalk replacement program. Proposal A Demolition, removal, disposal and replacement of four inch (4") concrete sidewalk per square foot per location, including installation and/or removal of sand, dirt, tree roots or any obstruction as needed to meet grade.Back filling with clean fill dirt and removal of wood forms is required. � •1 'rJ PER SQ FOOT Unit Price Figures Proposal B Demolition, removal, disposal and replacement of six inch (6") concrete driveway aprons and/or sidewalks per square foot location, including installation and/or the �emoval of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. � I • 5 0 PER SQ FOOT Unit Price Figure Proposal C Construction of new 4 inch(4")concrete sidewalk per square foot location, including excavation,grading and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade.Back filling with clean fill dirt, removal of forms and restoration of area is required. � � �• .1� PER SQ FOOT Unit Price Figures Proposal D Construction of new 6 inch (6") concrete sidewalk/driveway per square foot location, including excavation, grading and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required_ � � �' �� PER SQ FOOT Unit Price Figures Proposal E Demolition, removal, disposal and replacement of four inch (4") asphalt sidewalk per square foot per location, including installation and/or removal of sand, dirt, tree roots or any obstructio^ e� ne��+�� t^ meet grade. Back filling with clean fill dirt and�emoval of wood forms is required. � �� • S � PER SQ FOOT Unit Price Figures 11 BID FORM Schedule A(Continued) Proposal F Demolition, removal, disposal and replacement of six inch (6") asphalt driveway aprons and/or sidewalks per square foot location, including installation and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. �k C� -1 � V- 1 5 pER SQ FOOT Unit Price Figure Proposal G Construction of new 4 inch (4"j Asphalt sidewalk per square foot location, including excavation, grading and/or the removal of sand,dirt,tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt,removal offorms and restoration of area is required. � l5 • 50 PER SQ FOOT Unit Price Figures Proposal H Construction of new 6 inch (6") Asphalt sidewalk/driveway per square foot location, including excavation, grading and/or the removal of sand, dirt, tree roots or any obstruction as needed to meet grade. Back filling with clean fill dirt, removal of forms and restoration of area is required. � I lY'� 5 PER SQ FOOT Unit Price Figures Mobilization Cost � 1 �JO . 0 � • Additiona I Information: 12 The undersigned verifies that the information contained herein is truthful and accurate and acknowledge that they are owners or agents of the company. Additionally, the undersigned declares that he/she has carefully examined all the items of the specifications and instructions and that he/she fully understands the requirements of � Authorized Representative's Signature � Printed Name� (� n,S.0 C Title o ' nato �1Q,ftnflfdi��j C v-r�h�/ Company Name �l 1. ' T-T Address �Ob FxtcU�hVt ('Pnitr Dt� CUu �In WPa�FL 334U� Phone#/Fax�(�al���i-1�1�6� �SIt�aB��-l��� Email address NQYtCdC�rQf1CIGf 1�QVin�.COyY� ATTACHMENT"A" There shall be no aggregate limitation to the coverage provided under any of the insurance sections stated. A.Contractor's and Sub-Contractor's Insurance The Contractor shall not be awarded work under this contract unless the insurance required under this section has been obtained.The Contractor shall not permit any sub-contractor to commence work on a sub-contract unless like insurance has been obtained by the sub-contractor.The insurance required shall contain a thirty (30) day written notice to the Village of Tequesta, c/o Project Manager, Public Works Department, 345 Tequesta Dr Tequesta, Florida 33469 of cancellation, non-renewal or materia) change in coverage.The Contractor will provide a current Certificate of Insurance. B. Worker's Disability Compensation Insurance The Contractor shall procure and maintain during the life of this contract Worker's Disability Compensation Insurance as required by law for all of his/her employees to be engaged in work on the project under this contract, and in case any such work is sub- let,the Contractor shall require the subcontractor similarly to provide Worker's Disability Compensation Insurance for all of the latter's employees to be engaged in such work in the statutory amount required. C. Contractor's Public Liability and Property Damage Insurance: The Contractor shall procure and maintain during the life of this contract, Contractor's Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death, each occurrence and Contractor's Property Damages Insurance in an amount of not less than One Million Dollars ($1,000,000.00)for each occurrence. D. Contractor's Motor Vehicle Bodily Injury and Property Damage Insurance The Contractor shall procure and shall maintain during the life of this contract, Motor Vehicle Bodily Injury Insurance (comprehensive form) in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death to each person; and in an amount of not less than One Million Dollars ($1,000,000.�) for each occurrence, and properly damage in an amount of not less than One million Dollars ($1,000,000.00) for each occurrence.The Contractor shall procure and maintain, during the life of this contract, Hired and Non-Ownership Motor Vehicle Bodily Injury and Property Damage Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for injuries, including accidental death,to each person; and in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence and property damage in an amount of not less than One Million Dollars ($1,000,000.00) for each occurrence. 13 E.Owner's and Contractors Protective Public Liability and Property Damage Insuranoe The CoMracto� shall procure artd maiMain, during the I'ife of this oontract, Owners and Corttractors Protective Pubik liability and Property DamaBe �nsuranc.e in the name of the City io an amount of�ot less than One Million Dollars($1,000,000.00)for injuries,induding aac�eMal death for each occuRenae and properly dam�e in an amount of not less than One Million Doltars ($1,�0,000.00) for each oaurrence. Such inwrance shall include motorvehide expowre. F.lrllage of Tequesta as A�dditional Insured:The Village of Tequesb, indudi�g elected and appointed off`idals, all employees and volunteers, all boards, commissions and/or authorities and their board members,empbyees and voluMeers,shall be named specifically as an Additfonal Insured with respect to the operations of the Contractor and/or subcorrtractor for the Village of Tequesta and a copy of an Endorsement to this effect shall be supplied for each policy involved. ATTACHMENT"B" SPECIFlCATIONS AND DRAWINGS 1.The Corrtractor shall be responsible for the erection and maintenance of barricades, safety fence� and other safety oontrol measures for the complete time of completion of sEdewalk being replaced. During the oonstruction period, the work area shall be secured and adequate waming notices to the publk must be erected to ensure the safety of the traveling and walking public. 2. The Contractor is solely responsible f�nr safety in a{I project areas. The Corrtracoor shall erect such banlcades and provide other traflic control measures,sucfi as flagmen,as may be necessary to ensure the safety of the pubiic. SPECIFICATIONS: a.Concrete • 4"Sidewalk—FDOT Gass B.3�psi • 6"driveway—FDOT tlass A.3500psi • Curb and gutter—FDOT Uass 0. • performed joint filler—Shall be no exwdi�artd �esil"ient bituminous type and sfiould perform to the requiremeMs of ASIM Designatron D 175L • All material shaN be oertified by the produoer or manufacture that the fumished materials meet the specific requiremern of the specificatio�s. • Conuete must meet all FDOT Standards. • F.xpansio�matertal must meet ali FDOT Staridards. • Handicap detectable wami�shall be FDOT standard details b.Wo�nanship (1)Subgrade Condition . The finished wbgrade shall be mairnained in a smooth, compact condition and any areas which are d'�sturbed prior to pladng of the concrete shall be restored at the CoM�actor's expense. Trie wbgrade stwll be moist at the time the concrete n placed. Water shali be unifoRnly applied ahead of the pouring operations as directed by the 14 Et�ineer. Large boulders and other obstructions shall be removed to a minimum depth of 6-inches below the finished subgrade elevation,and the space shall be backfilled with sand, base course material or other material or suitable material which shall be thoroughly oompacted by rolling or tamping. • The wbgrade shali be aacurately Vimmed to the required elevation with a 34-inch toleranae.High areas shall be trimmed to proper elevation.Low areas may be filled with witable material and compacted to the speafied densitY or fiNed with concretie integrally with the placing of the pavement • (2)Setting Forms The foRns shall be acwrately set fio Gne and grade and s�h that they rest firmly,throughout their eMire length upon the compacbed subgrade surfaoe.Fortns shall be joined neatly and tighty and braced to resist the pressure of the concrete and the finished operations.The alignment and grade of all fomns shall be approved before and immediately prior to the placing of concrete. • (3) Slipforming: The slipforming method wiil be allowed, provided that an acceptabie finished product,true to line,grade,and cross section is oonsistently produced. • (4) Mixing Cor�crete: Conaete shall be mixed in aaordance with the requirement of Sectian 03000. c.Installation (i) Pladng concrete: . The concrete shall be d'atributed on the wbgrade to wch depth that, when ft is consolidated and finished,the thickness required by the drawings will be obtained at all poi�s and the wrface will at no poiM be bebw the grade spedfied for the finished surface.The concrete shall be deposited on the wbgrade in a ma�ner which will require as litde rehandling as possible. Pladng of the concrete shall be coMinuous between transverse joi�,widwut the use of i�rLermediate bulkheads. • Rei�oroement shall be pfaced and maiMained at this location during the placing and finishing operation. • Concrete shall be thoroughy consolidated against and alo�the faces of all for�ms by means of vibraton. vbrators shall not be perm'itted to aome in cornact witfi the wbgiade or a side fortn.vbration at a�ry one loration shali not corninue so bng as to produce puddGng or the aaumulatbn of excessive gmut on the su�Face.ln no case shall the vibrator be operated longer than 15 seconds in any one location. (2) Striking-off, Consolidating and Flnishin� Concrete: immediately after the pladng, the concrete shall be stuck off, consolidated and finished, to produoe a finished product cor�forming to the existing area at�d or required�the drawings,Speafications and Instructions. (3) Straightening and Su�face Correction�After floating has been completed and the excess water removed, but while the coru;rete is still in a plastic state, the wrface of the conuete shall be tested for trueness with an aaurate 10-foot straightedge.The stra'�htedge sha��be furnished bY the CoMractor.The straighte�e shail be held'm sucoessive positions parallel to the waNc ceriter line,in contact with the surface,and d�e whole area tested from the side of the slab to the other as neoessary.The advance alo�the walk shall be in suooessive stages of not more than one-half the length cf the strajghtedge. Any depressions shall be immediately filled witfi freshiy mixed 15 co�crete and struck-off consolidated and refinished. High areas shall be out down and refinished. Straightedge testing and surface oomection shall coMinue uMil tfie entire wrFace appea�s to confomn to the required grade and cross section.All surface irregularities exoeeding 34 inch in a 10 foot shall be corrected. (4) Fnal Fnisfi:As soon as the wate�sheen has d'isappeared and just before the ooncrete becomes nonplastic, all edges, induding expansion joint edges, shall be finished with an edging tool having a radius of x inch,finafly tfie top shall be given a light broom finish perpendicular to the forms. (5) Jo'mts:Transv�erse Construction Joir�Transverse construction joints shall be aonstructed at the end of all pours a�at other loca'tbns where the pourin�, operation are stopped for as bng as 30 minutes. Construction joints, however, shall not be placed within five feet of arry other transverse joiM or of either end of a section of walk. If wfficient concrete has not been piaaed to form a slab at least five feet tong,the exceu concrete,badc to the last preceding joint,shall be removed.The jciMs shali be f�ornned by placing perpendiwlar to the profile and oeMer line of the walk.Co�truction joints shall have tooled edges with a lG inch radius. (6) Transverse Contraction Joints:Tra�sverse contraction joints shall be formed at five foot intervals and shaN consist of planes of weakness created by an edging tool.The cut in the fresh concrete shall be perpendicular to the wrface of the walk,shall extend to a depth of 134 inch below the top surface and shall have X inch radius. (7) Trensverse Expansion Joints: One haff-inch expansion joiMs shall be fortned by plaang perFornied joint filler around aU structures and at intervais not exceeding 300 feet (8) Fomn Removal: After the ooncrete has sufficieridy set a minimum of 12-hours, d�e Contractor shall remove tfie forms and shall badcfill the space on each side.The ea�th shall be oompacted and graded in a satisfactory manne�without damage to the conuete work. Honeycombs shall be filled with sand dement mortar. Plastering will not be allowed on the face of the walk Rejected walk shall be removed and replaced without additional o�mpensation. INSPECT�t GENERAI. Puauant to Article Xil of the Palm Beach County Charter, the Office of the inspector General has jurisdiction to investigate municipal matters,review and audit mu�icipal contracts and other transactio�, and make reports and rcoommendations to municipal goveming bodies based on such audits,review or investig�adons. Ail parties doing business with the Vitiage shall fully o�operate with tfie inspector general in the exercise of the inspector generaPs functions,autho�ity and power.The inspector general has the power to take sworn statemerKs, require the production of reoords and to audit, mon'nor, imrestigate and inspect the activities of the Village,as well as coMractors and lobbyists of the Village in order to detect, dete�, prevent and eradkate fraud, m'�srnanagement, misaonduct and abuses. 16 PUBLIC RECORDS. In accordance with Sec. 119.0701, Florida Statutes, 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 Bid. Upon request from the Village's custodian of public records, 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, Florido 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 Sec. 119.0701, Florida Statutes, and other penalties under Sec. 119.10, Florida Statutes. Further, 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 distlosed 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, 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 Vllage's information technology systems. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO 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 Imcwilliams@tequesta.org, OR AT 345 TEQUESTA DRIVE,TEQUESTA, FLORIDA 33469. 17 ATTEST: VILLAGE OF TEQUESTA O�F1TE: D�A1'E: L�i�,AMI�C IWdtael Cot� �� �� (VIW4GE SEAI.] APPRONED As To FORIIA AND LEGJLL SUFFlCIENCY QATE: Ke�h Davis,Esq- V�e Alborr�► PIAAAE OF CO�dPAMY�� � ��v��l� l.� ���� S;r�Qu.�c�i�c "�E�h 1.���l-����c,+��� C��;,sT R��eY��v�-� QATE: `JiPn�����-t.� �<< 2c�l�l �1� at Cotr�per�►R�eepo�e ��T� �12�c� G �o s�G � -. _ c�c���a5►� r�em�� - = .- _ _ �a . . c�.n�:��� Rn�� ACORD� CERTIFICATE OF LIABILITY INSURANCE °"�'�°"°°'"'"m 8N412017 7MS CERTtRC/►TE IS IS8lJ�A8 A WITTER OF WFORNA710N ONLY AND CONFERS NO�GHTS UPON THE C[R7fFlCATE HOLDBt.7HIS CERi1FlCATE DOES NOT AFRRMATNELY OR NEfiATNELY AMEND.EX7EKD OR ALTER THE CO'VERAGE AFFORDED BY THE POLIqE8 BELOW.THIS CERTIFIGITE OF 6�lSIlRANCE DOES NOT(A�TiTUiE A CONTRACT BE'1NIEEN THE�SIING�8�AUTHOR�D REPRESENTATNE OR PRODUCER,/WD 7HE CER11FlCATE HOLDER. IMPORTANT:If the oe�Reals holdar b an ADOfT101�1AL INSURED,tl�e polky(Ms)nn�st b��ndorsed.If SUBR013ATION IS WAIVED,subject to tlre benm and ooruMdam ot tlw pdky.eatafn Polichs mn►�uMs an endornea�ent A s�en�ent an this os�tlReaEs doss not oordx�hts to tl�e osrtiBcaM hold�r In Ibu oi such�s. �� Kan�Schnd� U81 hiwranos Service�LLC 581-�9�-0504 � 500 Columbia Drive,8!e 102 c-�a. kandi.aduMtr�SLcom West Palm Beech.FL 33�109-271 S �� �� 561693-OS00 oaunet�: lmurance Contpa 10190 � u�eua�s:AuM Owne�s h�st�anoe Comperry 18888 R b D Pavi�LLC ��_F���C��� �� 1116 N LakesEda Drhre Lake Wath�FL 33480 o�ea�o: OIWp�t E: Oqllll�F: COVERA�S CERTIRCATE NUMBER: REVISION NUMBB� 7HIS IS TO (�Ri1FY 7W►T TtE POLIGES OF INSIAtANCE LISiED BBONf W WE 8E�1 ISSUED TO T}� W9Ufi� NAMED ABOVE FOR iHE POLICY PERIOD INDiCA7ED. NCiIARTHSTAMDlKi MIY REQlJ�1T�T60A OR CONDITIONOF IWY OONiTtACTOR O11�I�t DOClA1BdT 1MTH RE3PECf TO YVFtlCH TI�IS (�(tTiFlCJ1iE MI1Y BE IS8UE0 OR MAY P67TAIN, 7}E INSURANCE AFPORDED BY T}� POLKxES �ED F�R6N IS SUBJECT TO ALL THE T�MS, D(CUJSIONS AND O�af SUCFI POLIGES. LIAAITS SF�IONM AAAY H11VE BEEW R�UCED BY PND CLAWS. � 71'PE OF plIIRANCE pp�� LpWls A X �I�Ip�L OB16�AL 61�61LJ�Y x X ��.� �.�j�16 ��.�� EJ1iCH OOCI�BiCE ='I��� CWMS�1110E �OCCIAt f MED� oir S�O PER&WMLiADvuWRr i1�� OBiLAQQiiEOATELWRAPPLIESPBt GB�IILAC�EOATE i OOOOOO POUCY❑X .IECT ❑tAC PROOtICTS-COYPIOPAGG S O00 p71�ER S g �vrcrosn�i.Nmurr 49C�0865100 Q/23fZ016 �W?31Z01 .da. �� 1 000 �C'G X �wr�uro eooar n�a�ar IPa►va.m) s ��� �� eoa�r nanAer�a.►amanq s X KxtEo,wros X � vFe°ac�TM s s B �� X acx�ue 4�5101 0r23/Z016 1 W23�201 �►a+occaa�+cE s3 000 000 occers u�s a�urs►NOE �on� 000 n� 7 �ar�aN s aroa�es oo�ne�a►� �t on� ""°es�°reu'weam r r N O�F�II.'BtINBiBER OOq.lAED9 � N I A El.EACH ALx106iT f P�y�, f�m MM E.L.OISEASE-EA 1 �'OESCR�110N OFERAT10N8 bMar E.1_OISEABE-POUCY 1�IfT i C Mland Mutne 4y16T356 Of13/Z016 10123R01 i2S0,000 Ren�dA.�d Equipme�k o�now oF o��noMs�wc�►noMs r veoc�s qaam�N.�naears soh.au.�*.p r..w�e.a n�.o�..�.r� Ths Csene�!Llabitlty poliry fndud�s an aubomatic l�tlonsl lnsured endors�n�nt tlat provides Additloml h�surad sfslus b fhe Cerdflcabe Holder,only wi�tl�sir b a writ�en contract that requi�s wch status. and only wMh regard ta work pertornwd on b�F�of tho nam�d Insured CERTIFlGITE 1101.DER CJ�DICEl1�TWN Vlllape of Teq� sHou�arr oF n��ecv�oEsc�rauc�s ee c�wcB.t,�e�o� n� o�w►�ea� on� n�eeoF NarttcE v� � oan�n � 3�15 Tequesta DriMe �cco� wmi � voucr �rto�s. JupiEer�FL 33�69 /WIN011�A�HRA7NE b-�h � e�9ee-�a�cotm co�oawnow a��.re��a. ncoRc zs(2o��o+f 1 of� Tna aoam nnn.a�aQo aro n�ed n,�cs or�►cortc �521�85419VIIZ0198800 ACSZP �., RB,DPA-1 OP ID:MH ACORO' CERTIFICATE OF LIABILITY INSURANCE ��`�' `�� �on�r�s THIS C6tTIFlCATE IS IS81J�AS A AAATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIRCATE HOLDER.THIS CERTIFtCATE DOES NO?AFRRAAA7NELY OR NEGATIVELV AYEND. EXTEND OR ALTER THE COV6i/►GE AFFORDED BY THE P� -BEI.OMI. THIS CBiTtFlCATE OF MISURANCE DOES I�iOT CANSTITUTE A CQNTRACT BE�YYEEN THE ISSUMG MSURER(8� AUTHORI� TR�QITATIVE OR PROOtlCER AND T1�CBtTIFICATE HOLDHi. dMPORTMIT: N ths artllleals hold�is an ADDITIONAL N�SURED�1he Pakf►�IS+I must be endo�ssd. N SUBROGIITION IS WANm�subJ�at b� ths terms and�d Ufs pollry.oa�H�Polk�es ma�r�an endo�. A s�nt on this�e does not con(�r ripMs bo the os�tlflca�s hoWor in qsu o(such s Moouee� 11��'l Piro�q� � 800-638-0487 561-626-3153 palm Be�eh Gardsns,FL 33410 Paul Regan Flrd�► ���e iwc. �e�:Granibe&ats i�urance Co Z38fl9 � R 3 D Paving�LLC sawme s: 1116 N Lakeside Dr �c: Laice Wo�th�FL 33�60 aau�t o: pql�!E• Msllll�t�- cov�s c�rn�►�Nu��: �ns�Nu��: THIS IS TO(�RTIFY TFWT THE POLIdES Of UiSURA1�K:E LISTED BELOW HAVE BEEN ISSIJED TO THE INSl1RED NAIAED ABO'VE FOR TFE POLlCY PERIOD qiDiCJ1TED. NOTVVITHSTAlIDIWCa ANY REGU�NT�1'ERM OR CONOfTION OF ANY CONTRACT OR OTHER OOCUMtENT 1MTH RE3PECT TO WF�qCH T'FAS CERTIFICA'fH MAY BE ISSUED OR MAY PERTIIIN.7HE Y�l1RAl10E AFFORDEO BY THE POIIGES OESCRI9E0 HEREW IS SUBJECT TO ALL TFE TERMS. E7(aUSWNS AND COMDITIONS OF SUCH POLKxE3.LMBTS SFIOWN IYMY FIAVE BEEN REDIICED BY PA�CWMS. � 1Y�E CP uf011RA1IC8 �O�ICII 1[1I�t �� GOIOIBII�IIL 6B1BtAL LMB�li1f EACH OCqNtl�iCE i q.NINSaAADf ❑OCCUR = M�EXP ar rson i PERSONAL i ADV MJURY = �HfL A�ti0NEf31►7E LMQT APPLlES PER GE�RAL A�iG�iATE t �Y�� ❑� PRQpUCTB-CO�tPlOPAG�i t i AYi'W1000.8 L�I�eo.rtY C0�81110LE UMOT s ��p 80pLY OYURIf(Par p�rw►) i ALL OYYlIED SpiE01A.� BOOaY N�UTAi�!(P�►aeel0enq i �8 � PROP E _ EilREDAAlf�OB AtJT08 i II�NBLLA LMB �� EACN OOCU� i E�t LI�! �qp�g.y�pE AGt�ECa117E t ��= i wOltl�ld OO�IOAi1DN X X ���� rIN �M!A ��n 1012l/2018 10128/2017 ���poeir s 1.� A ��� EL 018EA3E-EA�IP t 7 r�0 a a.wb.uWsr �� EL DISEASE-POIJCY UMT t � pl�It►1qN Op OFB�A1qIM/LOCA?IOMi f YilOq.EB�AOOIID 1M,A/�mrl R�sMs�N�d�,any M atlaoMd if a�ae�w N� CERTIFICA T� TEGIJEST SHo�A�nNr oF Tr��eotie oEs��es eE C�1rce�e� n� otww►� a►� �. wonce wai. ee o���n � — viwge of Tequesm nccaaawcE wmi n��icr n�ovn�oNs. Bui�n9 Daparbnent 34S Taqt�esh Drivie �un��rwnvs Tequesta,FL 33469 x. .,�,. '_ O 19i�-ZW 4 ACORD CORPORATION. M Ngb1s�eewd. ACOItD 26(201�01) The ACORD�me sad logo are�egisland marks of ACORD Ed�vard Lynch,Chair Consuvction tndusdy Licensing Board Oscar Alvazez,Director of Palm Beach Counry U-21796 PAVING ��� . . Named belo�v is a Certified Conuactor as oudined in the Standards to perform under the provisions of J°�oa�oi' Special Act Chapter 67-1876,Laws of Florida as amended and as mandated by State Statute. NANIE: PtANCY GAYNAL ROSSO FIRM : R&D PAVIIYG LLC DBA . 400 EXECUTIVE CENTER DR SUITE 210 WEST PALbI BEACH,FL 3340i ISsaed: US/D8/2017 Espiration date: 09/30R019 ---� ----'--'-- '1..��0 3, � �`' � � .. . -°.e:�.f .��. Ev,.':s�c�:i.}:� `�.. . . . _ .. .. . . _ i" ;..1-•. A N N E M. G AN N O N p.0.Box 3353,West Palm Beac:h,FL 33402�353 "LOCATED AT'• e�l.;. CONSTITUTIONAL TAX COLLECTOR `�•P�X•com Te�=(58�)35.�-`226'► 400 EXECUTIVE CENTER DR Scrnirrg Pa1m Heach Counh/ WEST PALM BEACH, FL 33401 Serving yoT�. TYPE OF BI�INESS OWNER CERTiRCATION R RECEIPT a/pATE PND AMT PAID BILL a 230032 CW PAVING COf�TRAGTOR ROSSO NANCY G U21796 U17.832761-OBID1/17 5185.85 840757943 This documerrt is valid oniy when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 2017/2018 LOCAL BUSINESS TAX RECEIPT RB�D PAVING LLC LBTR Number: 201358141 R&D PAVING LLC EXPIRES: SEPTEMBER 30, 2018 400 N EXECUTIVE CENTER DR STE 210 WEST PALM BEACH,FL 33401 This receipt grards the privitege of engaging in or ������������������������� managing arry business profession or oa:upation within its jurisdiction and MUST 6e conspicuously displayed at the place of business and in such a ' manner as to be open to the view of the public. •"'�'°'� A N N E M. G A N AI O N p.0.Box 3353,West Palm Beach,FL 33402-3353 "LOCATED AT" ,.,o-„.t. c��h CONSTITUTIONAL TAX COLLECTOR �'-P�-�Tel:(561)355-2264 400 EXECUTIVE CENTER DR Ste Serring Palm Beach Cotn�tit 27� Serving yott. WEST PALM BEACH, FL 33401 TYPE OF BlI31NE3S OWWBi CERf1F�ATiON• REC6PT AIDA7E PAID AlLT PA� BRI.� 23�Oaffi PAUIN[i COMAAGTOR ROSSO NANC1/G 1g1798 Ufl.832781-OBlOt/77 527.50 80015EOfi5 This document is vard only when receipted by the Tax Conect�s Otfice. $TATE OF FLORIDA , PALM BEACH COUNTY 2017/2018 LOCAL BUSINESS TAX RECEIPT RS�D PAVING LLC LBTR Number: 20'I256880 R 8 D PAVtNG LLC EXPIRES: SEPTEMBER 30, 2018 400 N DCECUTIVE CENTER DR STE 210 WEST PALM BEACH,FL 33401 • This receipt grants the privilege of engaging in or u���n��n�u����u�u�� managing any business protession w occupation within�s jurisd'�ctton and MUST ba cwn�fcuously diaplayed at the p�ce of business arxJ in such a manner as to be open to the view of 1he pubGc. Palm Beach County Office of Small Business Assistance Certifies That R & D Paving. LLC vEN�oR#VC0000142762 is o SmalUWoman Business Enterprise as prescribed by Secdon 2-80.21—2-80.35 of fhe Pa[m Beach County Code for a three year period from Apri/10,2016 to Apri!9,2019 The following Services and/or Products are covered under this certification: Maintenance and Repair,Parking Lot and Alley Maintenance and Repair,Sidewalk and Driveway(Including Removal) Paving/Resurfacing,Alley and Parking Lot Striping Streets,Parlang Facilities,Lane Divisions,Etc. (Paint) Palm Beacd County Board of County Commissioners Mery Lou Berger, Meyor Hal R.Valxhe,Vice Mayor Pauletle Burdidc ��x C� Shdlry Vana .� Q Stevrn 4 Abrams 2 Melissa Mc Kinlay � '� Priscilla A.Taylor Allen Gray, Manager � � Counry Admioistrator Febnary 25, 2016 AL 4s verdrnw C.edcer OR19