Loading...
HomeMy WebLinkAbout2008-003 Emergency Repair of Storm Drain Pipe• • RESOLUTION 2008-03 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA APPROVING A CONTRACT AWARD TO D.S. EAKINS CONSTRUCTION CORPORATION TO PROCEED WITH THE REPAIRS TO A STORM DRAIN PIPE ON EASTWIND DRIVE AND AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE SAME; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Village wishes to proceed with the repair of a storm drain pipe located at 660 Eastwind Drive; and WHEREAS, Village Administration recommends that the contract be awarded to D.S. Eakins Construction Corporation by piggy backing the existing Palm Beach County Contract # 06139A, "Crews with Equipment, Rental of in Palm Beach County;" and WHEREAS, the Village Council determines that the adoption of this Resolution is in the best interests of the Village. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM BEACH, FLORIDA as follows: Section 1. The foregoing recitals are ratified as true and incorporated herein. Section 2. The Village Council hereby approves the contract with D.S. Eakins Construction Corporation for the repair of a storm drain pipe on Eastwind Drive and authorizes the Mayor and Village Clerk to execute the contract on behalf of the Village, a copy of which is attached hereto. Section 3. The cost of this contract shall not exceed $16,200.00 and shall be funded utilizing budgeted funds from Account #A7321-33491 (Public Works — Street Maintenance — Contractual Services) Section 4. This resolution shall take effect immediately upon its adoption. PASSED AND ADOPTED THIS loth DAY OF JANUARY. 2008. (Village Seal) ATTEST: T VILLAGE CLERK MAYOR AGREEMENT FOR REPAIRS TO STORM DRAIN PIPE EASTWIND DRIVE This Agreement is made as of the J'C /Y day of (J /vll.4/ , 20081 by and between the VILLAGE OF NORTH PALM BEACH, 501 U.S. Highway One, North Palm Beach, Palm Beach County, Florida, 33408, a Florida municipal corporation ("VILLAGE"), and D.S. EAKINS CONSTRUCTION CORPORATION, P.O. Box 530185, Lake Park, FL 33403, a Florida corporation, hereinafter referred to as the CONTRACTOR, whose Federal I.D. is 59-1691997 RECITALS WHEREAS, the VILLAGE is in need of a contractor to make necessary repairs to a storm drain pipe located at 660 Eastwind Drive; and WHEREAS, Palm Beach County, through its competitive selection process, awarded and renewed County Contract No. 06139A to the CONTRACTOR for the County's annual "Crews with Equipment, Rental of in Palm Beach County" contract; and WHEREAS, the VILLAGE requested and the CONTRACTOR provided a proposal for the VILLAGE's repairs to a storm drain pipe on Eastwind Drive based on pricing under County Contract No. 06139A; and WHEREAS, the VILLAGE desires to accept CONTRACTOR's proposal by piggy -backing County Contract No. 06139A including all terms, conditions and pricing therein. NOW THEREFORE, in consideration of the mutual promises set forth herein, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully incorporated herein by reference. 2. County Contract. County Contract No. 06139A with the CONTRACTOR, attached hereto as Exhibit "A", is hereby expressly made a part of this Agreement as fully as if set forth at length herein. 3. CONTRACTOR's Proposal. In accordance with the terms and conditions in County Contract No. 06139A, the CONTRACTOR shall provide all goods and services as stated in its proposal to the VILLAGE and the Scope of Work prepared by the VILLAGE. The CONTRACTOR's proposal is attached hereto as Exhibit "B" and the Scope of Work is attached hereto as Exhibit "C". Both documents are hereby expressly made a part of this Agreement as fully as if set forth at length herein. The goods and services to be provided by the CONTRACTOR shall be commenced subsequent to the execution and approval of this Agreement by the VILLAGE and upon written notice from the VILLAGE to proceed. 4. Conflict of Terms and Conditions. Conflicts between documents shall be resolved in the following order of precedence: A. This Agreement B. Exhibit "A" (County Contract No. 06139A) C. Exhibit "B" (CONTRACTOR's proposal). D. Exhibit "C" (Scope of Work) 5. Compensation to CONTRACTOR. Payments by the VILLAGE to the CONTRACTOR under this Agreement shall not exceed the amount of compensation stated in the CONTRACTOR's proposal. CONTRACTOR shall submit invoices to the VILLAGE for review and approval by the VILLAGE's representative, indicating that goods and services have been provided and rendered in conformity with this Agreement and then will be sent to the Finance Department for payment. CONTRACTOR will invoice the VILLAGE in advance for each payment period. Invoices will normally be paid within thirty (30) days following the VILLAGE representative's approval. CONTRACTOR waives consequential or incidental damages for claims, disputes or other matters in question arising out of or relating to this Agreement. In order for both parties herein to close their books and records, CONTRACTOR will clearly state "final invoice" on the CONTRACTOR's final/last billing to the VILLAGE. This certifies that all goods and services have been properly performed and all charges have been invoiced to the VILLAGE. Since this account will thereupon be closed, any and other further charges if not properly included in this final invoice are waived by the CONTRACTOR. The VILLAGE will not be liable for any invoice from the CONTRACTOR submitted thirty (30) days after the provision of all goods and services. 6. Period and Renewals. This Agreement shall be for the term as indicated on the County Contract No. 06139A. Extensions or renewals to said County Contract or any modification including new products, terms, or price changes to the County Contract shall be submitted by the CONTRACTOR to the VILLAGE for approval. In the event said County Contract expires and no new contract is let by the County, VILLAGE reserves the right, upon written agreement with CONTRACTOR to renew this Agreement under the same terms and conditions for an additional period of one (1) year. 7. Insurance. CONTRACTOR shall obtain and maintain during the term of this Agreement all insurance required under the County Contract No. 06139A with the VILLAGE named as an additional insured. 8. Warrantv/Guarantv. Unless a longer period is stated in the County Contract No. 06139A, CONTRACTOR warrants that its goods and services provided under this Contract will be free of defects in materials and workmanship for a period of one (1) year following delivery and completion of those goods and services. 9. Miscellaneous Provisions. A. Failure of a party to enforce or exercise any of its right(s) under this Agreement shall not be deemed a waiver of that parties' right to enforce or exercise said right(s) at any time thereafter. B. This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Palm Beach County. No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. C. If any legal action or other proceeding is brought for the enforcement of this Agreement, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, the successful or prevailing party or parties shall be entitled to recover reasonable attorney's fees, court costs and all expenses (including taxes) even if not taxable as court awarded costs (including, without limitation, all such fees, costs and expenses incident to appeals), incurred in that action or proceeding, in addition to any other relief to which such party or parties may be entitled. D. If any term or provision of this Agreement, or the application thereof to any person or circumstances shall, to any extent, be held invalid or unenforceable, to remainder of this Agreement, or the application of such terms or provision, to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected, and every other term and provision of this Agreement shall be deemed valid and enforceable to the extent permitted by law. E. All notices required in this Agreement shall be sent by certified mail, return receipt requested, and sent to the addresses appearing on the first page of this Agreement. F. The VILLAGE and the CONTRACTOR agree that this Agreement sets forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the provisions, terms and conditions contained in this Agreement may be added to, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. Any provision of this Agreement which is of a continuing nature or imposes an obligation which extends beyond the term of this Agreement shall survive its expiration or earlier termination. JTHE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK) IN WITNESS WHEREOF, the VILLAGE and CONTRACTOR hereto have made and executed this Agreement for Repair of Storm Pipe at 660 Eastwind Drive as of the day and year first above written. D.S. EAKINS CONSTRUCTION CORPORATION By: 40/ Print Name: CINDI M. FRICK Position: VIrF PRP Tflfl T VILLAGE OF NORTH PALM BEACH By:��!J R. EDWARD M. MAYOR ATTEST: BY: 1��/�%G. r M LISSA TEAL, VILLAGE CLERK APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: VILLAGE ATTORNEY EXHIBIT "A" County Contract No. 06139A Form L June 19, 2007 OSEA0001 Cindi M. Frick, Vice President D. 5. Eakins Construction Corporation PO Box 530185 Lake Park, Florida 33403 Purchasing Department 50 Sourh Military grad. Stine❑0 Dear Vendor; RE: TERM CONTRACT #:06139A west Palm aeaC9 FL 33410-3199 ism} 615580o This is to informyou that Palm Beach County Board of County CommIssionero is entering into a Tenn Contract with your company for Crews with Eauioment. Rental of in Palm PAN OBI) 516-431l Beach County, based an one of the following: wwwphcgnveomlpur ■ Palm Beech Courtly Board of County Commissioners Addle L Greene. Chairperson Jeff Moons Vice chair Karen T Matct$ \W rren X. Newell Mary McCarty Bun Aaroo yn Jess ft 5ama,naru County administrator Robcn wrnman *An ('qua! Vjpwmmy ,1 i.iwire nrnr emrylon prided an mt,W.dpq [XI RENEWAL OF BID#:06-139/PR, to include a2_6% Increase in unit price(a) based on term and condition ell. [ ] EXTENSION OF BIDIRFQ #: [ ] SOLE SOURCE CONTRACT #: Vendor shell nosy PurchaVng Imrawdlelely d Iha sofa source status champs. ( J STATE OF FLORIDA CONTRACT 4: pc] OTHER: PRIMARY Vendor All Lot's The tens of thls contract is August 15, 2007 through Auousl 14.2003. The estimated dollar value for all awarded vendors Is 3207.425.00, The obligations of Palm Beach County under tNs contract are subject to the availability of funds lawfully appropriated for its purpose by the State of Florida and the Board of County Commissioners. Palm Beach CountyDeparfrnents will issue hard copy orders against this contract as your authorization to deliver. All invoices must reference each unique document number. If you have any questions, please contact Phil Ridolfo_ Senior Buyer at {5611 S16-823. Sincerely, e Mt tot of Purchasing eskatr— c: Reid Raymond, Parks & Recreation Ray Boyne, Road & Bridge Roberta Cartagno, Engineering & Public Works Larry Schaner, F D & Chuck Kenfleld, Airports Vernetha Green, Water Utilities File Purchasing Department 50 South Military Trail. suite 110 West Palm Beach. FT. 33415 3199 (561) 6164800 FAX (561)616.6811 wwwpbcgo¢comipur 81 Palm Bench County Board of County Commissioners Tony Masiloth. Chairman Addle L. Greene, Vice Chairperson Karon T. Marcus )en Koons Warren H Newell Mary McCarty Burt Aaronson County Administrator Robert Weisman 'An E9val Opponunlry Af/InnaNva Aaron Employe." m ramdaeneoo• August 15, 2008 DSEA0001 Clndi M. Frick, Vice President D. S. Eakins Construction Corporation PO Box 530185 Lake Park, Florida 33403 Dear Vendor: Form L RE: TERM CONTRACT #:06139 This Is to inform you that Palm Beach County Board of County Commissioners Is entering Into a Term Contract with your company for Crews with Eauloment. Rental of in Palm Beach County based on one of the following: IX) BID (IFB) #: 06-1391PR I1 (1 RENEWAL OF BIDIRFQ #: in accordance with all original terms, conditions, specifications and prices with no deviation. RENEWAL OF BIDIRFQ #: to Include a _% Increase In unit price(s) based on term and condition #_ EXTENSION OF BIDIRFQ #: SOLE SOURCE CONTRACT #: Vendor shall notify Purchasing Immediately If the sole source status changes. STATE OF FLORIDA CONTRACT #: OTHER: PRIMARY Vendor All Lot's The term of this contract is August 15. 2006 through Auaust 14.200T. The estimated dollar value for all awarded vendors Is 5425.000.00. The obligations of Palm Beach County under this contract are subject to the availability of funds lawfully appropriated for its purpose by the State of Florida and the Board of County Commissioners. Palm Beach County Departments will Issue hard copy orders against this contract as your authorization to deliver. All Invoices must reference each unique document number. If you have any questions, please contact Phil Rldolfo. Senior Buyer at 1561) 616-6823. Sin rely, unittr— Kath`een M.M. Scarlet DI tor of Purchasing e: Reid Raymond, Parks & Recreation Steve Strona, Road & Bridge Roberta Carfagno, Engineering & Public Works Larry Schaner, F D & 0 Chuck Kenfield, Airports Vernetha Green, Water Utilities File Beard '" Cpunty Commissioners ' Tony Mos'ildnL Chairman Atltiie L. Greene, Vice Chairperson Karen T. Marcus Jeff Koons 7arren H. Newell notary McCarty Burt Aaronson BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION BID #06-139IPR County Administrator Robert Weisman Purchasing Department www.pbcgov.comlpur CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT BID OPENING DATE: JULY 13, 2006 AT 2:00 P.M. It is the responsibility of the bidder to insure that all pages are included. Therefore, all bidders are advised to closely examine this package. Any questions regarding the completeness of this package should be immediately directed to Palm Beach County Purchasing Department (561) 616-6800. It is requested that all bids be submitted in triplicate, one original and two copies. BIDDERS SHALL SUBMIT, IN A SEALED PACKAGE OR CONTAINER, AT LEAST ONE ORIGINAL, SIGNED IN INK BY AN AGENT OF THE COMPANY HAVING AUTHORITY TO BIND THE COMPANY OR FIRM. FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR BID. .,all Bid Hotline number 795-8080 (from Palm Beach County), 425-7420 (from Broward County), or 655- 4527 (from Dade County) or tune in to the Education and Govemment Television Cable Channel for a list of additional advertised "Invitations for Bid" and "Requests for Proposal". The Bid Hotline also provides updates on posted award recommendations. This same information, to include posted award information, is available on our web site www.pbcgov.com/pur. Protests can be accepted only during the five (5) business day posting period. CAUTION Amendments to this Invitation for Bid will be automatically sent only to those vendors who received this document directly from Palm Beach County Purchasing Department. Palm Beach County shall not be responsible for the completeness of any Invitation for Bid package not purchased directly from Palm Beach County Purchasing Department. In accordance with the provisions of ADA, this document may be requested in an alternate format. 50 South Military Trail, Suite 110,. West Palm Beach, FL 33415-3199 (561) 616-6800 FAX: (561)616.6811 Page 2 . BOARD OF COUNTY COMMISSIONERS Palm Beach County INVITATION FOR BID BID NO: 06-139/PR BID TITLE: Crews With Equipment, Rental of, Term Contract PURCHASING DEPARTMENT CONTACT: Phil Ridolfo, Senior Buyer TELEPHONE NO.: 561-616-6823 FAX NO.: 561.242.6723 EMAIL ADDRESS: pridolfoa_co.Dalm-beach.flus All bid responses must be received on or before JulX13, 2006 , prior to 2;00 p.m., Palm Beach County local time, at which time all bids shall be publicly opened and read. SUBMIT BID TO: Palm Beach County Purchasing Department, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415-3199. This Invitation for Bid, General CondWons, Instructions to Bidders, Special Conditions, Specifications, Attachments, Amendments tit issued). and/or any other referenced document form a part of this bid solicitation and response thereto, and by reference are made a part thereof. The selected awardee shall be bound by all terms, conditions and requirement in these documents. PURPOSE AND EFFECT: It Is the purpose and intent of this invitation to secure bids for item(s) and/or services as listed herein. The selected awardee is hereby placed on notice that acceptance of its bid by Palm Beach County shall constitute a binding contract. GENERAL CONDITIONS, INSTRUCTIONS AND INFORMATION FOR BIDDER S GENERAL CONDITIONS 1 GENERAL INFORMATION 3idders are advised that me package constitutes the complete set o/ specifications, terra, and conditions which torus the binding contract »Mean Palm Beach County and the successful bidder. Changes to tmiS 'ration for bid may be made gnfr by written amendment Issued by the my PaMasing Depadment Bidders are further advised to dosey :Amine every section of Ma document to ensure that all sequentially lumbered pages am present, and to ensure that it is billy understood. )uestions or requests for explanations or mterpretabons of this document nest be submitted b the Purmasmg Department contact in writing In uMdent tome to permit a written response and, if required, *II be provided , all prospective bidders. prior to bid opening. Oral explanations or a buctions given by any County agent are not binding and should not be iterpreted as alledng any provision of this document. Bidder certifies that its bid is made without reliance on any oral representations made by the arty. he obligations of Palm Beach County under this award are subject to the salability of binds lawfully appropriated for its purpose. LEGAL REQUIREMENTS COMPUANCE wrn4 LAWS AND CODES: Federal, State, County and local laws, ordinances. roles and regulations that in any manner affect the Items covered herein apply. Lack o/ knowledge by me bidder shall In no way be a cause tor relief from responsibility. The successful bidder shall study comply with Federal, State and local building and safety codes. Equipment snap meet afi State and Federal _ Safety regulations. Bidder certifies Oat all products (materials, equipment processes. or other item supplied In response to this bid) contained In lb bid meets all O.S.M.A. ANSI, NFPA and all other Federal and state requirements. Bidder further certifies that. 11 n b the successful bidder. and the product delivered Is subsequently found to be deficient b any of the afommentloned requirements in elect on date of dauvery, an dots necessary to bring the product into cenpllance shall be bane by the bidder. In compliance with Chapter 442. Flonda Sautes, any tome substance faulting from this bid shall be accompanied by a properly completed • Material Safety Data Sheet (MSDS). The Uniform Commercial Code (Flonda Statutes. Chapter 672) shall prevail as the basis for contractual obligations between the successful bidder and Palm beach County for any terms and conditions not specifically slated In the IhMfation for Bid. b. DISCRIAMNATIOla PEDNIBITFD' Palm Bead) County is committed to assuring equal opportunity In are award of centred; and compiles with NI laws prohibiting discrimination. The successful bidder is prohibited horn domminating against any employee, applicant or client because of race. color. religion. disability, sex, age, national origin. ancestry, marital saber, or sexual orientation. e. INDEPENDENT CONTRACTOR RELATIONEMIP: The successful bidder Is, and shall be, in the performance of all work, services, and activities under the Contract an Independent Contractor and not an employee, agent. or servant of the COUNTY. All person engaged in any of the wok or services performed pursuant to this Contrail shag at all times, and in all places. be subject to the successful bidders sole direction. supervision. and contra The successful bidder shall exercise control over the means and manner in which It and Its employees perform the work, and In all respects the successM bidder's relationship, and the relationship of lb employees, b the COUNTY shalt be that of an Independent Contractor and not as employees or agents of the COUNTY. d. CFIMINAL yll{jpgy RECORDS, cumOBPINpNce. Pursuant to Ordinance 2003-030, the Palm Beach County Criminal history Records Check Ordinance CONinance'), the County shall conduct 8ngeryint based uk ial history record died on all parsers not employed by the County who repair. delver, or provide goods or senices for, to. or on behalf of the County. A fingerprint based criminal history record check shall be conducted on all employees and subcontractors of vendors, Including repair persons and delivery persons. who are unescorted when entering a faulty detennmed b be critical to the public safety and security of me County. County racemes that require this heightened level of security are identified In Resolution R-2003-1274, as may be amended. The bidder is solely responsible for understanding the financial, schedule, and staffing Implications of this Ordinance. Further. the bidder acknowledges that Its bin price includes any and all direct or Indirect costs assodated with compliance of this Ordinance, except for the applicable FOIE/FBI fees that stall be pad by the County. e. PUBLIC F,NT(fY CRIMES: F.S. 287.133 requires Palm Beach Canty to nobly all bidders of he following: -A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity cnme may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity. may not be awarded or perform work as a contractor. supplier, subcontractor. or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in F.S. 2B7 017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.' f. NON-COM USION: Bidder Certifies that it has entered into no agreement to Commit a fraudulent. deceitful, unlawful, or wrongful act, or any ad which may result In unfair advantage for one or mare bidders over other bidders Conviction for the Commission of any fraud or act of collusion In connection with any sale, bid, quotation, proposal or other ad Inatdent to doing business with Palm Beach County may result in permanent debarment No premiums. rebates or gratuities are permitted; either with, prior to or after any delivery of material or provision of services. My such violation may result in award cancellation. return of materials. discontinuation of services, removal from the vendor bid IIst(s), and/or debarment or suspension from doing business with Palm Beach Count'. g. LOBBYING: Bidden are advised that the 'Palm Beach County Lobbyist Registration Ordinance' prohibits a bidder or anyone representing the bidder Fran communicating Wei any County Commissioner, County Canmlssioner's staff, or any employee authorized to ad on behalf of the Commission to award a particular contract regarding its bid, i.e.. a 'Cone of S'ilence, The tone of Silence s in effect from the date/time of the deadline for submission of the bd. and lermunates al the rime that the Boa* of County Commissioners, or a County Oeparbnent authorized to act on their behalf, awards or approves a contract. rejects all bids, or otherwise takes action which ends the sotidtatbn process. Bidders may, however, contact any County Commissioner, County Commissioner's staff. or any employee authorized to act on behalf of the Commission to award a partcular contract, via written communication it, facsimile. e-mail or U.S. mad. Violations of the 'Cone of Silence' are punishable by a fine of $250 00 per Natation. h. CONFLICT OF INTEI{EST, MI bidders shall disclose with their bid the name of any officer. director, or agent who Is also an employee or a relative of an employee of Palm Beach County. Further, all bidders shall disclose the name of any County employee or relative of a County employee who owns, directly or indirectly, an interest of ten percent or more In the bidder's fimi or any of its branches. I. BuggEsppfts AND ASNIGNS: The Canty and the successtut Wider each binds itself and its successors and assigns to the other pad, in respect to all provisions of Mrs Contract. Neither the County no the successful bidder shall assign. sublet, convey or transfer its interest in this Contract without the prior written consent of the other. J. INDEMNIFICATION: Regardless of the coverage provided by any insurance. the successful bidder shag Indemnify, save harness and defend the Carry, its agents, servants, or employees from and against any and all Balms. Iiabllty, losses and/or causes of action which may arise Iran, any negligent act or omission of the successful bidder. Its subcontractors. agents, servants or employees dudng the course of performing services or caused by the goads provided Pursuant to these bid documents and/or resultant contract k. PUBLIC RECORDS' My material submitted in response to Nis Invitation for bid is considered a public document in accordance with Section 119.07, F.S. Tors includes material meth the responding hldder might consider to be confidential or a trade secret My claim or nfidentlefity Ls waived upon submission. effective after opening rursuant b Section 119.07, F.S. ?CORPORATION eREnr0ENCF- JURISDICTION: This Invitation for Bid shall be beaded and incorporated in the final award. The order of contractual Precedence shall be the bid document (original terns and tie dttiae), bid response. and purchase order or term contract Page 3 order. My arid all legal action necessary to enforce the award or the resultant contract shall be held in Palm Beach County and the contractual obligations shall be Interpreted according to the laws of Florida. m. LEGAL EXPENSES' The County Shall not be liable to a bidder for any legal fees, court costs, or other legal expenses arising from the interpretation or enforcement of this contract, or from any other matter generated by or relating to this contract. 0. BID SUBMISSION a. &OMISSION OF pESfp[1SER. All bid responses must be submitted on the provided Invitation for Bid "Response Form. Bid responses on vendor lettemead/quolation forms shall not be accepted. Responses must be typewritten or written In Ink, and must be signed In Ink by an agent of the company having authority to bind the company or fine FAILURE 70 SIGN THE BID RESPONSE FORM AT THE INDICATED PLACES SHALL BE CAUSE FOR REJECTION OF THE BID. Bid responses are to be submtted to the Palm Beach County Purchasing Department no later than the time indicated an the solidtafon preamble. and must be submitted in a sealed envelope or container, which should have the enclosed address labet affixed and beadng the bid number. b. CERTIFICATIONS. (.)C€NSES AND PERMITS; Unless otherwise thee* in sub -paragraph d. (Local Preference) or the Spedal Conditions of this bid. bidder should include with Ifs bid a copy of all applicable Certificates of Competency issued by the State of Fonda or the Palm Beach County Consbuttion Industry Licensing Board in the name of the bidder shown on the bid response pape. It shall also be the responsibility of the successful bidder to submit prior to commencement of work, a anent Occupational License tor Palm Beach County and all permits required to complete this contractual service al no additional cost to Palm Bead, County. A Palm Beach County Occupational license is required unless specifically exempted by law, In lieu of a Palm Beach County occupational license, the bidder should include the current occupational license issued to the bidder in the response. It is the responsibility of the successful bidder to ensure that al required certifiations. licenses and permits are maintained in force and raiment throughout the term of the contract Failure to meet this requirement shall be considered default of contract. c. SBE BID DOCUMENT LANGUAGE Rem I • Polio( It Is the policy of the Board of Canty Commissioners 01 Palm Beach County, Florida, that SBE(s) have the maximum practical opportunity to participate In the competitive process of supplying goods and services to the County To that end. the Board of County Commissioners established Ordinance No. 2002-084. width sets forth the Countys requirements for the SBE program, and are Incorporated In this solidtaton. Compliance with me requirements contained In this section shall result in a bidder being deemed responsive to SBE requirements. The provisions of Nis Ordinance are applicable to this solicitation, and shall have precedence over the provisions of NU solicitation in the event of a conflict Although preferences will not be extended to certified MBEs, unless otherwise provided by law. businesses eligible for certification as an MBE are encouraged to maintain their certification In order to assist In the tracking of MBE availabillry and awards of contracts to MBEs. This information Is vital to delermintng whether race and gender neutral programs assist MBE Bons or whether race and gender preferences are necessary in order to address any continued dlsaunination in the market. Item 2 - SRE Goals The County has established a minimum goal of 15% SBE pertidpaton for all County solldtations. This goal is a minimum, and no rounding shall be accepted. Page 4 , Item 3 -Rankine of Responsive Bidden Bidders who meet the SBE goal shall be deemed to be responsive to the SBE requirement. When evaluating competitive bids of up to one million dollars (51,000,000) in which the apparent low bidder is determined to be non -responsive to the SBE requirement, the contract shell be awarded to the low bidder responsive to the SBE requirement, or, in the event mere are no bidders responsive to the SBE requirement to the bidder with the greatest SBE participation in excess of seven percent (7%) participation, as long as the bid does not exceed the low bid amount by ten percent (10%). In cases where the low bid exceeds one million dollars (51,000.000), the contract shall be awarded to the low bidder responsive to the SBE requirements, or, m the event there are no bidders responsive to the SBE requirements, to the bidder with the greatest SBE participation In excess of seven percent (7%7 participation. provided that such btu does not exceed the Ise btu othenese responsive to the bid requirements by more than one hundred thousand dollars (5100,000) plus three percent (3%) of the total bed m excess of one million dollars (51,000.000). Item 4-lad Submission Documentation SBE bidders, bidding as prime contractors, are advised that they must complete Schedule 1 listing the work to be performed by their own workforce as well as the work to be performed by any SBE or MAYBE subcontractor. Failure to include the information on Schedule 1 will result in the par0cipation by the SSE prime bidders own workforce NOT being counted towards meeting the SBE goal. This requirement applies even if the SBE contractor Intends to pedant 100% of the work wth their own workforce. Bidders are required to submit with their bid the appropriate SBE-MAYBE schedules In order to be deemed responsive b the SBE requirements. SBE-MWBE documentation to be submitted is as follows: schedule. 1 • List o1 Promised SBE and MIWBE Prime Subcontractors This list shall rantam the names of all SBE and MAYBE subcontractors intended to be used In performance of the centred, B awarded. The type of work to be performed by each subcontractor and the dollar value or percentage shall also be spedfied. This schedule shall also be used Ilan SBE prime )udder Is utiadng ANY subcontractors Schedulels) 2 • Letterfs) of Intent to Perform as an SBE or kINVBE Subcontractor One Schedule 2 for each SBE and MWBESuMantrador fisted on Schedule 1 shall be completed and executed by the proposed SBE and MAYBE Subcontractor. Additional copies may be made as needed item 5 -SBE Certification Only those firns certified by Palm Beach Crony al the time of bid opening shall be counted toward the established SBE goals. Upon receipt of a complete application, IT TAXES UP TO SIXTY (60) DAYS TO BECOME CERTIFIED AS AN SBE WITH PALM BEACH COUNTY. It b the responsibttly of the bidder to confirm the certiflcebon of any proposed SBE, therefore, It Is recommended that blddere contact the OSSA at (581) 816-B840 %o vedy certification. Berg 8 - Counflnn SR€ Pnrlcinalion rand MIWBE Partldnagnm for Tracking Purposes) 0.1 Once a fine is detemuned to be an eligible SBE according to me Palm Beach Crony cergfaabon procedures, the Crony o the Prime may count toward Its 58E goals only that portion of the total dollar value of a centred performed by the SBE. 62 The total dollar value of a contract with an eligible SBE may be counted toward tie goal. 6.3 The County may count toward its SBE goals the total value of a contract awarded lo an elgtle SBE firm -that subsequently b decertified or whose certification has expired after a contract award date or during the performance of the contract. 6.4 The County or Prime may count toward its SAE goal a portico of the total dollar value of a contract with a joint venture, eligible under the standards for certification, equal to the percentage of the ownership and control of the SBE partner in the joint venture. 6 5 The County or Pnme may count loward its SBE goal the enure expenditures for materials and equipment purchased by an SBE subcontractor, provided that the SBE subcontractor has the responsibility for the installation of the purchased materials and equipment 6.6 The County or Prime may count the entire expenditure to an SBE manufacturer (i.e., a supplier that produces goods from raw materials or substantially alters the goods before resale) 6.7 The County or Prime may count sixty percent (60%) of Its expenditure to SBE suppliers that are not manufacturers. 6.8 The County or Prime may count toward lb SBE goal second and third tiered SBE subcontractors, provided that the Prime Identifies the SBE subcontractors as second and third tier subs In their bid submittal. Item 7 • Resnonslbllitles After Contract Award All bidders hereby assure that they shalt meet the SBE participation percentages submitted in their respective blds with the subcontractors contained on Schedules 1 8 2 and at the dollar values speofled. Bidders agree to provide any additional information requested by the County lo substantiate participation. The successful bidder shall submit an SBE.MWBE ActAny Form (Schedule 3) and SBE-MAYBE Payment Certification Forms (Schedule 4) with each payment appllcebon. Failure to provide these fonts may result In a delay In processing payment or disapproval of the invoice until They are submitted. The SBE-M WBE Activity Fan,, IS to be filled out by the Prone Contractor and the SBE-MAYBE Payment Certification Forms are 10 be executed by the SBE or MAYBE firm to verify receipt of payment Item 6 - SBE Substitutions After contract award, the successful bidder shall only be permitted to replace a certified SBE subcontractor who is unwilling or unable to perform. Such substitution must be done with other certified SBEs in order to maintain the SBE percentages submitted with the bid. Requests for substitutions must be submitted to the Department Issuing the tad and the OSSA. Note: Where there Is a conflict between the Local Preference Ordinance and the SBE Ordinance, the SBE Ordinance shall prevail. tl. LOCAL PREFEREJNCE; In accordance with the Palm Beach County Local Preference Ordinance, a preference wfil be given to bidders who have a permanent placed business in Palm Beach County and who hold a valid occupational license Issued by the County that authorizes the bidder to provide the goods or seMces to be purchased. Local preference means that if the forest responsive. responsible bidder b a regional or non -local business, than ail bids received horn responsive, responsible local bidders are deceased by 5%. The original bid amount b not changed; the 5% decrease b calculated only brew purposes of determining local preference. To receive a tied preference, a bidder must have a permanent place of business In exblence prior to the Countys issuance of this Notice of SolldtatloMnwtabon for Bid. Prior to the Counys Issuance means the date that the Notice of SobdtatioMrrvtblon for Bid was advertised In the Palm Beach Post A permanent place of business means that the bidder's headquarters b located In Palm Beach County; or. the bidder has a permanent office or other site in Palm Beach County while the bidder will produce a substantial potion of the goods or services to be purWsed. A valid occupational license Issued by the Palm Beach County Tax Collector shall be used to verify that the bidder had a permanent place of business odor to the Issuance of this Notice of SdidtatbMmnttason for Bid. A Palm Beach County Occupational license b required unless spedficaey exempted by law. in lieu of a Palm Beach County occupabcoal license. the bidder shag Include the wren) occupational license issued to me bidder In the response. Please role that the bid submitted to Palm Beach County must be from an address located within Palm Bead County In order for local preference to apply The bidder must submit Me attached 'Certification of Business Location" along aim a copy of the bidder's occupational license at the time of bid submission. Failure to submit this infotmahon shall cause the Mader to n_Qj reserve a local preference. Palm Beach County may require a bidder to provide additional information for dedication purposes at any time prior to the award of the contract. e. DRUG FREE WORKPLACE CERTIFICATION In complance with Floada Statute (Section 287 087) attached form 'Drug -Free Workplace Certification' should be fully executed and submitted with bid response In order to be considered for a preference whenever two (2) or more bids which are equal with reaped to price, quality, and service are received by Palm Beach County f, CONDITIONED OFFERS Bidden are cautioned that any condition, qualification, provision, or mMlent In their bid, or in other M. correspondence transmitted with their bid, which in any way modifies. takes exception to, or Is Inconsistent with the specifications. retirements. or any of the terms. conditions, or provisions of this solicitation. is sufficient cause to the rejection of their bid a non- responsive. • Rion (1) Paces offered must be the pnce for new merchandise and free from defect. Unless specifically requested in the bid specifications, any bids containing modifying or escalation clauses shall be rejected. (2) Bidder warrants by virtue M bidding that paces shall remain fine for a period of ninety (90) days from the date of bid opening or other time staled In special conditions. (3) In me event of mathematical eror(s), the unit price shall prevail and the bidders total offer shall be corrected accordingly. BIOS HAVING ERASURES OR CORRECTIONS MUST BE INOIALED IN INK BY THE BIDDER PRIOR TO BID OPENING. IF THE CORRECTION IS NOT PROPERLY INITIALED, OR IF THE INTENT OR LEGIBILITY OF THE CORRECTION IS NOT CLEAR, THE BID SHALL BE REJECTED. (4) Bidders may offer a cash discount for prompt payment. However, such discounts shall not be considered in determining the lowest net cost for bid evaluation purposes unless omenw,se specified in the special conditions. Bidders should reflect any discounts to be considered in the unit prices bld. h. SUBMITTING NO BID fir NQ ClWIGE: Bidders not wishing to rid on some items sought by this solicitation should mark Nose gems as 'no bid' If some Items we to be offered at no charge, bidders should mark those items as 'no charge.' Items left blank shall be considered a Yin blc for that Item, and me bid shall be evaluated accordingly. Bidders who do not wish to submit bids on any Item in this sdidaton. should return a'Statement of No Bid' in en envelope plainly marked with the bid number and marked 'NO BID? L aCCEF7ANCE/REJECTION OF BIDS: Palm Beach County reserves the right to accept or to reject any or all drill. Palm Beach County also reserves the right to (1) waive any non -substantive irregularities and tedmiratiities: (2) reject the dd of any bidder who has previously ailed m me proper performance of a centred of a Similar nature. who has been suspended or debarred by another governmental entity, or who Is not In a position to perform properly under this award: and (3) Inspect at adllties of bidders in order to make a determination as to its ability to perform. Palm Beach County reserves the right to reject any offer or bid it the Pried for any line Items or sublttle Items are materially unbalanced. An offer Is matenaly unbalanced if it is mathematically unbalanced, and if there is reason to believe that the offer would mat result In the vest overall cost to the County. even though it Is the awes) aluat/3d offer. An offer S mathematically unbalanced I/ it Is based on popes whirl are significantly ass than air market price for some bid fine Item ggg significantly greater than air market pace for other bid One Items, Falr market price shall be delenNmd based on industry sandals, *Wearable Olds or offers, Sating contracts, or other means of establishing a range of current pnces far which the tine Items I. Page 5 may be obtained in the market place. The determination of whether a particular offer or bid is materially unbalanced shall be made in wnting by the Purchasing Director. citing the basis for the determination. NON-EXCLUSIVE: The County reserves the nght to acquire some a all of these goods and seMces through a State or Ronda contract under the provisions of Section 287.042, Ronda Statures. provided the State of Florida contract otters a loner price for the same goods and seMces. This reservation applies both to the Initial award of this soticitabon and to acquisition after a tens contract may be awarded. Additionally, Palm Beach County reserves the right to award other contracts for goods and seMces falling within the scope of this sdMtation and resultant contract when the specifications differ eom this sdidtation or resultant canted, or for goods and services spedfied in this solicitation when the scope substantially differs from this sofidtation or resultant contact. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITLES: Palm Beach County encourages and agrees to the sumssful bidder extending the pricing. terms and conditions of this solicitation or resultant contrail to other governmental entities at the discretion of the successful bidder. EEJiFORMANCE OUTING EMERGENCY: By submitting a bit bidder agrees and promises coal, doting and after a public emergency, disaster, hurdcane, flood, or acts or God. Palm Beach County shall be given 'first pnority for all goods and seMces under rots contract. Bidder agrees to provide all goods and seMces to Palm Beach County during and after the emergency/disaster at the terns, condition, and Paces as provided In this solicitation. and with a priority above, a preference over, sales to the primate sector. Bidder shag Furnish a 20- hour phone number to the County In the event of such an emergency. Failure to provide the stated ptforlty/preference during and after an emergency/disaster shall constitute breach of contract and make the bidder subject to sandio s from further business with the County. 4. BID OPENING/AWARD OF BID a. ortsogVING THE PUPEISHEO Alp OPENING TIDE: The published bld opening time shall be scrupulously observed. It is the sole responsibility of the bidder to ensure that their bid arrives in the Purchasing Department poor to the published bid opening time. My bid delhered afar the pease time of him opening shall not be considered, and shall be returned to the bidder unopened If bidder identification le possible without opening Bid responses by telephpie. telegram, or aoiMle shall not be accepted. Bidders shall not be allowed to modify their bids after the published bid opening time. b. POSTINQ OF AWARD RECOMMENDATION: Recommended awards shall be publicly posted for review, at the Purchasing Department prior to fowl approval. and shall remain posted for a period of five (5) business days. Bidders desiring a copy of the bid Poslmp summary may request same by enclosing a sett -addressed. stamped envelope with their bid. (NOTE: As a SeMce la bidders, the County provides an unofficial list of award postings on our web site at wwwp coov corn/au( and on our bid hot-line, telephone 561-795 8080. These listings are updated weeldy, normally on Friday. If any discrepancy between these Itstings and the official posting in tie Purchasing Department, the wiser shall prevail) c. PAG.TEST paOCEDURE: Protest procedures are provided in the Palm Beach County Purchasing Code. Protests must be In waiting, addressed to the Director or Purchasing, Identify the solidtabon, specify the basis for the protest, and be received by the Purchasing Department within five (5) business days of the posting date of the recommended award. The protest Is considered filed when It Is received by the Purchasing Department Failure to The protest as outlined In the Palm Beach County Purchasing Code shall constitute a waiver of proceedings under the referenced County Code. 5. CONTRACT ADMINISTRATION a, DELIVERY AND ACCEPTANCE: Deliveries of 'all items -shag be - made as soon as possible. Deliveries remitting tom the bid are to be made during me normal working hows of the County. Time Is of the essence and delivery dates must be met Should the successful bidder ail to deriver on or before the slated dales, the County reserves the right to CANCEL the order or contract and make the purchase Pages . . elsewhere. The successful bidder shall be responsible for making any and al claims against careers for russtng or damaged items. • Delivered items shall not be considered 'accepted' until an authorized agent for Palm Beach County has. by inspection or test of such items. determined That they appear to Nlly comply with specifications. The Board of County Commissioners may return. at the expense of the successful bidder and for full credit. any item(s) received woch fall to meet the County's spedftptios or performance standards. h. FEDERAI. MD STATE TAX: Palm Beach County is exempt horn Federal and State taxes. The authorized agent for Purchasing shall provide an exemption certificate to the successful bidder. upon request. Successful bidders are not exempted from paying sales tax to their suppliers for materials to fulNl contractual obligations with the Cerny, nor are successful bidders authorized to use the Countys Tax Exemption Number in securing such materials. c. PAYMENT: Payment shall be made by the County after oommodigeslservices have been received, accepted and properly invoiced as Indicated in the contract and/or order. Invoices must bear the order number. The Florida Prompt Payment Act is applicable to this solicitation. d. CHANGEC: The Director of Purchasing. Palm Beach County. by written notification to the successful bidder may make minor changes to the contract terns. Mnor flanges are defined as modifications winch do not significantly alter the scope. nature, or pace of the sped0ed goods or services. Typical minor changes include. but are not limited to. place of delivery. method of shipment, minor revisions to customized work specifications, and admintebaton of the contract The successful bidder shall not amend any provision of the contract without written nobbcadon to the Director of Purchasing, and written acceptance from the Director of Purchasing or the Board of Cony Commissioners. DEFAULT: The County may, by written notice of default to the successful bidder. terminate the contract In whole or In part if the successful bidder fails to satisfactorily perform any provtics of this sobdta0on or resultant contact, or fails to make progress so as Oct endanger performance under the terrns and conditions of this so:Raton or resultant contract, and does not remedy such Failure within a period of 10 days (or such penod as the Director of Purchasing may autonze In writing) after receipt of notice from the Director of Pwchasing specifying such failure. In the event the County terminates this contact In whole or In part because of default of the successful bidder, the County may procure goods and/or services similar to those terminated, and the successful bidder shall be liable for any excess torts inured due to this adicn. If It is determined that the successful bidder was not in default or that the default was excusable (e g., failure due to causes beyond the control of, or without the hull or negligence of. the successful bidder). the rlghb and obligations of to parties shall be those provided In Soden 5f, 'Tennbaton for Convenience? TERMINATION EDR CONVENIENC€: The Director of Purchasing may, whenever the interests of the County so require, terminate the contract, In whole or In part for the mrhvenience of the County. The Director el Purchasing shall give five (5) days prior wnten notice of termination to the successful bidder, specifying the portions of the ccntrad to be terminated and when the termination is-tobecome effedlve. If only potions of the contract are orrNnated, the successful bidder has to right to withdraw, without adverse action. from the entire contact Unless directed differently in the notice of termination. the successful bidder alma mar no further obligation in connection with the terminated work, and shall stop wok to the extent specified and on the date given in the notice of termination. Additionally. unless directed differently, the successful bidder shall terminate outstanding orders nd/or subcontract related to the terminated work. THIS IS THE END OF 'GENERAL CONDITIONS.' Page 7 SPECIAL CONDITIONS 6. GENERAL/SPECIAL CONDITION PRECEDENCE the event of conflict between General Conditions and Special Conditions, the provisions of the Special Conditions shall -have precedence. 7. QUALIFICATION OF BIDDERS This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the goods and/or service specified. The bidder shall, upon request, promptly furnish the County sufficient evidence in order to confirm a satisfactory performance record. Such information may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experience, accounting and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award under applicable laws and regulations. The bidder should submit the following information with their bid response; however, if not included, it shall be the responsibility of the bidder to submit all evidence, as solicited, within a time frame specified by the County (normally within two working days of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause for rejection of their bid. Information submitted with a previous bid shall not satisfy this provision. A. List a minimum of three (31 references in which similar goods and/or services have been provided within the past two (21 years including scope of work, contact names, addresses, telephone numbers and dates of service. A contact person shall be someone who has personal knowledge of the bidder's performance for the specific requirement listed. Contact person must have been informed that they are being used as a reference and that the County may be calling them. DO NOT list persons who are unable to answer specific questions regarding the requirement. 8. Provide a list of equipment available to do the work, including year, make, model, miles, size, and quantity of each. 8. AWARD (LOT-BY-LOT1i Palm Beach County shall award this bid to the lowest, responsive, responsible bidder on a lot -by -lot basis. The County reserves the right to reject bids which would result in an award which is financially disadvantageous to the County. An award may be considered financially disadvantageous when it would result in an award to a bidder for less than $1.000, or when it would result in awards of multiple small fragments. This policy is predicated on avoidance of increased administrative costs and operational complexity. 9. PRIMARY AND SECONDARY DESIGNATION Palm Beach County reserves the right to make multiple awards for this solicitation. In the event that this right is exercised, the lowest responsive, responsible bidder shall be designated pnmary awardee and the next lowest responsive, responsible bidder shall be designated secondary awardee. The primary awardee shall be given the first opportunity to perform. The secondary awardee shall be contacted only after the primary awardee has refused to perform. The primary awardee is expected to perform all work offered to them, unless they are unable to perform it for lack of resources or technical ability. The primary awardee may be found in default of this contract if It declines more than 10•% of the offered work, or if itestablishes a pattern of accepting only the more desirable work and declining the -less desirable work. 10. METHOD OF ORDERING /TERM CONTRACT) A contract shall be issued for a tern of twelve (121 months or until the estimated amount is expended, at the discretion of the County. The County will order on an "as needed- basis. 11. F.O.B. POINT F.O.B. point shall be destination. Exact delivery point will be indicated on the purchase order or term contract delivery order (DO). Bid responses showing other than F.O.B. destination shall be;rejected. Bidder retains title and assumes all transportation charges, responsibility, liability and risk in transit, and shall be responsible for the filing of claims for loss or damages Page 8 12: RESPONSE TIME TO SITE Crews with equipment shall be required on site within seventy-two 172) hours after receipt of term contract delivery order `0) unless a modified delivery date has been requested by the successful bidder and approved in writing by the Purchasing .,epartment or the designated County representative. On-site/start times shall be strictly adhered to without deviation. 13. ESTIMATED EXPENDITURES The anticipated tens of the contract to be awarded as a result of this bid is for twelve (12) months. The anticipated value during the contract term is $300.000. Palm Beach County reserves the right to increase or decrease the anticipated value as necessary to meet actual requirements, and to rebid for the contracted goods and services at any time after the anticipated value of this contract has been reached. notwithstanding that the anticipated term has not been completed. 14. RENEWAL OPTION WITH ESCALATOR The successful bidder shall be awarded a contract for twelve (12) months with the option to renew for four (4) additional twelve (12) month periods. Prices shall remain firm for the initial twelve (12) month period. The option for renewal shall only be exercised upon mutual written agreement with all original terms and conditions adhered to with no deviations. At the beginning of each of the four (4) twelve (12) month option periods, the County will consider a single annual price adjustment to the unit price(s) based on the U.S. Department of Labor. Bureau of Labor Statistics Consumer Price Index (CPI-U, All Items, Not Seasonally Adjusted (NSA)). The website is htto://www.bls.gov/co/home.htm. Al the County's sole discretion, this annual adjustment shall be calculated by using the appropriate annual percentage as provided by the Bureau of Labor Statistics not more than 90 days nor less than 30 days prior to the first day of the renewal tern. Any renewal including subsequent price adjustments shall be subject to the appropriation of funds by the Board of County Commissioners. 15. EQUIPMENT : successful bidder shall, at a minimum, own or have access to the following list of equipment, if required. The hourly rate tdered for Item 1 (Lots I through IX) shall include any/all of the items listed below. Failure to provide the specified equipment :hall be sufficient cause for default and contract termination, • Pneumatic plugs, 8" — 72" • Steel sheeting and shoring • 3" Diaphragm pump with 50' discharge hose • Hydraulic pumps capable of loading tankers • Laser beam • Boom truck with 12.000 Ib. capacity • Underwater (hydraulic) saw for cutting pipe • Air compressor and jack hammers • Backhoe with minimum lifting capacity of 12,000 lbs. for setting manholes, catch basins, etc. • Front end loader • 1 A ton asphalt roller • Vibratory compaction equipment S. WORK SITE SAFETY/SECURITY . he successful bidder shall al all times guard against damage or loss to the property of Palm Beach County, the bidder's own 'operty, and/or that of other contractors, and shall be held responsible for replacing or repairing any such loss or damage. 'hen applicable, the successful bidder shall provide fences, signs, barricades, flashing lights, etc. necessary to protect and tcure the work site(s) and insure that all County, State of Florida, OSHA, and other applicable safety regulations are met. iditionally, successful bidder shall provide for the prompt removal of all debris from Palm Beach County property. Palm tech County may withhold payment or make such deductions as deemed necessary to ensure reimbursement or "cement for loss or damage to property through negligence of the successful bidder or Its agents. Page 9 17. INSURANCE REQUIRED it shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance .verage to Palm Beach County, do Purchasing Department, Attention Insurance/Buyer Assistant, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415. During the term of the Contract end prior to each subsequent renewal thereof, the successful bidder shall provide this evidence to the County prior to the expiration date of each and every insurance required herein. Commercial General Liability, or similar form, shall have minimum limits of $500,000 Per Occurrence Combined Single Limit for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be ihdluded when applicable to the work to be performed. Business Auto Policy, or similar form, shall have minimum limits of 5500,000 Per Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability. Coverage shall include coverage for all Owned Autos, Hired Autos and Non - owned Autos. (In this context, the term "Autos" is interpreted to mean any land motor vehicle, trailer or semi trailer designed for travel on public roads.) Workers' Compensation and Employer's Liability coverage is required for aj personnel who work on this project. This shall include the personnel of the contractor and any subcontractors. wordless of the size of the company, Exemptions for small companies shall not be accepted. Coverage must include Employer's Liability with minimum limits of $100,000 Each Accident, $500,000 Disease -Policy Limit, $100,000 Disease -Each Employee. A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by the successful bidder in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Except as to Business Auto, Workers' Compensation and Employer's Liability, said Certiticate(s) shall clearly confirm that -wage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Further, said Certi0cate(s) shall unequivocally provide ten (10) days written notice to County prior to any adverse change, cancellation or non -renewal of coverage there under. It is the responsibility of the successful bidder to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. Successful bidder shall agree to provide the County with at least ten (10) days prior notice of any cancellation, non -renewal or material change to the insurance coverages. All insurance must be acceptable to and approved by County as to form, types of coverage and acceptability of the insurers providing coverage. All insurance provided hereunder shall be endorsed to show that it is primary as respects to County. 18. INSURANCE REQUIRED ( AIRPORT ONLY li It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage to Palm Beach County, Go Purchasing Department, Attention Insurance/Buyer Assistant, 50 South Military Trail, Suite 110, West Palm Beach, Florida 33415. During the term of the Contract and prior to each subsequent renewal thereof, the successful bidder shall provide this evidence to the County prior to _the expiration date of each and every insurance required herein. - Commercial General Liability, or similar form, shall have minimum limits of $5,000,000 Per Occurrence Combined Single Limit for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors, Products and/or Completed Operations, Personal Injury/Advertising Liability, Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X-C-U) must also be included when applicable to the work to be performed. F 'ness Auto Policy, or similar form, shall have minimum hmits of $5.000,000 Per Occurrence Combined Single Limit for B....,ty Injury and Property Damage Liability. Coverage shall include coverage for all Owned Autos, Hired Autos and Non- ownedAutos. (In this context, the term "Autos" is interpreted to mean any land motor. vehicle, trailer or semi trailer designed for travel on public roads.) Page 10 • Workers' Compensation and Employer's Liability coverage is required for all personnel who work on this project. This shall include the personnel of the contractor and any subcontractors, recardless of the size of the company. Exemptions for small companies shall not be accepted. Coverage must include Employer's Liability with minimum limits of $100,000 Each Accident, 5500,000 Disease -Policy Limit, 5100,000 Disease -Each Employee. A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by the successful bidder in the types and amounts required hereunder shall be transmitted to the County via the Insurance Company/Agent within a time frame specified by the County (normally within 2 working days of request). Except as to Business Auto, Workers' Compensation and Employer's Liability, said Certificate(s) shall clearly confirm that coverage required by the contract has been endorsed to include Palm Beach County as an Additional Insured. Further, said Certificates) shall unequivocally provide ten (10) days written notice to County prior to any adverse change, cancellation or non -renewal of coverage there under. It is the responsibility of the successful bidder to ensure that all required insurance coverages are maintained in force throughout the term of the contract. Failure to maintain the required insurance shall be considered default of contract. Successful bidder shall agree to provide the County with at least ten (10) days prior notice of any cancellation, non -renewal or material change to the insurance coverages. All insurance must be acceptable to and approved by County as to form, types of coverage and acceptability of the insurers providing coverage. All insurance provided hereunder shall be endorsed to show that it is primary as respects to County. Page 11 SPECIFICATIONS BID #06.1391PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT SCOPE The sole purpose and intent of this Invitation for Bid (IFB) is to establish a firm, fixed price term contract for the rental of crews with equipment to be used by various departments throughout Palm Beach County for repairs as specified in Lots I through IX. GENERAL 1. Equipment, Condition and Responsibility The Contractor will be responsible for repairs and maintenance of its equipment. The equipment will be operated by the Contractor and kept in good working condition, including all grease, oil, parts and fuel as necessary. 2. Prosecution of the Work The Contractor will be required to prosecute the work uninterrupted, in such a manner, with the specified labor and equipment so as to ensure that projects as defined and agreed upon are completed within the framework of this contract. Unless modified in writing, by a designated Palm Beach County Project Supervisor on-sitelstart times shall be stdctlrf adhered to without deviation, Equipment will not be substituted without prior written approval from the designated Palm Beach County Project Supervisor. Equipment operators must be fully licensed, as applicable, and competent In the use of the assigned equipment. Failure to comply with any of these requirements is sufficient cause to terminate contract because of default by the Contractor. 3. Equipment and Personnel Contractor equipment deemed defective by the designated Palm Beach County Project Supervisor shall be promptly removed from the site. Personnel employed either directly or indirectly by the Contractor, who are deemed to be incompetent, inept or unfit to perform the work in the opinion of the designated Palm Beach County Project Supervisor, shall be promptly removed from the project under this Contract, and such personnel shall not again be employed to work on the project. Failure of the Contractor to remove defective equipment or incompetent personnel may result in the termination of this Contract. 4. Suspension of the Work The designated Palm Beach County Project Supervisor or his duly appointed representative shall have the authonty to suspend the work for the following reasons: (a) default of the Contractor; (b) unfavorable weather conditions; (c) mechanical failure of loading, hauling, digging or spreading equipment being used in the prosecution, both of the work under this contract and the work being done by County forces adjunctive thereto; (0) or any other condition which, in the judgment of the County representative, makes it impractical to secure first - doss results. FLOWABLE FILL (LOT I AND II ONLY' Upon request, contractor shall furnish and place "Flowable Fill" as an alternative to compacted soil as approved in the "Florida Department of Transportation Standard Specifications for "Road 8 Bridge Construction" year 2004, Section 121-1 through 121-7. PAYMENT FOR FLOWABLE FILL Compensation shall be paid at the price per Cubic Yard as stated on the Bid Response page. The cubic yard price includes product, delivery and off-loading as directed by Palm Beach County Project Supervisor. Page 12 PAYMENT The Palm Beach County Project Supervisor or designee shall review and approve Contractor's "Daily Billing Ticket" to verify actual number of hours worked by the piece of equipment and/or crew, as applicable. ..ontract is based on an hourly rate, as requested, Crews and/or equipment shall be available on an "as needed basis' with no guarantee by the County of the amount of use. However, any crews and/or equipment (based on an hourly rate) called out for a period of less than four (4) hours shall be compensated for at a minimum of four (4) hours "Down Time' is not to be computed as rental time and will not be compensated for. Payment for equipment and crews shall be made for actual time worked on site only. The County will not be charged for mobilization, demobilization, travel between job sites, etc. Payment (hourly rates) shall be full compensation for all tabor, equipment, tools, fuel, oil, greases, insurance, taxes, fees, plant, transportation, suspensions, delays, and incidentals necessary to complete the service described in and as set forth in this contract. Projects started prior to the termination of this contract will be allowed an additional thirty (30) days for completion. BASE RATE Hourly Rate (LOTS I, II, III, IV, V, VI, AND VII): Compensation shall be paid at the "base" hourly rate (crews with equipment) for actual time worked, 24 hours a day, 365 days per year. Equipment which remains on site, without operator, for the convenience of the contractor will not be compensated. The County will not be charged for mobilization, demobilization, transportation, fuel, or any other incidental expense related to the performance of this contract All costs to be charged to the County for the performance of this contract must be included in the "base" hourly rate offered by the contractor, Hourly Rate (LOTS VIII AND IX): npensation shall be paid at the "base" hourly rate (crews with equipment) Monday through Friday between 7:00 a.m. and 5:00 p.m. for actual time worked. Equipment which remains on site, without operator, for the convenience of the contractor will not be compensated. The County will not be charged for mobilization, demobilization, transportation, fuel, or any other ncidental expense related to the performance of this contract. All costs to be charged to the County for the performance of his contract must be included in the "base" hourly rate offered by the contractor. 'REMIUM RATES sourly Rate (LOTS VIII AND IX): Overtime Rate: Compensation shall be paid at a rate of 1.5 times the awarded base hourly rate for actual time worked between the hours of 5 p.m. and 7 a.m., Monday through Friday and weekends. Equipment which remains on -site, for convenience, without operator shall not be compensated. Equipment which is used or continues to function into premium rate time frames, without operator, shall be paid at the 'base" rate only. Holiday Rate: Compensation shall be paid at a rate of 2.0 times the awarded base hourly rate for actual time worked during Palm Beach County legally recognized holidays. Equipment which remains on -site, for convenience, without operator shall not be compensated. Equipment which is used or continues to function into premium rate time frames. without operator, shall be paid at the "base' rate only. - BID RESPONSE BID #06-139IPR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT I — ROAD & BRIDGE DEPARTMENT: ( • ) NOTE: BASE RATE SHALL BE 24 HOURS A DAY, 365 DAYS PER YEAR FOR ACTUAL TIME WORKED. ITEM DESCRIPTION 1. CREW — CONCRETE OR METAL PIPE LAYING, consisting of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, including layout, excavating, installing and back filling equipment necessary for laying pipe up to 36' diameter. County shall furnish materials. Page 13 BASE PRICE WEIGHT FACTORED PER HOUR ( • ) FACTOR RATE $ 306.00 X .80 = $ 240.00 2. Dump Truck, 15 — 20 cu. yd. capacity (for concrete $ 70 On X .02 = $ 1.40 and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete $ 40.00 X .06 = $ 2.40 including pump and letting equipment (run time only) when requested with item #1 only. 4. Tandem Dump Truck with sideboards, 12 cu. yd. $ 70.00 X .01 = $ . 70 capacity when requested with item #1 only. 5. Tri-Axle Dump Truck with sideboards, 18 cu. yd. $ 70 00 X .01 = $ .70 capacity when requested with item #1 only. 6. Flowable Fill PRICE PER CU. YD. $ 120.00 X .10 = $ 12.00 LOT 1, TOTAL FACTORED RATE: $ 257.20 Continued.... FIRM NAME: D S EAKINS CONSTRUCTION CORPORATION .:dry,• rrcmr Page 14 BID RESPONSE BID #06-1391PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT II — ROAD & BRIDGE DEPARTMENT: (') NOTE: BASE RATE SHALL BE 24 HOURS A DAY, 365 DAYS PER YEAR FOR ACTUAL TIME WORKED. REM DESCRIPTION BASE PRICE WEIGHT FACTORED PER HOUR ( • ) FACTOR RATE 1. CREW — CONCRETE OR METAL PIPE LAYING, $ 350.00 X .80 consisting of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, including layout, excavating, installing and back filling equipment necessary for laying pipe 36" up to 84" diameter. County shall furnish materials. 2. Dump Trucc, 15 — 20 cu. yd. capacity (for concrete $ 70.00 X .02 = $ 1.40 and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete $ tin 00 X .06 = $ 2.40 including pump and jetting equipment (run time only) when requested with item #1 only. 4. Tandem Dump Truck with sideboards, 12 cu. yd. $ 70.00 X .01 = $ .70 capacity when requested with item #1 only. 5. Tri•Axle Dump Truck with sideboards, 18 cu. yd. $ 70.00 X .01 = $ .70 capacity when requested with item #1 only. PRICE PER CU. YD. Flowable Fill $ 120.00 = $ 280.00 X .10 = $ 12.00 LOT II, TOTAL FACTORED RATE: $ 297.20 Continued.... RM NAME: n ¢ RARINS CONSTRUCTION CORPORATION Page 15 BID RESPONSE BID #06-1391PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT III — ROAD & BRIDGE DEPARTMENT: ( • ) NOTE: BASE RATE SHALL BE 24 HOURS A DAY, 365 DAYS PER YEAR FOR ACTUAL TIME WORKED. BASE PRICE WEIGHT FACTORED REM DESCRIPTION PER HOUR (`) FACTOR RATE 1. CREW — INFILTRATION DRAINAGE, consisting $ 300.00 X .50 = $ 150.00 of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, Including layout, excavation of swales 36" wide, 24" deep, 8" cores to existing drainage inlets. Contractor will also be responsible for utility locations and hauling away excess materials. County shall furnish all materials (Le., rock, filter, cloth, jack 8 bores, 6' PVC sch. 40 pipe, sand). 2. Dump Truck, 15 — 20 cu. yd. capacity when $ 70.00 X .70 = $ 7.00 requested with item #1 only). 3. Well Point Equipment up to 150 points complete $ 40.00 X .20 = $ 8.00 including pump and jetting equipment (run time only) when requested with item 41 only. 4. Tandem Dump Truck with sideboards, 12 cu. yd. $ 70.00 X .10 = $ 7.00 capacity when requested with item #1 only. 5. Tri-Axle Dump Truck with sideboards, 18 cu. yd. capacity when requested with item #1 only. $ 70.00 X .10 = $ 7.00 LOT III, TOTAL FACTORED RATE: $ 179.00 Continued.... FIRM NAME: n. S. FAATNS CONSTRUCTION CORPORATION Page16 BID RESPONSE BID #06-139/PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT IV — PARKS & RECREATION DEPARTMENT. WATER UTILITIES DEPARTMENT: (') NOTE: BASE RATE SHALL BE 24 HOURS A DAY, 365 DAYS PER YEAR FOR ACTUAL TIME WORKED. ITEM DESCRIPTION 1. CREW — CONCRETE OR METAL PIPE LAVING, consisting of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, including layout, excavating, installing and back filling equipment necessary for laying pipe up to 36" diameter. County shall furnish materials. BASE PRICE WEIGHT FACTORED PER HOUR (') FACTOR RATE $ 300.00 X .90 = $ 270.00 2. Dump Truck, 15 — 20 cu. yd. capacity (for concrete $ 70.00 X .02 = $ 1. 40 and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete $ 40.00 X .06 = $ 2.40 Including pump and jetting equipment (run time only) when requested with item #1 only. 4. Tandem Dump Truck with sideboards, 12 cu. yd. $ 70.00 X .01 = $ .70 capacity when requested with item #i only. 5. Tri-Axle Dump Truck with sideboards, 18 cu. yd. $ 70.00 X .01 = $ . 70 capacity when requested with item #t only. LOT IV, TOTAL FACTORED RATE: $ 275.20 1 Continued.... IRM NAME. O S,. F.AKINS CONSTRUCTION CORPORATION :41". v, . 47r Page 17 BID RESPONSE BID #08-139/PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT V — DEPARTMENT OF AIRPORTS: (") NOTE: BASE RATE SHALL BE 24 HOURS A DAY, 365 DAYS PER YEAR FOR ACTUAL TIME WORKED. ITEM DESCRIPTION BASE PRICE WEIGHT FACTORED PER HOUR ( • ) FACTOR RATE 1. CREW — CONCRETE OR METAL PIPE LAYING, $ 400.00 consisting of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, Including layout, excavating, Installing and back filling equipment necessary for laying pipe up to 36" diameter. County shall furnish materials. 2. Dump Truck, 15— 20 cu. yd. capacity (for concrete $ 100.00 X .02 = $ 2.00 and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete S 65.00 X .06 = $ 3.90 including pump and jetting equipment (run time only) when requested with item #1 only. Tandem Dump Truck with sideboards, 12 cu. yd. $ 1 on on X .01 = $ 1.00 capacity when requested with item #1 only. 5. Tri-kde Dump Truck with sideboards, 18 cu. yd. $ 100.00 X .01 = $ 1.00 capacity when requested with item #1 only. X .90 = $ 360.00 LOT V, TOTAL FACTORED RATE: $ 367.90 Continued.... FIRM NAME. D. S. EAKINS CONSTRUCTION CORPORATION Page'18 BID RESPONSE BID #06-1391PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT VI - PARKS 8 RECREATION DEPARTMENT. WATER UTILITIES DEPARTMENT: (') NOTE: BASE RATE SHALL BE 24 HOURS A DAY, 365 DAYS PER YEAR FOR ACTUAL TIME WORKED. BASE PRICE WEIGHT FACTORED ITEM DESCRIPTION PER HOUR (') FACTOR RATE 1. CREW - CONCRETE OR METAL PIPE LAYING, $ 150.00 X .90 = $ 315.00 consisting of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, including layout, excavating, Installing and back filling equipment necessary for laying pipe 36' up to 84" diameter. County shall furnish materials. 2. Dump Truck, 15 - 20 cu, yd. capacity (for concrete S _ 70.00 _ X .02 = $ 1.40 and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete $ 40.00 X .06 = $ 2.40 including pump and jetting equipment (run time only) when requested with item #1 only. Tandem Dump Truck with sideboards, 12 w. yd. $ 70. 00 X .01 = capacity when requested with item #1 only. 5. Tri-Axle Dump Truck with sideboards, 18 cu. yd. $ 70.00 X .01 = $ .70 capacity when requested with item #1 only. .70 LOT VI, TOTAL FACTORED RATE: $ 320.20 Continued.... J IRM NAME: D. S. EAKINS CONSTRUCTION CORPORATION BID RESPONSE BID #06-1391PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT VII — DEPARTMENT OF AIRPORTS: (') NOTE: BASE RATE SHALL BE 24 HOURS A DAY. 365 DAYS PER YEAR FOR ACTUAL TIME WORKED. ITEM DESCRIPTION 1. CREW — CONCRETE OR METAL PIPE LAYING, consisting of a foreman (with 40 hours of OSHA training). a minimum of three (3) experienced men, Including layout, excavating, installing and back filling equipment necessary for laying pipe 36' up to 84' diameter. County shall fumish materials. 2. Dump Truck, 15 — 20 cu. yd. capacity (for concrete and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete Including pump and jetting equipment (run time only) when requested with Item #1 only. Page 19 BASE PRICE WEIGHT FACTORED PER HOUR (•) FACTOR RATE $ 450.00 $ 100.00 $ 65.00 X .90 = $ 405.00 X .02 _ $ 2.00 X ,06 = $ 3.90 Tandem Dump Truck wlm sideboards, 12 cu. yd. $ 100.00 X .01 = $ 1 On capacity when requested with item #1 only. 5. Tri-Axle Dump Truck with sideboards, 18 cu. yd. capacity when requested with item #1 only. $ Ion nn X .01 = $ 1 nn LOT V#, TOTAL FACTORED RATE: $ 412.90 Continued.... FIRM NAME D. 5. EAKINS CONSTRUCTION CORPORATION Page20 BID RESPONSE BID #06-139/PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT VIII - FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT: ( • ) NOTE: BASE RATE SHALL BE HOURLY, MONDAY THROUGH FRIDAY (BETWEEN 7:00 A.M. AND 5:00 P.M.): HOWEVER, COMPENSATION WILL BE PAID FOR OVERTIME AND HOLIDAY RATES (SEE PAGE 12). BASE PRICE WEIGHT FACTORED ITEM DESCRIPTION PER HOUR ( • ) FACTOR RATE 1. CREW - CONCRETE OR METAL PIPE LAYING, $ inn on X .90 = $ 270.00 consisting of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, Including layout, excavating, installing and back filling equipment necessary for laying pipe up to 36" diameter. County shall furnish materials. 2. Dump Truck, 15 - 20 cu. yd. capacity (for concrete $ 70.00 X .02 = $ 1.40 and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete $ 40.00 X .06 = $ 2.40 including pump and jetting equipment (run time only) when requested with item #1 only. 4. Tandem Dump Truck with sideboards, 12 cu. yd. capacity when requested with Rem #1 only. 5. Tri-Axle Dump Truck with sideboards, 18 cu. yd. capacity when requested with item #1 only. $ 70.00 X .01 = $ .70 $ 70.00 X .01 = $ .70 LOT WII, TOTAL FACTORED RATE: $ 275.20 -OT IX - FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT: ( • ) NOTE: BASE RATE SHALL BE HOURLY, MONDAY THROUGH FRIDAY (BETWEEN 7:00 AM. AND 5:00 P.M.): HOWEVER, COMPENSATION WILL BE PAID FOR OVERTIME AND HOLIDAY RATES (SEE PAGE 12). BASE PRICE WEIGHT FACTORED TEM DESCRIPTION PER HOUR ( • ) FACTOR RATE CREW - CONCRETE OR METAL PIPE LAYING, $ 350.00 X .90 = $ 315.00 consisting of a foreman (with 40 hours of OSHA training), a minimum of three (3) experienced men, Including layout, excavating, installing and back filling equipment necessary for laying pipe 36• up to 84• diameter. County shall furnish materials. Continued.... IRM NAME: D. S. EARINS CONSTRUCTION CORPORATION Page 21 BID RESPONSE BID #06-139IPR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT LOT IX- FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT /Continuedl: (t) NOTE: BASE RATE SHALL BE HOURLY, MONDAY THROUGH FRIDAY (BETWEEN 7:00 A.M. AND 5:00 P.M.): HOWEVER, COMPENSATION WILL BE PAID FOR OVERTIME AND HOLIDAY RATES (SEE PAGE 12). BASE PRICE WEIGHT FACTORED ITEM DESCRIPTION PER HOUR ( ' ) FACTOR RATE 2. Dump Truck, 15 - 20 cu. yd. capacity (for concrete $ 70.00 X .02 = $ 1.40 and asphalt disposal) when requested with item #1 only). 3. Well Point Equipment up to 150 points complete $ 40 00 X .06 = $ 2.40 including pump and jetting equipment (run time only) when requested with item #1 only. 4. Tandem Dump Truck with sideboards, 12 cu. yd. capacity when requested with item #1 only. 5. Tri-Axle Dump Truck with sideboards, 18 cu. yd. capacity when requested with item #1 only. $ 70.00 X .01 = $ $ 70.00 X .01 = $ .70 .70 LOT IX, TOTAL FACTORED RATE: $ 320.20 Qualification of Bidders information included, per Term and Condition # 7' YES— <INITIAL * PLEASE AFFIX SIGNATURE WHERE INDICATED (FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID) By signature on this document, bidder acknowledges and agrees that its offer includes and accepts all terms, conditions, and specifications of the County's bid solicitation as originally published, without exception, change or alteration of any kind, except as may have been published by the County In official amendments prior to this date of submittal. FIRM NAME: (Enter the entire legal name of the bidding entity) D. S. EAKINS CONSTRUCTION CORPORATION SIGNATURE: ADDRESS: POST OFFICE BOX 530185 CITY/STATE: 1LR1 KTNP.TTC ROAD TELEPHONE # (561 ) 842-0001 TOLL FREE # ( ) DATE: 7/12/06 PRINT NAME: CINDI M. FRICK PRINT TITLE: VICE PRESIDENT LAKE PARK, FLORIDA E-MAIL: APPLICABLE LICENSE(S) CGC036066 STATE LICENSE • IMBER # 2001-14946C/WIDE CN-001 FEDERAL ID # 59-1691997 ZIP CODE: 33403 FAX #: (561 ) 842-0009 2001-14944 CNTY OC-032 TYPE: 2001-14942 EQUIP REN.RVY OS-012 Page 22 STATEMENT OF NO BID BID #06.139/PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT If you are not bidding on this service/commodity, please complete and return this form to: Palm Beach County Purchasing Department, 50 South Military Trail. Suite 110, West Palm Beach, FL 33415-3199. Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the County of Palm Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No. 06-139/PR for CREWS WITH EQUIPMENT. RENTI)L OF. TERM CONTRACT (Service/Commodity) because of the following reason(s): Specifications too "tight', i.e., geared toward brand or manufacturer only (explain below) Insufficient lime to respond to the Invitation for Bid We do not otter this product or an equivalent Our product schedule would not permit us to perform - Unable to meet specifications - Unable to meet bond requirements - Specifications unclear (explain below) - Other (specify below) tEMARKS: rage 23 CERTIFICATION OF BUSINESS LOCATION BID # 06-139/PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT In accordance with the Palm Beach County Local Preference Ordinance, a preference shall be given to those bidders who have a permanent place of business in Palm Beath County ("County") and who hold a valid occupational license issued by the County that authorizes the bidder to provide the goods or services to be purchased. To receive a local preference, an interested bidder must have a permanent place of business in existence prior to the County's issuance of an invitation for bid. A valid occupational license issued by the County Tax Collector shall be used to verify that the bidder had a permanent place of business prior to the issuance of the invitation for bid. A Palm Beach County Occupational License is required unless specifically exempted by law. In lieu of a Palm Beach County occupational license, the bidder shall include the current occupational license issued to the bidder in the response. The bidder must submit this Certification of Business Location along with the required occupational license at the time of bid submission. This Certification of Business Location is the sole determinant of local preference eligibility. Errors in the completion of this Certification or failure to submit this completed Certification shall cause the bidder to not receive a local preference. Please note that the bid submitted by the bidder to the County must be from an address located within Palm Beach County in order for local preference to apply. I. Bidder is a: Non -Local Business A non-bcal business is one That does not have a permanent place of business in Path Beach, Martin, Broward, or Miami -Dade County. Regional Business A regional business is one that has a permanent place of business in Mahn, Broward, or Miami -Dade County. (Please indicate): _Martin County Broward County Miami - Dade County X Local Business A local business has a permanent place of business In Palm Beath County (Please indicate): X Headquarters located in Palm Beach County Permanent office or other site located in Palm Beach County from which a vendor will produce a substantial portion of the goods or services to be purchased **A post office box or location at a postal service center is not acceptable. II. The attached copy of bidder's Palm Beach County Occupational License verifies bidder's permanent place of business in Palm Beach County THIS CERTIFICATION is submitted by cTNDT M FFT('K (Name of Individual) VTrF PRFSTDFX+T (Title/Position) ,of D. S. EAKINS CONSTRUCTION CORPORATION (Firm Name of Bidder) ,as vho hereby certifies that the information stated above is true and correct, that the bidder has a permanent place )f business in Palm Beach County, and that the attached Palm Beach County Occupational License is a true and %orrect copy of the original. Further, it is hereby acknowledged that any misrepresentation by the bidder on this :ertification is considered an unethical business practice and is grounds for sanctions against future County siness with the bidder. 7/12/06 (Signature) (Date) Page 24 DRUG -FREE WORKPLACE CERTIFICATION BID #06-139/PR CREWS WITH EQUIPMENT, RENTAL OF, TERM CONTRACT IDENTICAL TIE BIDS/PROPOSALS - In accordance with Section 287.087, F.S., a preference shall be given to vendors submitting with their bids/proposals the following certification that they have implemented a drug -free workplace program which meets the requirements of Section 287.087; provided, however, that any preference given pursuant to Section 287.087, shall be made in conformity with the requirements pursuant to the Palm Beach County Code, Chapter 2, Article III, Sections 2-80.21 thru 2-80.34. In the event tie bids are received from vendors who have not submitted with their bids/proposals a completed Drug -Free Workplace Certification form, the award will be made in accordance with Palm Beach County's purchasing procedures pertaining to tie bids. This Drug -Free Workplace Certification form must be executed and returned with the attached bid/proposal, and received on or before time of bid opening to be considered. The failure to execute and/or retum this certification shall not cause any bid/proposal to be deemed non -responsive. Whenever two (2) or more bidslproposals which are equal with respect to price, quality, and service are received by Palm Beach County for the procurement of commodities or contractual services, a bid/proposal received from a business that certifies that It has implemented a drug -free workplace program shall be given preference In the award process. In order to have a drug -free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance Is prohibited In the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse In the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. , Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1). ;4) In the statement specified In number (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or o1 any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation In a drug abuse assistance or rehabilitation program If such Is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation Section 287.087, Florida Statutes. 'HIS CERTIFICATION is submitted by nits rMErTOENT (Title/Position with CompanyNendor) CNN' M FBTrK (individual's Name) of D. S. EAKINS CONSTRUCTION CORPORATION (Name of CompanyNendor) the .ho does hereby certify that said CompanyNendor has implemented a drug -free workplace program which meets 'e requirements of Section 287.087, Florida Statutes, which are Identified in numbers j1) through (6) above. 4 Signature - 7/12/06 Date SCHEDULE Page25 LIST OF PROPOSED SBEMMBE PRIME SUBCONTRACTORS BIDNAMF. CREWS WITH EQUIPMENT, RENTAL OF BIONO 06-139/PR TERM CONTRACT D. S. EAKINS CONSTR. CORP. P.O. BOX 530185 LAKE PARK, FL 33408 NAME OF PRIME BIDDER: ADDRESS: CONTACT PERSON: BID OPENING DATE: DOUG EAKINS JULY 13, 2006 PHONE NO: (561) R42—Dn111 DEPARTMENT: MM••••µµ w PLEASE IDENTIFY ALL APPLICABLE CATEGORIES FAX NO: (561) 842-0009 Name, Address and Subcontract Amount Phone Number (Check one or both Categories) Minorco Business Small Buskins Black Hisnanle Woman f'.aucealan Other (Please SoeciWl ® ® S $ 15% S S S TRU TRUCKING 1. P.O. BOX 1058 LOXAHATCHEE, FL 3347( (561) 753-6417 2. 3. 4. 5. (Plena use additional ehab a necessary ❑ ❑ ❑ ❑ ❑ ❑ S S S S S S S S S S Total S S S S S Total Bid Price S Total value of SBE Participation S 15% OF WORK PERFORMED UNDER CONTRACT NOTE: 1. The amount listed on title tom. for a Subcontractor muat be supported by plces or percentage Included on Schedule 2 or a proposal from each Subcontractor fisted In order to be counted toward goal attainment 2. Flow may be certified by Palm Beach County as an SBE andtor an MBE. I1 fills are certified as both an SBE and MMBE, please Indurate the dollar amount under the appropriate category. 3. MANSE InfommtIon is being collected for tracking purposes only. u b GYCINS obi tWeme, Pais SCHEDULE 2 LETTER OF INTENT TO PERFORM AS AN SBE OR MNYBE SUBCONTRACTOR ^1Q NO. 06-139(PR E(D NAME CREWS en TRUIPIWIT, RENTAL OP, TERM CONTRACT TO: D_ $. E1KINS CONSTRUCTION CORPORATION (Name of Peirce Bidder) The undomlgnad b cabbed by Palm Beach Canty as e(n) - (check one or mac, as appncablel: Small Buttes Enterprise , T Meaty Business Entarpdae Bleat H%park x Women_ CaucasianOther (Phase Spedll4 3ntB of Palm Beech County Certification: 08/20/04 TO 08/20/07 [be uMaa4ned Is prepared to perform the Allowing desoibed work in connection with the above project glweoav in email. t ,4ialar work itr,np et tarts IIflI ittbegjefomirelk Lens Them No. him Description _ Qtyl tsia Ustt Priem Total Pace TRUQrT*N: 4wp mcorpre T RENTAL AT 152 08 ICRR PEEP0ILMED UNDER CONTRACT the fbfewfng price S 45.00 (Subcontractors quote) 1 NM enter into a formai agreement for work wit you conditioned upon your esecuton 01 a canted with Pain Beech unty. ode slgnud inande to Sab•arlboontract any por00n of dos subcontract to a non-0erdfied SBE subcontractor, the amount of 'such subcontract must be stated: S -ti undersigned subcontractor understands that the prwisnn of this form to prtne bidder does not prevent subcontractor 'providing quotations to ether bidders. TRU TRUCKING (Ptadneme of SBE-MANBE Subcontractor) BY• 7 ,% 1.4.14 • PRASE TRD.TILLO (Prim nemeltirb of parson o aMng on behalf of SBE-MNYBE Subcontractor) Date: 7 / 11 /06 TUTL. P.02 zoo/wilt aY/1B/2a05 17:26 5617954361 CARY TR PAGE 01 omee or Small Business Aaa4taaet 50 S Military Trait Suite ZOO wen Palm Beach. FL 33415 15611616-6890 Fax. ISbn 616.6850 www pbcgoo con • Palm Beach County and or Canty Coaunlaafaeas wren T Marcus. Chair Any Mullom Vice Chairman Jar Moons warren 11 rvevell Mary MCGrry Burt Aaronson Adase L. Greene Casty A4rowarrarnr Robert wtlsman 'An tP l 019o944a17 Al(vmanrr Atria, Employer* J• August 20, 2004 Tru Trucking, Inc. P.O. Box 1058 Loxahatchee. FL 33470 Attention: Francisco Trujillo Certification Date: 08/20/2004-08/20/2007 Vendor Registration Number: TRUT000I SERVICES: Trucking/Heavy Hauling The Palm Beach County Office of Small Business Assistance has completed its review of the documents you submitted for renewal of your firm's certification and is pleased to announce that your firm has been certified as a Small/Minority Business Enterprise (S/MBE) for three (3) years. Your firm shall be subject to the provisions of the Palm Beach County Purchasing Ordinance and all State and Federal laws relating to the transaction of business. This certification entitles you to participate in contracting opportunities when the products and services offered by your firm are being considered for bid. As an additional service to your firm, you will be included in the Palm Beach County Directory of certified SBE firms. If you wish to have your fitm's listing changed. please contact our office at (561) 616-6840. Your company's certification is subject to periodic review to verify your continued eligibility. Any changes you report to the Purchasing Department must also be reported to OSBA. Your company name and vendor code must be the same in both departments. Failure to report changes in the status of your fine may result in your firm being decertified. Remember, whenever you respond to a County bid you must do so under the name of Tru Trucking, Inc. with vendor code TRUT0001. Sincerely, l/" + 427s Vicki Hobbs Certification Technician SCHEDULE 3 SBE-MIWBE ACTIVITY FORM SBE-M/WBE ACTIVITY FOR MONTH ENDING BIDS 06-139/PR BID NAME CREWS WITH EQUIPMENT. RENTAL OF. TERM CONTRACT PRIME CONTRACTOR NAME n e wAXTWS CONCTaucTTON CORPORATION PROJECT SUPERVISOR SBE-MMBE SUBCONTRACTING INFO 1MATION SBE-M/WBE Category (cheek all applicable) Page 21 Name of SBE-MAYBE SBE-MAYBE Amount drawn Amount Pald to Actual Minority Small Other Subcontractor Subcontract Mount for SBE-I&WBE Date Starting Data Business Business (Please Subcontractor (1) (1) stark Hispanic Caucasian women SPectlY) I hereby certify that the above information is true to the best of my enowtedgr Retum to: 0fce of Small Business Assistance 50 S. Military Traa, Suite 209 West Palm Beach. FL 33415 Mmbon& Sheets May Be Used As Necessary (Signature and Title) NOTE: Firms may be certified as an SBE and/or an MAMBE. If firms are certified as both an SBE and M/WBE, please Indicate the dollar amount in each section. The dollar amount will not be counted twice. Page 28 nis is to certify that SCHEDULE 4 SBE-MIWBE PAYMENT CERTIFICATION • SBE or M/WBE Subcontractor (Monthly) or (Final) payment of $ on (rom D. 5. EAKINS CONSTRUCTION CORPORATION (Prime Contractor) BID NAME: CREWS WITH EQUIPMENT, RENTAL BID #:06-139/PR received for labor and/or materials used on BID NO. 06-139/PR PRIME CONTRACTOR: D. S. EAKINS CONSTRUCTION CORPORATION SBE OR MNJBE SUBCONTRACTOR: (Company Name) BY: BY: (Signature of Prime Contractor) (Signature of Subcontractor) (Print Name 8 Title of Person Executing an behalf (Print Name 8 Title of Person Executing on behalf of of Contractor) Subcontractor) STATE OF FLORIDA COUNTY OF om to and subscribed before me this by Personally Known OR Produced Identification day of ,20 Notary Public, State of Florida Print, Type or Stamp Commissioned Name of Notary Type of Identification Produced STATE OF FLORIDA COUNTY OF Sworn to and subscribed before me this by: day of 20 Notary Public, State of Honda Print. Type or Stamp Commissioned Name of Notary Personalty Known OR Produced Identification Type of Identification Produced - To be submitted with Pay Request, Immediately following any payment to the SBE-M/W BE from the Prime Contractor. ns.EAKINS CONSTRUCTION CORPORATION POST OFFICE BOX 530185 LAKE PARK, FLORIDA 33403 (561] 842-0010 #7 - QUALIFICATION OF BIDDER D. S. EAKINS CONSTRUCTION CORPORATION HAS BEEN IN BUSINESS IN PALM BEACH COUNTY SINCE 1971. WE OWN, OPERATE, AND MAINTAIN THE NECESSARY EQUIPMENT INCLUDED IN THE ITEMS WE ARE BIDDING, AND WE EMPLOY A FULL TIME MECHANIC AND WELDER, KEEPING DOWN TIME TO A MINIMUM. A LIST OF EQUIPMENT IS ATTACHED ALONG WITH A LIST OF REFERENCES. OUR MOST IMPORTANT ASSET IS OUR EMPLOYEES AND THE NUMBER OF YEARS EXPERIENCE THEY HAVE, AND ALSO THE NUMBER OF YEARS THEY HAVE WORKED WITH OUR FIRM. WE PLACE A HIGH EMPHASIS ON JOB SAFETY AND THE PROTECTION OF BOTH PUBLIC AND PRIVATE PROPERTY. OUR BID HAS BEEN PUT TOGETHER KEEPING THE BEST POSSIBLE PRICE FOR PALM BEACH COUNTY IN MIND AND ENABLING US TO PROVIDE THE BEST POSSIBLE SERVICE IN COMPLETING VARIOUS JOBS. =EAKINS CONSTRUCTION CORPORATION POST OFFICE BOX 530185 LAKE PARK, FLORIDA 33403 (561) 842-0010 #7-A QUALIFICATION OF BIDDER Three contacts completed or underway in the past two (2) years: 1. INLET HARBOR MARINA — ANDERSON MOORE — JEFF MOORE 2. THE BENJAMIN UPPER SCHOOL — THE WEITZ COMPANY — DAVE HANSON 3. VARIOUS JOBS FOR TOWN OF PALM BEACH - JIM BOWSER List of references in the type of work referenced in the bid: PALM BEACH COUNTY ROAD AND BRIDGE DEPT 3700 BELVEDERE ROAD WEST PALM BEACH, FL 33406 (561) 233-3955 TOWN OF PALM BEACH 951 OLD OKEECHOBEE ROAD WEST PALM BEACH, FL 33401 (561) 838-5440 MIKE BOWMAN STEVE STRONA PAUL BRAZIL JIM BOWSER CITY OF WEST PALM BEACH KEN REARDON 200 SECOND AVENUE WEST PALM BEACH, FL 33402 (561) 659-8000 SOLID WASTE AUTHORITY PAT BEYERS 7501 NORTH JOG ROAD WEST PALM BEACH, FL 33412 (561)640-4000 TOWN OF LAKE PARK CAROLYN MIGUEL 659 OLD DIXIE HIGHWAY LAKE PARK, FL 33403 (561) 844-4644 &S EAKINS CONSTRUCTION CORPORATION POST OFFICE BOX 530185 LAKE PARK, FLORIDA 33403 (561) 842-0010 #7-B QUALIFICATION OF BIDDER EQUIPMENT LIST 2002 CATERPILLAR 330BL BACKHOE 2002 CATERPILLAR 320CL BACKHOE 1992 CATERPILLAR 231 BACKHOE 1984 CATERPILLAR 225 BACKHOE 1999 CATERPILLAR 416C LOADER/HOE 1995 CATERPILLAR 416B LOADER/HOE 1985 CATERPILLAR 910 LOADER 1986 CATERPILLAR 950E LOADER 1989 CATERPILLAR 966E LOADER 1996 CATERPILLAR 966F LOADER 1990 READ RD-90 SCREEN ALL BOMAG MODEL BWI42D VIBRATORY ROLLER 1987 FORD 6-TON BOOM TRUCK 1995 GMC BOOM TRUCK W/MANITEX 956 CRANE 2000, 2000, 1989, 1997 MACK DM686 TRI-AXLE DUMP TRUCKS 2001, 2001, 1997 MACK RWI3 TRUCK TRACTORS 1992 LOADKING 50-TON LOWBOY TRAILER 1992 LOADKING ROCK HAULER TRAILER 1994 BORCO DUMP TRAILERS 1992 MILLER 600D WELDER 1993 BOBCAT MODEL 753 1997 BOBCAT MODEL 753 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTNORTHRUCTION NOINDUSTRYELILICENSING BOARD (850) 487-1395 TALLAHASSEE_. FL 32399-0183 FRICK, CINDI M D S EAKINS CONSTRUCTION CORP PO BOX 530185 LAKE PARK FL 33403 AC# 1459850 • STATEOFFIORIDA AC81459850 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CGC036066 06/23/04 030740459 CERTIFIED.GENERAL CONTRACTOR FRICK, CINDI-M D 8 EAKINS CONSTRUCTION CORP IS CSRTI➢I® ma.r the province. or m.489 rs. amsrssm a.r.. AOG 31, 2006 404062301105 DETACH HERE STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#L04062302105 BATCH NUMBER LICENSE NBA 06/23/2004 030740459 ICGC036066 The GENERAL CONTRACTOR Named below IS CERTIFIED Under the provisions of Chapter 489. FS. . Expiration date: AUG 31, 2006 FRICK, CINDI M S EAKINS CONSTRUCTION CORP 481E PARKTIC ROAD LARFL 33403 JEB BUSH GOVERNOR DISPLAY AS REQUIRED BY LAW DIANE CARR SECRETARY ,STATE OF FLORIDA PALMBEACH COUNTY OCCUPATIONAL LICENSE :EXPIRES: SEPTE.MB•ER - 30- 2006 D S EAKINS CONSTRUCTION CORP LOCATED AT C/WIDE $369.60 FRICK CINDI M 148t KINETIC ROAD ;OUN1YWIDE MUNICIPAL LICENSE LAKE PARK FL 33403 TOTAL $369.60 C rc'Oe222 >af --- DETACH AND DISPLAYBOTTUM PVHI tun, Anu Kttr urrtK runs turf run♦UYK Atww., .2091-14946 b hereby licensed M above address for the period beginning an the first day of October and 'Mang on the thirtieth day of BepSMMerto ugvpe M the btsbtess, pMSWnn ar 0cO4 loft of: .•GENERAL CONTRACTOR CGC036066 JOHN K. CLARK, CFC TAX COLLECTOR, PALM BEACH COUNTY CW-001 CLASSIFICATION THIS IS NOT A BILL - DO NOT PAY PAID. PBC TAX COLLECTOR $369.50 OCC 322 03533 09-27-2005 THIS LICENSE VALID ONLY WHEN RECEIPTED BY TAX COLLECTOR .-. ................urn,., out ,um run r nat. Anu KEEP UPPER PORTION FOR YOUR RECORDS"" 2001-14944 STATE OF FLORIDA oa cLa� PALM BEACH COUNTY cuSSlFlcanoN OCCUPATIONAL LICENSE EXPIRES: SEPTEMBER - 30- 2006 D S EAKINS CONSTRUCTION CORP LOCATED AT CNTY $99.00 FRICK CINDI M 1481 KINETIC ROAD LAKE PARK FL 33403 Is hereby licensed at above address for the period beglnnM¢.on the first day of October and ending on the thirtieth day of September to engage In to business, profession or occupation of: TOTAL $99.00 THIS IS NOT A BILL - DO NOT PAY PAID. PBC TAX COLLECTOR CGC035066 1 599.00 OCC 322 03530 09.27-2005 JOHN K. CLARK, CFC THIS LICENSE VALID ONLY WHEN RECEIPTED BY TAX COLLECTOR, PALM BEACH COUNTY TAX COLLECTOR - -• • •- ..-.,., ... I um runuum, AND KEEP UPPER PORTION FOR YOUR RECORDS ^ 2001-14942 GENERAL CONTRACTOR STATE OF FLORIDA PALM BEACH COUNTY CLASSIFICATION OCCUPATIONAL LICENSE EXPIRES: SEPTEMB'ER - 30- 2006 D S EAKINS CONSTRUCTION CORP **LOCATED AT EAKINS DOUGLAS S & SANDI F - CNN3.00 1481 KINETIC ROAD LAKE PARK FL 33403 TOTAL $33.00 b hereby licensed at above address for the pMod beginning on the ! 1 first day of Octoberendenoing on the• thday - - -- engage In the business, profession or co:wagon of: IS IS NOT A BILL - DO NOT PAY EQUIPMENT RENTAL/HEAVY OS-012 PAID. PBC TAX COLLECTOR $33.00 OCC 322 03532 09-27-2005 JI TAX COLLEOHN CTOR, OHN K. PALM BEACH,CFCCOUNTY THIS LICENSE VALID ONLY WHEN RECEIPTED BY TAX COLLECTOR i EXHIBIT "B" Proposal of D.S. Eakins Construction Corporation DEC-g7-2 Q7 11:56 D S EAKrNs AISEA CONSTRUCTION bRPo.AY,o1M POST °FRCP BOX 530185 LAKE PARK. FLORIDA 33403 (561) 842.O 1 d TO: Village of North Palm Beach ATTEN: Jorge Santos JOB LOCATION: 660 Eastwind Or JOB DESCRIPTION: Repair (3) 36" RCP joints by wrapping 2 layers of filter fabric, backfili, compact, and replace concrete driveway PER PALM BEACH COUNTY TERM CONTRACT # 06-139 SS16420005 P.01 PHONE: 691-3440 FAX: 626-5869 DATE: 1217l07 ESTIMATE # 07-0136 UTILITY CREW HRS 30 350.00 $ 10,5509.00 DEWATERING HRS 48-ai) 40.90 _ 1,920.00 TRUCKING HRS ! 20 70,00 1,400,00 24" ADS SOLID PIPE FOOTAGE 15" RCP PIPE FOOTAGE PIPE -RCP FOOTAGE C-BASIN E-BASIN MANHOLE DEPTH FLOWABLE FILL AMOUNT CONCRETE PUMP CONCRETE WORK CONCRETE DRIVE ( 14 x 15) 2,000.00 CONCRETE CURB CONCRETE SAW CUT 400.00 FENCE REPAIR ROAD SASE AMOUNT PAVING TYPE S-III AMOUNT e 4 stone AMOUNT SOD AMOUNT MOT TESTING BRICK - BLOCK- CEMENT - HYDRO 400.00 TOTAL ESTIMATE $ i6.620.00 TOTAL P.01 EXHIBIT "C" Village of North Palm Beach Scope of Work • Remove and dispose of concrete driveway. • Excavate and expose 36" RCP (Round Concrete Pipe) • Clean and wrap two (2) layers of filter cloth around joints • Back fill and compact soil in layers of one foot increments • Form and pour driveway approach • *Village Staff will be responsible for repairing any irrigation damaged in work zone. • **Village staff will be responsible for the replacement of sod in work zone