02-13-2025 VC REG-A with attachments_REVISED
VILLAGE OF NORTH PALM BEACH
REGULAR SESSION AGENDA - REVISED
VILLAGE HALL COUNCIL CHAMBERS THURSDAY, FEBRUARY 13, 2025
501 U.S. HIGHWAY 1 6:00 PM
Susan Bickel Deborah Searcy Lisa Interlandi Kristin Garrison Orlando Puyol
Mayor Vice Mayor President Pro Tem Councilmember Councilmember
Chuck Huff Leonard G. Rubin Jessica Green
Village Manager Village Attorney Village Clerk
INSTRUCTIONS FOR “WATCH LIVE” MEETING
To watch the meeting live please go to our website page (link provided below) and click the “Watch
Live” link provided on the webpage:
https://www.village-npb.org/CivicAlerts.aspx?AID=496
ROLL CALL
PLEDGE OF ALLEGIANCE
ADDITIONS, DELETIONS, AND MODIFICATIONS TO THE AGENDA
AWARDS AND RECOGNITION
1. Appreciation for Years of Service - Retired Police Chief Richard Jenkins
2. Proclamation - 211 Awareness Month
COUNCIL BUSINESS MATTERS
STATEMENTS FROM THE PUBLIC, PETITIONS AND COMMUNICATIONS
Members of the public may address the Council concerning items on the Consent Agenda or any non agenda item
under Statements from the Public. Time Limit: 3 minutes
Members of the public who wish to speak on any item listed on the Regular Session or Workshop Session Agenda
will be called on when the issue comes up for discussion. Time Limit: 3 minutes
Anyone wishing to speak should complete a Public Comment Card (on the table at back of Council Chamb ers) and
submit it to the Village Clerk prior to the beginning of the meeting.
Regular Session Agenda, February 13, 2025 Page 2 of 3
CONSENT AGENDA
The Consent Agenda is for the purpose of expediting issues of a routine or pro-forma nature. Councilmembers
may remove any item from the Consent Agenda, which would automatically convey that item to the Regular
Agenda for separate discussion and vote.
3. RESOLUTION – Approving Amendments to existing Contracts with Precision Landscape Company
of Palm Beach County, Inc. and Salgado Tree Trimming, LLC for Tree Trimming, Management and
Maintenance Services amending the Scope of Services and increasing the amount of compensation
during any single fiscal year from $50,000 to $100,000; and authorizing execution of the Amendments.
4. RESOLUTION – Approving an Interlocal Agreement with Palm Beach County to Redetermine, Re-Adopt,
and Ratify the Existing Distribution Formula for the Six (6) Cent Local Option Fuel Tax; and
authorizing execution of the Agreement.
5. Receive for file Minutes of the Golf Advisory Board meeting held 10/14/24.
6. Receive for file Minutes of the Library Advisory Board meetings held 10/22/24 and 11/26/24.
7. Receive for file Minutes of the Waterways Advisory Board meetings held 10/22/24 and 1/29/25.
8. Receive for file Minutes of the Business Advisory Board meeting held 11/19/24.
9. Receive for file Minutes of the Planning, Zoning and Adjustment Board meeting held 1/7/25.
DECLARATION OF EX PARTE COMMUNICATIONS
PUBLIC HEARINGS AND QUASI-JUDICIAL MATTERS
10. PUBLIC HEARING AND 2ND READING OF ORDINANCE 2025-02 – CODE AMENDMENT
– DISSOLVING THE GOLF ADVISORY BOARD AND FORMING A NEW COUNTRY CLUB
ADVISORY BOARD Consider a motion to adopt and enact on second reading Ordinance 2025-02
amending Chapter 9, "Country Club," of the Village Code of Ordinances by repealing Article II, "Golf
Advisory Board," in its entirety and adopting a new Article II, "Country Club Advisory Board."
11. 1ST READING OF ORDINANCE 2025-03 – CODE AMENDMENT – PERMISSIBLE TIME FOR
CONSTRUCTION ACTIVITY Consider a motion to adopt on first reading Ordinance 2025-03
amending Article VI , "Noise Control," of Chapter 19, "Offenses and Miscellaneous Provisions," of
the Village Code of Ordinances by amending Section 19-104, "Permissible Hours for Construction
Activity," to modify the permissible hours for construction activity and the use of power-driven machinery.
12. 1ST READING OF ORDINANCE 2025-04 – CODE AMENDMENT – PENSION AND CERTAIN
OTHER BENEFITS FOR FIRE AND POLICE EMPLOYEES Consider a motion to adopt on first
reading Ordinance 2025-04 amending Division 4, "Pension and Certain other Benefits for Fire and
Police Employees," of Article V, "Pensions and Retirements Systems," of Chapter 2 "Administration,"
of the Village Code of Ordinances to implement changes to Retirement Benefits resulting from
Collective Bargaining with the Union representing the Village's Firefighter employees.
13. MOTION – Approving the Contract with Old Dixie Highway Realty LLC for the purchase of property
located at 9555 Old Dixie Highway and the adjacent eastern parcel at a total cost of $1,065,000; and
authorizing the Village Manager to take all steps necessary to effectuate the purchase in accordance
with Village policies and procedures.
14. 1ST READING OF ORDINANCE 2025-05 – GENERAL FUND BUDGET AMENDMENT Consider a
motion to adopt on first reading Ordinance 2025-05 amending the adopted General Fund Budget to
provide for funding for the purchase of real property for a new Public Works Departme nt Facility;
transferring $1,065,000 from the Unassigned Fund Balance to the Capital Projects Fund Public
Works Land Acquisition Capital Account.
Regular Session Agenda, February 13, 2025 Page 3 of 3
OTHER VILLAGE BUSINESS MATTERS
15. RESOLUTION – FISCAL YEAR 2025 BLANKET PURCHASE ORDER FOR SIDEWALK REMOVAL
AND REPLACMENT Consider a motion to adopt a resolution approving a Blanket Purchase Order
with Flying Scot Inc. for sidewalk removal and replacement in the amount of $200,000.
16. DISCUSSION – Tree Preservation Process
COUNCIL AND ADMINISTRATION MATTERS
MAYOR AND COUNCIL MATTERS/REPORTS
VILLAGE MANAGER MATTERS/REPORTS
17. DISCUSSION – March Meeting Calendar
REPORTS (SPECIAL COMMITTEES AND ADVISORY BOARDS)
ADJOURNMENT
If a person decides to appeal any decision by the Village Council with respect to any matter considered at the Village Council meeting,
he will need a record of the proceedings, and for such purpose he may need to ensure that a verbatim record of the proceedings is made,
which record includes the testimony and evidence upon which the appeal is to be based (F.S. 286.0105).
In accordance with the Americans with Disabilities Act, any person who may require special accommodation to participate in this meeting
should contact the Village Clerk’s office at 841-3355 at least 72 hours prior to the meeting date.
This agenda represents the tentative agenda for the scheduled meeting of the Village Council. Due to the nature of governmental duties
and responsibilities, the Village Council reserves the right to make additions to, or deletions from, the items contained in this agenda.
VILLAGE OF NORTH PALM BEACH
PUBLIC WORKS DEPARTMENT
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Marc Holloway, Field Operations Manager
DATE: February 13, 2025
SUBJECT: RESOLUTION – Approving Amendments to the Contracts with Precision Landscape Company of Palm Beach County, Inc. and Salgado Tree Trimming, LLC for Tree Trimming Services in the Village of North Palm Beach by adding the Public Works Department to scope of the Contracts.
Through the adoption of Resolution No. 2024-29 on April 11, 2024, the Village Council approved
Contracts procured by the Parks and Recreation Department with Precision Landscape Company of
Palm Beach County, Inc. and Salgado Tree Trimming, LLC for tree trimming services. Village Staff
recommends amending those Contracts to include tree trimming services required by the Public Works
Department and to increase the amount of compensation from $50,000 to $100,000 annually to support
Village-side tree trimming operations.
The current tree trimming Contract utilized by the Public Works Department with Precision Landscaping
Company of Palm Beach County, Inc. is set to expire in May 2025. To streamline vendor usage across
departments with similar scopes of work, Public Works requests approval of these Amendments.
The attached Resolution and Amendments to the Contracts have been prepared and/or reviewed by
the Village Attorney for legal sufficiency.
Account Information:
Fund Department / Division Account
Number
Account
Description Amount
General Fund Public Works/
Streets & Grounds A7321-33491 Contractual
Services $100,000
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution approving
Amendments to the tree trimming contracts with Precision Landscape Company of Palm Beach
County, Inc. and Salgado Tree Trimming, LLC to include services required by the Public Works
Department and to increase the amount of annual compensation to $100,000 and authorizing the
Mayor and Village Clerk to execute the Amendments in accordance with Village policies and
procedures.
RESOLUTION 2025-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA, APPROVING AMENDMENTS TO EXISTING
CONTRACTS WITH PRECISION LANDSCAPE COMPANY OF PALM BEACH
COUNTY, INC. AND SALGADO TREE TRIMMING, LLC FOR TREE TRIMMING,
MANAGEMENT, AND MAINTENANCE SERVICES AND AUTHORIZING THE
MAYOR AND VILLAGE CLERK TO EXECUTE THE AMENDMENTS;
PROVIDING FOR CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, through the adoption of Resolution 2024-29 on April 11, 2024, the Village Council
approved Contracts with Precision Landscape Company of Palm Beach County, Inc. and Salgado Tree
Trimming, LLC for tree trimming, management, and maintenance services; and
WHEREAS, the Village wishes to amend the Scope of Services to include tree trimming, management,
and maintenance services required by the Village’s Public Works Department and to increase the amount
of compensation during any single fiscal year from $50,000 to $100,000; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best interests
of the residents of the Village of North Palm Beach.
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 an Amendment to the Contract with Precision
Landscape Company of Palm Beach County, Inc. and an Amendment to the Contract with Salgado Tree
Trimming, LLC for tree trimming, management, and maintenance services, copies of which are attached
hereto and incorporated herein, to expand the Scope of Services and increase the annual compensation
and authorizes the Mayor and Village Clerk to execute the Amendments on behalf of the Vi llage. The
additional funds shall be expended from Account No. A7321-33491 (Public Works/Streets & Ground –
Contractual Services).
Section 3. All resolutions or parts of resolutions in conflict with this Resolution are hereby repealed
to the extent of such conflict.
Section 4. This Resolution shall take effect immediately upon its adoption.
PASSED AND ADOPTED THIS ____DAY OF ____________, 2025.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
Page 1 of 2
AMENDMENT TO CONTRACT
THIS AMENDMENT is made as of the ______ day of _____________, 2025, by and between the
VILLAGE OF NORTH PALM BEACH, a municipal corporation organized and existing under
the laws of the State of Florida, hereinafter referred to as the VILLAGE, and PRECISION
LANDSCAPE CO. OF PALM BEACH COUNTY, INC., a Florida corporation, hereinafter
referred to as the VENDOR.
WHEREAS, on April 11, 2024, the VILLAGE and VENDOR executed a Contract for tree
trimming services for the VILLAGE’s Parks and Recreation Department; and
WHEREAS, the parties wish to amend the scope of work set forth in the Contract to include tree
trimming services required by the VILLAGE’s Public Works Department and to increase the
amount of annual compensation.
NOW, THEREFORE, in consideration of the mutual covenants set forth in the Contract, as
amended, and other good and valuable consideration, the receipt and sufficiency of which is
acknowledged by both parties, the VILLAGE and VENDOR agree as follows:
1. The foregoing recitals are ratified and incorporated herein.
2. Section 1 of the Contract is amended by including within the VENDOR’s Scope of
Services tree and palm trimming, management, and maintenance services required by the
VILLAGE’s Public Works Department, including, but not limited to, tree and palm trimming
services for rights-of-way located within the VILLAGE’s corporate limits.
3. Section 4.A of the Contract is amended to increase the total amount of compensation during
any single fiscal year (October 1st through September 30th) from $50,000 to $100,000.
4. All other provisions of the Contract, to the extent not expressly amended herein, shall
remain in full force and effect.
IN WITNESS WHEREOF, the VILLAGE and VENDOR hereto have made and executed this
Amendment as of the day and year first above written.
VENDOR:
PRECISION LANDSCAPE CO. OF PALM BEACH COUNTY, INC.
By:
Print Name:
Position:
Page 2 of 2
VILLAGE OF NORTH PALM BEACH
BY: _____________________________
SUSAN BICKEL
MAYOR
ATTEST:
BY:
JESSICA GREEN
VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
BY:
VILLAGE ATTORNEY
Page 1 of 2
AMENDMENT TO CONTRACT
THIS AMENDMENT is made as of the ______ day of _____________, 2025, by and between the
VILLAGE OF NORTH PALM BEACH, a municipal corporation organized and existing under
the laws of the State of Florida, hereinafter referred to as the VILLAGE, and SALGADO
TREE TRIMMING, LLC, a Florida limited liability company, hereinafter referred to as the
VENDOR.
WHEREAS, on April 11, 2024, the VILLAGE and VENDOR executed a Contract for tree
trimming services for the VILLAGE’s Parks and Recreation Department; and
WHEREAS, the parties wish to amend the scope of work set forth in the Contract to include tree
trimming services required by the VILLAGE’s Public Works Department and to increase the
amount of annual compensation.
NOW, THEREFORE, in consideration of the mutual covenants set forth in the Contract, as
amended, and other good and valuable consideration, the receipt and sufficiency of which is
acknowledged by both parties, the VILLAGE and VENDOR agree as follows:
1. The foregoing recitals are ratified and incorporated herein.
2. Section 1 of the Contract is amended by including within the VENDOR’s Scope of
Services tree and palm trimming services required by the VILLAGE’s Public Works Department,
including, but not limited to, tree and palm trimming services for rights-of-way located within the
VILLAGE’s corporate limits.
3. Section 4.A of the Contract is amended to increase the total amount of compensation during
any single fiscal year (October 1st through September 30th) from $50,000 to $100,000.
4. All other provisions of the Contract, to the extent not expressly amended herein, shall
remain in full force and effect.
IN WITNESS WHEREOF, the VILLAGE and VENDOR hereto have made and executed this
Amendment as of the day and year first above written.
VENDOR:
SALGADO TREE TRIMMING, LLC
By:
Print Name:
Position:
Page 2 of 2
VILLAGE OF NORTH PALM BEACH
BY: _____________________________
SUSAN BICKEL
MAYOR
ATTEST:
BY:
JESSICA GREEN
VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
BY:
VILLAGE ATTORNEY
Page 1 of 10
CONTRACT
This Contract is made as of the 11th day of April, 2024, by and between the VILLAGE OF
NORTH PALM BEACH, a municipal corporation organized and existing under the laws of the
State of Florida, hereinafter referred to as the VILLAGE, and SALGADO TREE TRIMMING,
LLC, a Florida limited liability company, hereinafter referred to as the VENDOR.
In consideration of the promises and mutual covenants herein contained, it is hereby agreed that
the VENDOR shall provide to the VILLAGE all goods and services necessary to provide Tree
Trimming, Management, and Maintenance Services pursuant to the terms and conditions of
this Contract.
SECTION 1: SCOPE OF SERVICES OF THE VENDOR.
The Scope of Work is for Tree Trimming, Management, and Maintenance Services in
accordance with the Request for Proposals issued by the Village, and VENDOR’s Proposal
submitted in response to the Request for Proposals, which are incorporated herein by reference.
This Contract is non-exclusive.
SECTION 2: TERM OF CONTRACT.
A. This Contract shall become effective on the date set forth above and shall remain in effect
for a period of three (3) years, unless earlier terminated in accordance with Section 7. This Contract
shall automatically renew for three (3) additional one (1) year periods upon the same terms and
conditions contained herein unless either party provides the other party with ninety (90) days’
written notice of its intent not to renew prior to the expiration of the initial term or renewal term.
Any variation to the terms and conditions set forth herein shall be in writing and signed by both
parties.
B. The VENDOR shall not be entitled to an increase in the agreed to compensation resulting
from this Contract or payment or compensation of any kind from the VILLAGE for direct, indirect,
consequential, impact or other costs, expenses, or damages.
SECTION 3: VILLAGE’S REPRESENTATIVE.
Unless otherwise specified by the VILLAGE, the VILLAGE’s representative shall be Zakariya
Sherman, Director of Leisure Services. The Village Manager or Village Representative shall have
the right at all reasonable times during the term of this Contract to inspect or otherwise evaluate
the work being performed thereunder and the premises in which it is being performed.
SECTION 4: COMPENSATION AND METHOD OF PAYMENT.
A. The VILLAGE agrees to compensate the VENDOR for providing Tree Trimming,
Management, and Maintenance Services and for which Purchase Orders are issued in
accordance with VENDOR’s Proposal, which is attached hereto and incorporated herein by
reference. The total amount of compensation shall not exceed $50,000 during any single fiscal
year (October 1 through September 30th).
B. In order for both parties herein to close their books and records, VENDOR will clearly
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 2 of 10
state “final invoice” on the VENDOR’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 VENDOR. The VILLAGE will not be
liable for any invoice from the VENDOR submitted thirty (30) days after the provision of all goods
and services.
SECTION 5: INDEMNIFICATION.
A. The VENDOR shall indemnify and save harmless and defend the VILLAGE, its agents,
servants, and employees from and against any and all claims, liability, losses, and/or cause of
action which may arise from any negligent act or omission of the VENDOR, its agents, servants
or employees in the performance of services under this Contract.
B. The VENDOR further agrees to indemnify, save harmless and defend the VILLAGE, its
agents, servants and employees from and against any claim, demand or cause of action of
whatsoever kind or nature arising out of any conduct or misconduct of the VENDOR its agents,
servants, or employees not included in the paragraph above and for which the VILLAGE, its
agents, servants or employees are alleged to be liable.
C. Nothing contained in this Contract shall create a contractual relationship with or a cause
of action in favor of a third party against either the VILLAGE or VENDOR, nor shall this Contract
be construed a waiver of sovereign immunity beyond the waiver provided in §768.28, Florida
Statutes.
SECTION 6: PERSONNEL.
A. The VENDOR represents that it has, or will secure at its own expense, all necessary
personnel required to perform the services under this Contract.
B. All of the services required hereunder shall be performed by the VENDOR or under its
supervision, and all personnel engaged in performing the services shall be fully qualified and, if
required, authorized or permitted under state and local law to perform such services.
C. All of the VENDOR’s personnel (and all sub-contractors OR sub-consultants) while on
VILLAGE premises, will comply with all VILLAGE requirements governing conduct, safety, and
security.
SECTION 7: TERMINATION.
This Contract may be cancelled by the VENDOR upon thirty (30) days prior written notice to the
VILLAGE’s representative in the event of substantial failure by the VILLAGE to perform in
accordance with the terms of this Contract through no fault of the VENDOR. It may also be
terminated, in whole or in part, by the VILLAGE without cause upon thirty (30) days written notice
to the VENDOR. The VILLAGE may also terminate this Contract with written notice of cause to
the VENDOR, who fails to cure such cause within ten (10) days of the receipt of the VILLAGE’s
notice. Unless the VENDOR is in breach of this Contract, the VENDOR shall be paid for services
rendered to the VILLAGE’s satisfaction through the date of termination. After receipt of a
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 3 of 10
Termination Notice and except as otherwise directed by the VILLAGE, the VENDOR shall:
A. Stop work on the date and to the extent specified;
B. Terminate and settle all orders and subcontracts relating to the performance of the
terminated work;
C. Transfer all work in progress, completed work, and other materials related to the
terminated work to the VILLAGE; and
D. Continue and complete all parts of the work that have not been terminated.
SECTION 8: FEDERAL AND STATE TAX.
The VILLAGE is exempt from payment of Florida State Sales and Use Tax. Unless purchased
directly by the VILLAGE, the VENDOR shall not be exempted from paying sales tax to its
suppliers for materials used to fill contractual obligations with the VILLAGE, nor is the VENDOR
authorized to use the VILLAGE’s Tax Exemption Number in securing such materials.
SECTION 9: INSURANCE.
A. Prior to commencing any work, the VENDOR shall provide certificates evidencing
insurance coverage as required in the Request of Proposals. All insurance policies shall be issued
by companies authorized to do business under the laws of the State of Florida. The Certificates
shall clearly indicate that the VENDOR has obtained insurance of the type, amount, and
classification as required for strict compliance with this Section and that no material change or
cancellation of the insurance shall be effective without thirty (30) days’ prior written notice to the
VILLAGE’s representative. Failure to comply with the foregoing requirements shall not relieve
the VENDOR of its liability and obligations under this Contract.
B. The parties to this Contract shall carry Workers’ Compensation Insurance and Employer’s
Liability Insurance for all employees as required by Florida Statutes. In the event that a party does
not carry Workers’ Compensation Insurance and chooses not to obtain same, then such party shall
in accordance with Section 440.05, Florida Statutes, apply for and obtain an exemption authorized
by the Department of Insurance and shall provide a copy of such exemption to the VILLAGE.
C. All insurance, other than Worker’s Compensation, to be maintained by the VENDOR
shall specifically include the VILLAGE as an Additional Insured.
SECTION 10: SUCCESSORS AND ASSIGNS.
The VILLAGE and the VENDOR each binds itself and its partners, successors, executors,
administrators and assigns to the other party of this Contract and to the partners, successors,
executors, administrators and assigns of such other party, in respect to all covenants of this
Contract. Except as above, neither the VILLAGE nor the VENDOR shall assign, sublet, convey
or transfer its interest in this Contract without the written consent of the other. Nothing herein shall
be construed as creating any personal liability on the part of any officer or agent of the VILLAGE
which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to
anyone other than the VILLAGE and the VENDOR.
SECTION 11: DISPUTE RESOLUTION, LAW, VENUE AND REMEDIES.
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 4 of 10
This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessary to enforce the Contract 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. The VILLAGE and the VENDOR knowingly, voluntarily, and intentionally waive any
right they may have to trial by jury with respect to any litigation arising out of or in
connection with this Contract.
SECTION 12: INDEPENDENT CONTRACTOR RELATIONSHIP.
The VENDOR is, and shall be, in the performance of all Services under this Contract, an
Independent Contractor, and not an employee, agent, or servant of the VILLAGE. All persons
engaged in any of the Services performed pursuant to this Contract shall at all times, and in all
places, be subject to the VENDOR’S sole direction, supervision, and control. The VENDOR shall
exercise control over the means and manner in which it and its employees perform the Services.
SECTION 13: ACCESS AND AUDITS.
The VENDOR shall maintain adequate records to justify all charges, expenses and costs incurred
in estimating and performing the Services for at least three (3) years after completion of this
Contract. The VILLAGE shall have access to such books, records and documents as required in
this section for the purpose of inspection or audit during normal business hours, at the VENDOR’s
place of business. In no circumstances will VENDOR be required to disclose any confidential or
proprietary information regarding its products and service costs.
SECTION 14: NONDISCRIMINATION.
The VENDOR warrants and represents that all of its employees are treated equally during
employment without regard to race, color, religion, disability, sex, age, national origin, ancestry,
marital status or sexual orientation.
SECTION 15: ENFORCEMENT COSTS.
If any legal action or other proceeding is brought for the enforcement of this Contract, or because
of an alleged dispute, breach, default or misrepresentation in connection with any provisions of
this Contract, 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.
SECTION 16: SEVERABILITY.
If any term or provision of this Contract, or the application thereof to any person or circumstances
shall, to any extent, be held invalid or unenforceable, to remainder of this Contract, or the
application of such terms or provision, to persons or circumstances other than those as to which it
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 5 of 10
is held invalid or unenforceable, shall not be affected, and every other term and provision of this
Contract shall be deemed valid and enforceable to the extent permitted by law.
SECTION 17: MODIFICATIONS OF WORK.
A. The VILLAGE reserves the right to make changes in the work, including alterations,
reductions therein or additions thereto. Upon receipt by the VENDOR of the VILLAGE’s
notification of a contemplated change, the VENDOR shall, in writing: (1) provide a detailed
estimate for the increase or decrease in cost due to the contemplated change, (2) notify the
VILLAGE of any estimated change in the completion date, and (3) advise the VILLAGE if the
contemplated change shall effect the VENDOR’s ability to meet the completion dates or schedules
of this Contract.
B. If the VILLAGE so instructs in writing, the VENDOR shall suspend work on that portion
of the work affected by the contemplated change, pending the VILLAGE’s decision to proceed
with the change.
C. If the VILLAGE elects to make the change, the VILLAGE shall initiate a Change to the
Purchase Order and the VENDOR shall not commence work on any such change until such revised
Purchase Order is received.
SECTION 18: PUBLIC ENTITY CRIMES.
VENDOR acknowledges and agrees that a person or affiliate who has been placed on the convicted
vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply
on a contract to provide any goods or services to a public entity; may not submit a bid, proposal,
or reply on a contract with a public entity for the construction or repair of a public building or
public work; may not submit bids, proposals or replies on leases of real property to a public entity;
may not be awarded or perform work as a VENDOR, supplier, sub- VENDOR or VENDOR under
a contract with any public entity; and may not transact business with any public entity in excess of
the threshold amount provided in Section 287. 017, Florida Statues, for CATEGORY TWO for a
period of thirty-six (36) months following the date of being placed on the convicted vendor list.
The VENDOR will advise the VILLAGE immediately if it becomes aware of any violation of this
statute.
SECTION 19: PROTECTION OF WORK AND PROPERTY.
A. The VENDOR shall continuously maintain adequate protection of all work from damage,
and shall protect the VILLAGE’s property from injury or loss arising in connection with the
Contract. Except for any such damage, injury or loss, except that which may be directly due to
errors caused by the VILLAGE or employees of the VILLAGE, the VENDOR shall provide any
necessary materials to maintain such protection.
B. The VENDOR will also take every necessary precaution to ensure the safety of the
VILLAGE, public and other guests and invitees thereof at or near the areas where work is being
accomplished during and throughout the completion of all work.
SECTION 20: WARRANTY/GUARANTY.
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 6 of 10
VENDOR warrants that its goods and services under this Contract will be free of defects in
materials and workmanship for a period of one (1) year following the provision of said goods and
services.
SECTION 21: COMPLIANCE WITH LAWS.
VENDOR shall, in performing the services contemplated by this Contract, faithfully observe and
comply with all federal, state and local laws, ordinances and regulations that are applicable to the
services to be rendered under this Contract.
SECTION 22: NOTICE.
All notices required in this Contract shall be sent by certified mail, return receipt requested and if
sent to the VILLAGE shall be mailed to:
Village of North Palm Beach
Village Manager
501 U.S. Highway One
North Palm Beach, FL 33408
and if sent to the VENDOR shall be mailed to:
Salgado Tree Trimming, LLC
Attn: Rodney Christopher, Manager
924 Saint James Street
West Palm Beach, FL 33415
SECTION 23: ENTIRETY OF CONTRACTUAL AGREEMENT.
The VILLAGE and the VENDOR agree that this Contract 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 Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto. In
the event of a conflict between this Contract and the VILLAGE’s Request for Proposals and the
VENDOR’s Proposal, this Contract shall take precedence with the VILLAGE’s Request for
Qualifications taking precedence over the VENDOR’s proposal. All such documents shall be read
in a manner so as to avoid a conflict.
SECTION 24: WAIVER.
Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be
deemed a waiver of that parties’ right to enforce or exercise said right(s) at any time thereafter.
SECTION 25: PREPARATION.
This Contract shall not be construed more strongly against either party regardless of who was
more responsible for its preparation.
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 7 of 10
SECTION 26: SURVIVABILITY.
Any provision of this Contract which is of a continuing nature or imposes an obligation which
extends beyond the term of this Contract shall survive its expiration or earlier termination.
SECTION 27: WAIVER OF SUBROGATION.
VENDOR hereby waives any and all rights to Subrogation against the VILLAGE, its officers,
employees and agents for each required policy. When required by the insurer, or should a policy
condition not permit an insured to enter into a pre-loss agreement to waive subrogation without an
endorsement, then VENDOR shall agree to notify the insurer and request the policy be endorsed
with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent.
This Waiver of Subrogation requirement shall not apply to any policy, which a condition to the
policy specifically prohibits such an endorsement, or voids coverage should VENDOR enter into
such an agreement on a pre-loss basis.
SECTION 28: INSPECTOR GENERAL.
VENDOR is aware that the Inspector General of Palm Beach County has the authority to
investigate and audit matters relating to the negotiation and performance of this Contract and in
furtherance thereof, may demand and obtain records and testimony from VENDOR. VENDOR
understands and agrees that in addition to all other remedies and consequences provided by law,
the failure of VENDOR to fully cooperate with the Inspector General when requested may be
deemed by the VILLAGE to be a material breach of this Contract justifying its termination.
SECTION 29: INVOICING AND PAYMENT.
Payment for any and all invoice(s) that may arise as a result of a Contract or Purchase Order issued
pursuant to this Request for Qualifications shall minimally meet the following conditions to be
considered as a valid payment request:
A. A timely submission of a properly certified invoice(s) in strict accordance with the
price(s) and delivery elements as stipulated in the Contract or Purchase Order document,
and submitted to:
Village of North Palm Beach
501 U.S. Highway One
North Palm Beach, Florida 33408
ATTN: Accounts Payable
B. All invoices submitted shall consist of an “original” invoice which clearly references the
subject Contract or Purchase Order Number; provide a sufficient salient description to
identify the good(s) and/or service(s) for which payment is requested; include and be
clearly marked as “partial,” “complete” or “final invoice.”
C. The invoice shall contain the Proposer’s Federal Employer Identification Number.
D. All payments made by the Village pursuant to the Contract Documents shall be in
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 8 of 10
accordance with Florida’s Prompt Payment Act (for non-construction).
SECTION 30: ADDITIONAL SERVICES.
If during the contractual period covered by the agreement, additional services are needed,
VENDOR may, at the option of the VILLAGE, be engaged to perform these services under the
terms of this Contract.
SECTION 31: PUBLIC RECORDS.
IF VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO VENDOR’S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
VILLAGE’S CUSTODIAN OF PUBLIC RECORDS AT: (561) 841-3355;
NPBCLERK@VILLAGE-NPB.ORG; OR 501 U.S. HIGHWAY ONE, NORTH
PALM BEACH, FL 33408.
In performing services pursuant to this Contract, VENDOR shall comply with all relevant
provisions of Chapter 119, Florida Statutes. As required by Section 119.0701, Florida Statutes,
VENDOR shall:
A. Keep and maintain public records required by the VILLAGE to perform the service.
B. Upon request from the VILLAGE’s custodian of public records, provide the VILLAGE
with a copy the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida
Statutes, or as otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of
the Contract term and following completion of the Contract if the VENDOR does not
transfer the records to the VILLAGE.
D. Upon completion of the Contract, transfer, at no cost, to the VILLAGE all public records
in possession of VENDOR or keep and maintain public records required by the VILLAGE
to perform the services. If VENDOR transfers all public records to the VILLAGE upon
completion of the Contract, VENDOR shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If
VENDOR keeps and maintains public records upon completion of the Contract, VENDOR
shall meet all applicable requirements for retaining public records. All records stored
electronically must be provided to the VILLAGE, upon request from the VILLAGE’s
custodian of public records, in a format that is compatible with the information technology
systems of the VILLAGE.
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 9 of 10
SECTION 32. PROHIBITION AGAINST CONTINGENT FEES.
VENDOR warrants that it has not employed or retained any company or person, other than a bona
fide employee working solely for VENDOR, to solicit or secure this Contract and that VENDOR
has not paid, or agreed to pay, any person, company, corporation, individual or firm, other than a
bona fide employee working solely for VENDOR, any fee, commission, percentage, gift or other
consideration contingent upon, or resulting from, aware or making of the Contract. For the breach
or violation of this provision, the VILLAGE shall have the right to terminate this Contract and its
sole discretion, without liability, and to deduct from the Contract price, or otherwise recover, the
full amount of such fee, commission, percentage, fit or consideration.
SECTION 33. E-VERIFY.
Pursuant to Section 448. 095(5), Florida Statutes, VENDOR shall:
A. Register with and use the E-Verify system to verify the work authorization status of all
newly hired employees pursuant to Section 448.095(2), Florida Statutes, and require all
subcontractors do the same;
B. Secure an affidavit from all subcontractors stating that the subcontractor does not employ,
contract with, or subcontract with an “unauthorized alien” as defined in Section
448. 095(1)(f), Florida Statutes;
C. Maintain copies of all subcontractor affidavits for the duration of this Contract and provide
the same to the VILLAGE upon request;
D. Comply fully, and ensure all subcontractors comply fully, with Section 448. 095, Florida
Statutes;
E. Be aware that a violation of Section 448.09(1), Florida Statutes (Unauthorized aliens;
employment prohibited), shall be grounds for termination of this Contract;
F. Be aware that a violation of Section 448. 095(5) by a subcontractor, and not VENDOR,
shall be grounds for the VILLAGE to order VENDOR immediately terminate the contract
with the subcontractor; and
G. Be aware that if the VILLAGE terminates this Contract under Section 448. 095(5)(c),
Florida Statues, VENDOR may not be awarded a contract for at least one year after the
date on which the Contract is terminated and will be liable for any additional costs incurred
by the VILLAGE as a result of the termination of the Contract.
Remainder of page intentionally blank]
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6DocuSignEnvelopeID: 014FCE80-6826-40A7-B884-F026EC983094
Page 10 of 10
IN WITNESS WHEREOF, the VILLAGE and VENDOR hereto have made and executed this
Contract as of the day and year first above written.
VENDOR:
SALGADO TREE TRIMMING, LLC
By:
Print Name:
Position:
VILLAGE OF NORTH PALM BEACH
BY: _____________________________
SUSAN BICKEL
MAYOR
ATTEST:
BY:
JESSICA GREEN
VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
BY:
VILLAGE ATTORNEY
DocuSign Envelope ID: 642041D7-AF2C-4CDC-9F01-1D007B263ED6
Manager
Rodney Christopher
DocuSign Envelope ID: 014FCE80-6826-40A7-B884-F026EC983094
Page 1 of 10
CONTRACT
This Contract is made as of the 11th day of April, 2024, by and between the VILLAGE OF
NORTH PALM BEACH, a municipal corporation organized and existing under the laws of the
State of Florida, hereinafter referred to as the VILLAGE, and PRECISION LANDSCAPE CO.
OF PALM BEACH COUNTY, INC., a Florida corporation, hereinafter referred to as the
VENDOR.
In consideration of the promises and mutual covenants herein contained, it is hereby agreed that
the VENDOR shall provide to the VILLAGE all goods and services necessary to provide Tree
Trimming, Management, and Maintenance Services pursuant to the terms and conditions
of this Contract.
SECTION 1: SCOPE OF SERVICES OF THE VENDOR.
The Scope of Work is for Tree Trimming, Management, and Maintenance Services in
accordance with the Request for Proposals issued by the Village, and VENDOR’s Proposal
submitted in response to the Request for Proposals, which are incorporated herein by reference.
This Contract is non-exclusive.
SECTION 2: TERM OF CONTRACT.
A. This Contract shall become effective on the date set forth above and shall remain in effect
for a period of three (3) years, unless earlier terminated in accordance with Section 7. This Contract
shall automatically renew for three (3) additional one (1) year periods upon the same terms and
conditions contained herein unless either party provides the other party with ninety (90) days’
written notice of its intent not to renew prior to the expiration of the initial term or renewal term.
Any variation to the terms and conditions set forth herein shall be in writing and signed by both
parties.
B. The VENDOR shall not be entitled to an increase in the agreed to compensation resulting
from this Contract or payment or compensation of any kind from the VILLAGE for direct,
indirect, consequential, impact or other costs, expenses, or damages.
SECTION 3: VILLAGE’S REPRESENTATIVE.
Unless otherwise specified by the VILLAGE, the VILLAGE’s representative shall be Zakariya
Sherman, Director of Leisure Services. The Village Manager or Village Representative shall
have the right at all reasonable times during the term of this Contract to inspect or otherwise
evaluate the work being performed thereunder and the premises in which it is being performed.
SECTION 4: COMPENSATION AND METHOD OF PAYMENT.
A. The VILLAGE agrees to compensate the VENDOR for providing Tree Trimming,
Management, and Maintenance Services and for which Purchase Orders are issued in
accordance with VENDOR’s Proposal, which is attached hereto and incorporated herein by
reference. The total amount of compensation shall not exceed $50,000 during any single fiscal
year (October 1 through September 30th).
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 2 of 10
B. In order for both parties herein to close their books and records, VENDOR will clearly
state “final invoice” on the VENDOR’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 VENDOR. The VILLAGE will
not be liable for any invoice from the VENDOR submitted thirty (30) days after the provision of
all goods and services.
SECTION 5: INDEMNIFICATION.
A. The VENDOR shall indemnify and save harmless and defend the VILLAGE, its agents,
servants, and employees from and against any and all claims, liability, losses, and/or cause of
action which may arise from any negligent act or omission of the VENDOR, its agents, servants
or employees in the performance of services under this Contract.
B. The VENDOR further agrees to indemnify, save harmless and defend the VILLAGE,
its agents, servants and employees from and against any claim, demand or cause of action of
whatsoever kind or nature arising out of any conduct or misconduct of the VENDOR its
agents, servants, or employees not included in the paragraph above and for which the VILLAGE,
its agents, servants or employees are alleged to be liable.
C. Nothing contained in this Contract shall create a contractual relationship with or a cause
of action in favor of a third party against either the VILLAGE or VENDOR, nor shall this Contract
be construed a waiver of sovereign immunity beyond the waiver provided in §768.28, Florida
Statutes.
SECTION 6: PERSONNEL.
A. The VENDOR represents that it has, or will secure at its own expense, all necessary
personnel required to perform the services under this Contract.
B. All of the services required hereunder shall be performed by the VENDOR or under
its supervision, and all personnel engaged in performing the services shall be fully qualified and,
if required, authorized or permitted under state and local law to perform such services.
C. All of the VENDOR’s personnel (and all sub-contractors OR sub-consultants) while
on VILLAGE premises, will comply with all VILLAGE requirements governing conduct, safety,
and security.
SECTION 7: TERMINATION.
This Contract may be cancelled by the VENDOR upon thirty (30) days prior written notice
to the VILLAGE’s representative in the event of substantial failure by the VILLAGE to perform
in accordance with the terms of this Contract through no fault of the VENDOR. It may also be
terminated, in whole or in part, by the VILLAGE without cause upon thirty (30) days written
notice to the VENDOR. The VILLAGE may also terminate this Contract with written notice of
cause to the VENDOR, who fails to cure such cause within ten (10) days of the receipt of the
VILLAGE’s notice. Unless the VENDOR is in breach of this Contract, the VENDOR shall be
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 3 of 10
paid for services rendered to the VILLAGE’s satisfaction through the date of termination. After
receipt of a Termination Notice and except as otherwise directed by the VILLAGE, the VENDOR
shall:
A. Stop work on the date and to the extent specified;
B. Terminate and settle all orders and subcontracts relating to the performance of the
terminated work;
C. Transfer all work in progress, completed work, and other materials related to the
terminated work to the VILLAGE; and
D. Continue and complete all parts of the work that have not been terminated.
SECTION 8: FEDERAL AND STATE TAX.
The VILLAGE is exempt from payment of Florida State Sales and Use Tax. Unless purchased
directly by the VILLAGE, the VENDOR shall not be exempted from paying sales tax to its
suppliers for materials used to fill contractual obligations with the VILLAGE, nor is the
VENDOR authorized to use the VILLAGE’s Tax Exemption Number in securing such
materials.
SECTION 9: INSURANCE.
A. Prior to commencing any work, the VENDOR shall provide certificates evidencing
insurance coverage as required in the Request of Proposals. All insurance policies shall be issued
by companies authorized to do business under the laws of the State of Florida. The Certificates
shall clearly indicate that the VENDOR has obtained insurance of the type, amount, and
classification as required for strict compliance with this Section and that no material change or
cancellation of the insurance shall be effective without thirty (30) days’ prior written notice to the
VILLAGE’s representative. Failure to comply with the foregoing requirements shall not relieve
the VENDOR of its liability and obligations under this Contract.
B. The parties to this Contract shall carry Workers’ Compensation Insurance and
Employer’s Liability Insurance for all employees as required by Florida Statutes. In the event
that a party does not carry Workers’ Compensation Insurance and chooses not to obtain same,
then such party shall in accordance with Section 440.05, Florida Statutes, apply for and obtain an
exemption authorized by the Department of Insurance and shall provide a cop y of such
exemption to the VILLAGE.
C. All insurance, other than Worker’s Compensation, to be maintained by the VENDOR
shall specifically include the VILLAGE as an Additional Insured.
SECTION 10: SUCCESSORS AND ASSIGNS.
The VILLAGE and the VENDOR each binds itself and its partners, successors, executors,
administrators and assigns to the other party of this Contract and to the partners, successors,
executors, administrators and assigns of such other party, in respect to all covenants of this
Contract. Except as above, neither the VILLAGE nor the VENDOR shall assign, sublet,
convey or transfer its interest in this Contract without the written consent of the other. Nothing
herein shall be construed as creating any personal liability on the part of any officer or agent of
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 4 of 10
the VILLAGE which may be a party hereto, nor shall it be construed as giving any rights or
benefits hereunder to anyone other than the VILLAGE and the VENDOR.
SECTION 11: DISPUTE RESOLUTION, LAW, VENUE AND REMEDIES.
This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessary to enforce the Contract 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. The VILLAGE and the VENDOR knowingly, voluntarily, and
intentionally waive any right they may have to trial by jury with respect to any litigation
arising out of or in connection with this Contract.
SECTION 12: INDEPENDENT CONTRACTOR RELATIONSHIP.
The VENDOR is, and shall be, in the performance of all Services under this Contract, an
Independent Contractor, and not an employee, agent, or servant of the VILLAGE. All persons
engaged in any of the Services performed pursuant to this Contract shall at all times, and in all
places, be subject to the VENDOR’S sole direction, supervision, and control. The VENDOR
shall exercise control over the means and manner in which it and its employees perform the
Services.
SECTION 13: ACCESS AND AUDITS.
The VENDOR shall maintain adequate records to justify all charges, expenses and costs incurred
in estimating and performing the Services for at least three (3) years after completion of this
Contract. The VILLAGE shall have access to such books, records and documents as required
in this section for the purpose of inspection or audit during normal business hours, at the
VENDOR’s place of business. In no circumstances will VENDOR be required to disclose any
confidential or proprietary information regarding its products and service costs.
SECTION 14: NONDISCRIMINATION.
The VENDOR warrants and represents that all of its employees are treated equally during
employment without regard to race, color, religion, disability, sex, age, national origin, ancestry,
marital status or sexual orientation.
SECTION 15: ENFORCEMENT COSTS.
If any legal action or other proceeding is brought for the enforcement of this Contract, or because
of an alleged dispute, breach, default or misrepresentation in connection with any provisions of
this Contract, 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.
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 5 of 10
SECTION 16: SEVERABILITY.
If any term or provision of this Contract, or the application thereof to any person or
circumstances shall, to any extent, be held invalid or unenforceable, to remainder of this Contract,
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 Contract shall be deemed valid and enforceable to the extent permitted by law.
SECTION 17: MODIFICATIONS OF WORK.
A. The VILLAGE reserves the right to make changes in the work, including alterations,
reductions therein or additions thereto. Upon receipt by the VENDOR of the VILLAGE’s
notification of a contemplated change, the VENDOR shall, in writing: (1) provide a detailed
estimate for the increase or decrease in cost due to the contemplated change, (2) notify the
VILLAGE of any estimated change in the completion date, and (3) advise the VILLAGE if the
contemplated change shall effect the VENDOR’s ability to meet the completion dates or
schedules of this Contract.
B. If the VILLAGE so instructs in writing, the VENDOR shall suspend work on that portion
of the work affected by the contemplated change, pending the VILLAGE’s decision to proceed
with the change.
C. If the VILLAGE elects to make the change, the VILLAGE shall initiate a Change
to the Purchase Order and the VENDOR shall not commence work on any such change until
such revised Purchase Order is received.
SECTION 18: PUBLIC ENTITY CRIMES.
VENDOR acknowledges and agrees that a person or affiliate who has been placed on the
convicted vendor list following a conviction for a public entity crime may not submit a bid,
proposal, or reply on a contract to provide any goods or services to a public entity; may not
submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of
a public building or public work; may not submit bids, proposals or replies on leases of real
property to a public entity; may not be awarded or perform work as a VENDOR, supplier, sub-
VENDOR or VENDOR under a contract with any public entity; and may not transact business
with any public entity in excess of the threshold amount provided in Section 287.017, Florida
Statues, for CATEGORY TWO for a period of thirty-six (36) months following the date of
being placed on the convicted vendor list. The VENDOR will advise the VILLAGE immediately
if it becomes aware of any violation of this statute.
SECTION 19: PROTECTION OF WORK AND PROPERTY.
A. The VENDOR shall continuously maintain adequate protection of all work from
damage, and shall protect the VILLAGE’s property from injury or loss arising in connection
with the Contract. Except for any such damage, injury or loss, except that which may be
directly due to errors caused by the VILLAGE or employees of the VILLAGE, the VENDOR
shall provide any necessary materials to maintain such protection.
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 6 of 10
B. The VENDOR will also take every necessary precaution to ensure the safety of the
VILLAGE, public and other guests and invitees thereof at or near the areas where work is being
accomplished during and throughout the completion of all work.
SECTION 20: WARRANTY/GUARANTY.
VENDOR warrants that its goods and services under this Contract will be free of defects in
materials and workmanship for a period of one (1) year following the provision of said goods and
services.
SECTION 21: COMPLIANCE WITH LAWS.
VENDOR shall, in performing the services contemplated by this Contract, faithfully observe and
comply with all federal, state and local laws, ordinances and regulations that are applicable to
the services to be rendered under this Contract.
SECTION 22: NOTICE.
All notices required in this Contract shall be sent by certified mail, return receipt requested and
if sent to the VILLAGE shall be mailed to:
Village of North Palm Beach
Village Manager
501 U.S. Highway One
North Palm Beach, FL 33408
and if sent to the VENDOR shall be mailed to:
Precision Landscape Co. of Palm Beach County, Inc.
Attn: Rick Giordano, Project Manager and Arborist
9450 Old Dixie Highway
North Palm Beach, FL 33408
SECTION 23: ENTIRETY OF CONTRACTUAL AGREEMENT.
The VILLAGE and the VENDOR agree that this Contract 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 Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto. In
the event of a conflict between this Contract and the VILLAGE’s Request for Proposals and the
VENDOR’s Proposal, this Contract shall take precedence with the VILLAGE’s Request for
Qualifications taking precedence over the VENDOR’s proposal. All such documents shall be
read in a manner so as to avoid a conflict.
SECTION 24: WAIVER.
Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be
deemed a waiver of that parties’ right to enforce or exercise said right(s) at any time thereafter.
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 7 of 10
SECTION 25: PREPARATION.
This Contract shall not be construed more strongly against either party regardless of who was
more responsible for its preparation.
SECTION 26: SURVIVABILITY.
Any provision of this Contract which is of a continuing nature or imposes an obligation which
extends beyond the term of this Contract shall survive its expiration or earlier termination.
SECTION 27: WAIVER OF SUBROGATION.
VENDOR hereby waives any and all rights to Subrogation against the VILLAGE, its officers,
employees and agents for each required policy. When required by the insurer, or should a policy
condition not permit an insured to enter into a pre-loss agreement to waive subrogation without
an endorsement, then VENDOR shall agree to notify the insurer and request the policy be
endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent.
This Waiver of Subrogation requirement shall not apply to any policy, which a condition to
the policy specifically prohibits such an endorsement, or voids coverage should VENDOR
enter into such an agreement on a pre-loss basis.
SECTION 28: INSPECTOR GENERAL.
VENDOR is aware that the Inspector General of Palm Beach County has the authority to
investigate and audit matters relating to the negotiation and performance of this Contract and in
furtherance thereof, may demand and obtain records and testimony from VENDOR. VENDOR
understands and agrees that in addition to all other remedies and consequences provided by law,
the failure of VENDOR to fully cooperate with the Inspector General when requested may be
deemed by the VILLAGE to be a material breach of this Contract justifying its termination.
SECTION 29: INVOICING AND PAYMENT.
Payment for any and all invoice(s) that may arise as a result of a Contract or Purchase Order issued
pursuant to this Request for Qualifications shall minimally meet the following conditions to be
considered as a valid payment request:
A. A timely submission of a properly certified invoice(s) in strict accordance with the
price(s) and delivery elements as stipulated in the Contract or Purchase Order document,
and submitted to:
Village of North Palm Beach
501 U.S. Highway One
North Palm Beach, Florida 33408
ATTN: Accounts Payable
B. All invoices submitted shall consist of an “original” invoice which clearly references the
subject Contract or Purchase Order Number; provide a sufficient salient description to
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 8 of 10
identify the good(s) and/or service(s) for which payment is requested; include and be
clearly marked as “partial,” “complete” or “final invoice.”
C. The invoice shall contain the Proposer’s Federal Employer Identification Number.
D. All payments made by the Village pursuant to the Contract Documents shall be in
accordance with Florida’s Prompt Payment Act (for non-construction).
SECTION 30: ADDITIONAL SERVICES.
If during the contractual period covered by the agreement, additional services are needed,
VENDOR may, at the option of the VILLAGE, be engaged to perform these services under the
terms of this Contract.
SECTION 31: PUBLIC RECORDS.
IF VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO VENDOR’S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
VILLAGE’S CUSTODIAN OF PUBLIC RECORDS AT: (561) 841-3355;
NPBCLERK@VILLAGE-NPB.ORG; OR 501 U.S. HIGHWAY ONE, NORTH
PALM BEACH, FL 33408.
In performing services pursuant to this Contract, VENDOR shall comply with all relevant provisions
of Chapter 119, Florida Statutes. As required by Section 119.0701, Florida Statutes, VENDOR shall:
A. Keep and maintain public records required by the VILLAGE to perform the service.
B. Upon request from the VILLAGE’s custodian of public records, provide the VILLAGE with
a copy the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
C. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
Contract term and following completion of the Contract if the VENDOR does not transfer the
records to the VILLAGE.
D. Upon completion of the Contract, transfer, at no cost, to the VILLAGE all public records in
possession of VENDOR or keep and maintain public records required by the VILLAGE to
perform the services. If VENDOR transfers all public records to the VILLAGE upon
completion of the Contract, VENDOR shall destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. If VENDOR
keeps and maintains public records upon completion of the Contract, VENDOR shall meet
all applicable requirements for retaining public records. All records stored electronically must
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 9 of 10
be provided to the VILLAGE, upon request from the VILLAGE’s custodian of public records,
in a format that is compatible with the information technology systems of the VILLAGE.
SECTION 32. PROHIBITION AGAINST CONTINGENT FEES.
VENDOR warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for VENDOR, to solicit or secure this Contract and that
VENDOR has not paid, or agreed to pay, any person, company, corporation, individual or
firm, other than a bona fide employee working solely for VENDOR, any fee, commission,
percentage, gift or other consideration contingent upon, or resulting from, aware or making of the
Contract. For the breach or violation of this provision, the VILLAGE shall have the right to
terminate this Contract and its sole discretion, without liability, and to deduct from the Contract
price, or otherwise recover, the full amount of such fee, commission, percentage, fit or
consideration.
SECTION 33. E-VERIFY.
Pursuant to Section 448. 095(5), Florida Statutes, VENDOR shall:
A. Register with and use the E-Verify system to verify the work authorization status of all
newly hired employees pursuant to Section 448.095(2), Florida Statutes, and require all
subcontractors do the same;
B. Secure an affidavit from all subcontractors stating that the subcontractor does not employ,
contract with, or subcontract with an “unauthorized alien” as defined in Section
448. 095(1)(f), Florida Statutes;
C. Maintain copies of all subcontractor affidavits for the duration of this Contract and provide
the same to the VILLAGE upon request;
D. Comply fully, and ensure all subcontractors comply fully, with Section 448. 095, Florida
Statutes;
E. Be aware that a violation of Section 448.09(1), Florida Statutes (Unauthorized aliens;
employment prohibited), shall be grounds for termination of this Contract;
F. Be aware that a violation of Section 448. 095(5) by a subcontractor, and not VENDOR,
shall be grounds for the VILLAGE to order VENDOR immediately terminate the contract
with the subcontractor; and
G. Be aware that if the VILLAGE terminates this Contract under Section 448. 095(5)(c),
Florida Statues, VENDOR may not be awarded a contract for at least one year after the
date on which the Contract is terminated and will be liable for any additional costs incurred
by the VILLAGE as a result of the termination of the Contract.
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6DocuSignEnvelopeID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
Page 10 of 10
IN WITNESS WHEREOF, the VILLAGE and VENDOR hereto have made and executed this
Contract as of the day and year first above written.
VENDOR:
PRECISION LANDSCAPE CO. OF PALM BEACH COUNTY, INC.
By:
Print Name:
Position:
VILLAGE OF NORTH PALM BEACH
BY: _____________________________
SUSAN BICKEL
MAYOR
ATTEST:
BY:
JESSICA GREEN
VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
BY:
VILLAGE ATTORNEY
DocuSign Envelope ID: EDBB7478-1D3B-494D-8F46-2CB6EDC92EE6
President
Vincenzo Giordano
DocuSign Envelope ID: A7FB31A3-3006-4D74-8B2E-F1BF5EEF02EC
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: February 13, 2025
SUBJECT: RESOLUTION – Approving an Interlocal Agreement with Palm Beach County to
Redetermine, Re-Adopt and Ratify Existing Distribution Formula for Six (6) Cent Local
Option Fuel Tax.
Palm Beach County’s municipalities have historically received a share of the six-cent local option fuel tax
collected by the County for roadway and public transportation expenditures. In 1995, the County re-
levied the six (6) cent local option fuel tax for a thirty-year term, and the County’s Fuel Tax Ordinance is
set to expire on August 31, 2025.
To meet the statutory requirements to reestablish the fuel tax, the County must execute interlocal
agreements with municipalities representing a majority of the population residing within the incorporated
areas of the County. To that end, the County has proposed a new Interlocal Agreement whereby 66.6%
of the monies collected go to the County and 33.3% of the monies go to the municipalities based on the
pro rata share outlined in Exhibit A. Based on the Village’s road miles and population, the Village will
receive .53988% of the total municipal share portion of the taxes collected. The Fiscal Year 2025 budget
anticipates the receipt of $202,030 in local option fuel tax revenue.
There is no negative financial impact. This is a revenue item as described above.
The attached Resolution and Interlocal Agreement have been prepared and/or reviewed for legal
sufficiency by this office.
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution approving
an Interlocal Agreement with Palm Beach County to Redetermine, Re-Adopt and Ratify the
Existing Distribution Formula for the Six Cent Local Option Fuel Tax and authorizing the Mayor
and Village Clerk to execute the Interlocal Agreement in accordance with Village policies and
procedures.
RESOLUTION 2025-____
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA, APPROVING AN INTERLOCAL AGREEMENT WITH
PALM BEACH COUNTY TO REDETERMINE, RE-ADOPT, AND RATIFY THE
EXISTING DISTRIBUTION FORMULA FOR THE SIX (6) CENT LOCAL OPTION
FUEL TAX AND AUTHORIZING THE MAYOR AND VILLAGE CLERK TO
EXECUTE THE AGREEMENT; PROVIDING FOR CONFLICTS; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, Palm Beach County’s municipalities have historically received a share of the six-cent local
option fuel tax revenue (“Fuel Tax”) collected by Palm Beach County for roadway and public
transportation expenditures; and
WHEREAS, the County’s Fuel Tax Ordinance is set to expire on August 31, 2025; and
WHEREAS, in order to meet the statutory requirements to reestablish the County’s Fuel Tax, the County
must enter into an interlocal agreement with municipalities representing a majority of the population
residing within the incorporated areas of the County; and
WHEREAS, the County has proposed an Interlocal Agreement to Redetermine, Re-Adopt and Ratify
Existing Distribution Formula for Six Cent Local Option Fuel Tax relating to the reestablishment and
redistribution of the Fuel Tax; and
WHEREAS, the Village Council wishes to approve the Interlocal Agreement and determines that
execution of the Agreement is in the best interests of the Village and its residents and serves a valid
public purpose.
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 and are incorporated herein.
Section 2. The Village Council of the Village of North Palm Beach hereby approves the Interlocal
Agreement to Redetermine, Re-Adopt and Ratify Existing Distribution Formula for Six Cent Local
Option Fuel Tax, a copy of which is attached hereto and incorporated herein, and authorizes the Mayor
and Village Clerk to execute the Interlocal Agreement on behalf of the Village.
Section 3. All resolutions or parts of resolution in conflict with this Resolution are hereby repealed
to the extent of such conflict.
Section 4. This Resolution shall become effective immediately upon adoption.
PASSED AND ADOPTED THIS DAY OF , 2025.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
Page 1 of 9
INTERLOCAL AGREEMENT TO REDETERMINE, RE-ADOPT AND RATIFY
EXISTING DISTRIBUTION FORMULA FOR SIX (6) CENT LOCAL OPTION FUEL
TAX
THIS INTERLOCAL AGREEMENT is dated, made, and entered into on this ____ day
of _________ 2025, by and between Palm Beach County, a political subdivision of the State of
Florida, hereinafter referred to as the COUNTY, and Village of North Palm Beach, a municipal
corporation located in Palm Beach County, Florida, and organized and existing in accordance with
the laws of the State of Florida, hereinafter referred to as the MUNICIPALITY.
WITNESSETH:
WHEREAS, Section 336.025(1)(a), Florida Statutes (STATUTE) authorizes a one (1),
two (2), three (3), four (4), five (5), and/or six (6) cent local option fuel tax to be levied upon the
sale of every gallon of motor fuel and special fuel within the COUNTY; and
WHEREAS, pursuant to the STATUTE, in 1995, the COUNTY re-levied the six (6) cent
local option fuel tax (TAX) for a 30 year term, as provided in County Code Chapter 17, Article I,
Section 17-3 (1995 ORDINANCE). Pursuant to the STATUTE and prior to enacting the 1995
ORDINANCE, the COUNTY established by interlocal agreement with various municipalities
representing a majority of the population of the incorporated area within the COUNTY, the
distribution formula for dividing the entire proceeds of the TAX among the COUNTY and all
eligible municipalities within the COUNTY (collectively, 1995 INTERLOCAL AGREEMENT);
and
WHEREAS, the 1995 ORDINANCE and the 1995 INTERLOCAL AGREEMENT will,
by their own terms and in accordance with the STATUTE, terminate on August 31, 2025; and
WHEREAS, the COUNTY desires to once again re-levy and re-impose the TAX for a
new 30 year term pursuant to the STATUTE, and enter into this Interlocal Agreement to
redetermine the distribution formula for dividing the entire proceeds of the TAX among the
COUNTY and all eligible municipalities within the COUNTY; and
WHEREAS, representatives of the COUNTY and the various municipalities, utilizing the
Palm Beach County League of Cities, Inc., (LEAGUE) have met and negotiated mutually
acceptable terms and conditions for this Interlocal Agreement, which terms are set forth herein;
and
Page 2 of 9
WHEREAS, once effective, this Interlocal Agreement re-adopts and ratifies the
distribution formula currently in effect for dividing the entire proceeds of the TAX among the
COUNTY and all eligible municipalities within the COUNTY.
NOW, THEREFORE, in consideration of the premises and the mutual covenants herein
contained and for such other good and valuable consideration, the receipt of which the parties
hereby expressly acknowledge, the COUNTY and the MUNICIPALITY hereto covenant and
agree to enter into this Interlocal Agreement as follows:
Section 1: This Interlocal Agreement is entered into with the specific contemplation that the
Board of County Commissioners of Palm Beach County (BCC) will enact an appropriate ordinance
to relevy the TAX to be effective September 1, 2025 (2025 ORDINANCE). In the event the BCC
fails or refuses to enact the 2025 ORDINANCE to relevy the TAX, this Interlocal Agreement shall
be null and void.
Section 2: The term of this Interlocal Agreement shall be for the same duration as the 2025
ORDINANCE relevying the TAX. Upon the expiration of the levy of the TAX, as provided in the
2025 ORDINANCE, this Interlocal Agreement shall terminate; except that if the BCC reimposes
the TAX again as provided in the STATUTE, then this Interlocal Agreement may be renewed as
provided for in the STATUTE.
Section 3:
A. All proceeds of the TAX collected pursuant to Section 336.025(1)(a), Florida Statutes shall
be divided between the COUNTY and the municipalities, as follows (DISTRIBUTION
FORMULA):
1. The COUNTY shall receive 66.5648 percent of the TAX collected.
2. The municipalities collectively shall receive 33.4352 percent of the TAX collected
(TOTAL MUNICIPAL SHARE).
B. All money shall be collected and distributed to the respective parties as provided in Section
336.025(2), Florida Statutes.
C. The MUNICIPALITY (and all other municipalities eligible to participate in the distribution
of the proceeds of the TAX) shall receive a pro rata share of the TOTAL MUNICIPAL SHARE
pursuant to a formula (MUNICIPAL SHARE FORMULA) that is based seventy percent (70%) on
lane miles located within the MUNICIPALITY (and for all other municipalities eligible to
Page 3 of 9
participate in the distribution of the proceeds of the TAX) for which the MUNICIPALITY (or the
other eligible municipalities) is responsible for maintenance, and thirty percent (30%) on the
population of the MUNICIPALITY (or the other eligible municipalities) based upon the most
recent University of Florida Population Estimate. The MUNICIPAL SHARE FORMULA is:
(30% x (Municipality’s population/sum of all of Municipalities’ population)) + (70% x
(Municipality’s lane miles/sum of all of Municipalities’ lane miles)) = Municipality’s Pro
Rata Share.
Exhibit A attached hereto and incorporated herein by reference identifies each eligible
municipality’s pro rata share of the TOTAL MUNICIPAL SHARE. The calculation(s) of the
MUNICIPAL SHARE FORMULA may be amended not more than once annually by the Palm
Beach County League of Cities, Inc., by the preparation of a new Exhibit A on behalf of the
municipalities and based upon changes in the MUNICIPAL SHARE FORMULA and submitting
the new Exhibit A to the COUNTY Administrator no later than June 1 of any year. The COUNTY
Administrator shall then transmit the new Exhibit A to the Florida Department of Revenue.
D. In the event that a new municipality is incorporated in the COUNTY, the new
municipality’s share of the TAX shall be provided from the share formerly allocated to the
COUNTY and the TOTAL MUNICIPAL SHARE, as set forth below.
1. In the first full fiscal year following incorporation, the new municipality will
receive a share based solely on its population, as opposed to the MUNICIPAL SHARE
FORMULA that considers lane miles and population, as set forth in Section 3C above.
The new municipality’s share shall be determined pursuant to Exhibit B attached hereto
which shows an example of the calculations for a hypothetical new municipality with a
population of 40,000.
a. The combined COUNTY and collective municipalities contributions shall
equal one hundred percent (100%) of the new municipality’s share.
b. Section 3C above shall continue to apply as the MUNICIPAL SHARE
FORMULA for the remaining municipalities after their contribution to the new
municipality’s share as set forth in Section 3 D1 above.
2. In the subsequent fiscal years after the first full fiscal year following incorporation
of the new municipality:
Page 4 of 9
a. The percentage allocated to the COUNTY in the DISTRIBUTION
FORMULA in Section 3A above, as may be amended, shall be reduced by an
amount that reflects the COUNTY’s contribution to the new municipality’s share,
as set forth in Section 3D1, above.
b. Likewise, the TOTAL MUNICIPAL SHARE, including the new
municipality, in Section 3A above, as may be amended, shall be increased by an
amount that reflects the COUNTY’s contribution to the new municipality’s share,
as set forth in Section 3D1 above.
c. Section 3C below shall apply to the new municipality in all annual
distributions in the years after the first full fiscal year following incorporation of
the new municipality.
E. In the event an existing municipality in the COUNTY is dissolved, the former
municipality’s share of the TAX shall be distributed to the COUNTY and to the remaining
collective municipalities by applying in reverse the process set forth in Section 3D, above.
F. In the event of proposed legislation which would either create or dissolve a municipality
in the COUNTY, the COUNTY and the subject municipality agree that the COUNTY Legislative
Delegation and the Florida Legislature (and Governor, if deemed necessary) be made aware of this
Interlocal Agreement and appropriately incorporate its provisions into such proposed legislation.
The subject municipality may accomplish this by supporting the LEAGUE, as the organization
that is in place to convey municipal consensus on legislative matters.
Section 4: This Interlocal Agreement between the COUNTY and the MUNICIPALITY is one
of several identical interlocal agreements between the COUNTY and other municipalities
providing the same terms for the distribution of the proceeds of the TAX. As such, this Interlocal
Agreement along with all other identical interlocal agreements may be executed in multiple
counterparts, each of which shall be deemed an original, but all of which combined shall constitute
one in the same Interlocal Agreement for purposes of Section 336.025 Florida Statutes. The
Interlocal Agreement between the COUNTY and the MUNICIPALITY, along with the identical
interlocal agreements executed by other municipalities in the COUNTY represent a majority of
the incorporated population of the COUNTY.
Section 5: The COUNTY and the MUNICIPALITY agree to meet every two (2) years to
Page 5 of 9
evaluate the method of distribution of the TAX revenues as required by Section 3 36.025(1)(d),
Florida Statutes. The MUNICIPALITY and all other municipalities that have executed an
identical interlocal agreement shall be collectively represented at said meeting by the Palm Beach
County League of Cities, Inc. The COUNTY shall be rep resented at said meeting by
representatives selected by the COUNTY Administrator’s Office. The MUNICIPALITY or the
COUNTY may call for said meeting by providing thirty (30) days’ notice to the other as set forth
in Section 12 below.
Section 6: Nothing in this Interlocal Agreement shall preclude either the COUNTY or the
MUNICIPALITY from litigating against the other on matters completely unrelated to and not
contemplated by this Interlocal Agreement.
Section 7: This Interlocal Agreement shall take effect only upon execution by both the
COUNTY and the MUNICIPALITY along with those other municipalities representing a majority
of the population of the incorporated areas of the COUNTY. In the event that either the COUNTY
fails or refuses to execute this Interlocal Agreement, or fails or refuses to adopt the 2025
ORDINANCE, as more fully described in Section 1 above, or in the event that those municipalities
representing a majority of the population of the incorporated areas of the COUNTY fail to execute
this Interlocal Agreement, then this Interlocal Agreement shall be null and void and the parties
hereto shall have no further rights or responsibilities hereunder.
Section 8: The invalidity of any portion, article, paragraph, provision, clause or any part
thereof of this Interlocal Agreement shall have no effect upon the validity of any other part of this
Interlocal Agreement.
Section 9: To the extent allowed by law, the venue for any action arising from this Interlocal
Agreement shall be in Palm Beach County, Florida.
Section 10: This Interlocal Agreement shall be governed by and in accordance with the laws of
the State of Florida.
Section 11: Any costs or expenses including reasonable attorney’s fees associated with the
enforcement of the terms or conditions of this Interlocal Agreement shall be borne by the respective
parties.
Section 12: Any notice required under the provisions of this Interlocal Agreement shall be in
writing and shall be delivered by hand or by certified or registered mail, return receipt requested,
to:
Page 6 of 9
For the COUNTY:
Palm Beach County
Board of County Commissioners
301 North Olive Avenue
West Palm Beach, Florida 33401
With a copy to:
Palm Beach County
County Attorney
301 North Olive Avenue
West Palm Beach, Florida 33401
For the MUNICIPALITY:
Palm Beach County League of Cities, Inc.
301 North Olive Avenue, 10th Floor
P.O. Box 1989 – Government Center
West Palm Beach, Florida 33402
Attention: Executive Director
With a copy to:
Davis & Associates, P.A.
Attorneys for the Palm Beach County League of Cities, Inc.
701 Northpoint Parkway, Suite 205
West Palm Beach, Florida 33407
Attention: General Counsel
The LEAGUE, upon receipt of any notice proved for herein, shall provide like notice to each
municipality that is a party to this Interlocal Agreement and all other identical interlocal
agreements. Notice by certified or registered mail, return receipt requested, shall be deemed
effective on the date that such notice is deposited with a United States Post Office.
Section 13: The COUNTY and the MUNICIPALITY expressly agree that time is of the essence
in this Interlocal Agreement and the failure by a party to complete performance within the time
specified, or within a reasonable time if no time is specified herein, shall, at the option of the other
party without liability, in addition to any other rights or remedies, relieve the other party of any
obligation to accept such performance.
Section 14: The parties hereto expressly covenant and agree that in the event either party is in
default of its obligations herein, the party not in default shall provide to the party in default thirty
Page 7 of 9
(30) days written notice to cure said default before exercising any of its rights as provided for in
this Interlocal Agreement or as may otherwise exist in law or equity.
Section 15: The Inspector General of Palm Beach County has the authority to investigate and
audit matters relating to the negotiation and performance of this lnterlocal Agreement, and in
furtherance thereof may demand and obtain records and testimony from the parties and, any, if
applicable, subcontractors and lower tier subcontractors. The parties understand and agree that in
addition to all other remedies and consequences provided by law, failure of a party or, if applicable,
subcontractors and lower tier subcontractors to fully cooperate with the Inspector General when
requested will be deemed to be a breach of this lnterlocal Agreement. Failure to cooperate with
the Inspector General or interfering with or impeding any investigation shall be in violation of
Palm Beach County Code, Section 2-421- 2-440, and may be punished pursuant to Section 125.69,
Florida Statutes, in the same manner as a second degree misdemeanor.
Section 16: In accordance with Sec. 119.0701, Florida Statutes, the parties to this Interlocal
Agreement must keep and maintain this Interlocal Agreement and any other records associated
therewith. Upon request by either party’s custodian of public records, the non-requesting party
must provide the requesting party with copies of requested records, or allow such records to be
inspected or copied, within a reasonable time in accordance with access and cost requirements of
Chapter 119, Florida Statutes. Failure to do so may subject the non-requesting party to attorney’s
fees and costs pursuant to Sec. 119.0701, Florida Statutes, and other penalties pursuant to Sec.
119.10, Florida Statutes. Further, the parties shall ensure that any exempt or confidential records
associated with this Interlocal Agreement are not disclosed except as authorized by law for the
duration of the Interlocal Agreement term.
IF EITHER PARTY HAS QUESTIONS REGARDING THE APPLICATION
OF CHAPTER 119, FLORIDA STATUTES, TO ITS DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS INTERLOCAL AGREEMENT,
PLEASE CONTACT THE RECORDS CUSTODIAN FOR THE OTHER
PARTY IN ACCORDANCE WITH PARAGRAPH 13 ABOVE.
Section 17: The parties agree that this Interlocal Agreement sets forth the entire agreement
between the parties, and there are no promises or understandings other than those stated herein.
None of the provisions, terms, or conditions contained in this Interlocal Agreement may be added
to, modified, superseded, or otherwise altered except by written instrument executed by the
Page 8 of 9
COUNTY, the MUNICIPALITY, along with those other municipalities representing a majority of
the population of the incorporated areas of the COUNTY.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals in the day set
forth above.
ATTEST:
VILLAGE OF NORTH PALM
BEACH
By:______________________________ By: _________________________
Jessica Green, Village Clerk Susan Bickel, Mayor
(SEAL)
REVIEWED FOR LEGAL SUFFICIENCY
By:_______________________________
Leonard G. Rubin, Village Attorney
ATTEST: PALM
BEACH COUNTY, FLORIDA BY
ITS BOARD OF COMMISSIONERS
By: ___________________________
By:___________________________
____
County Clerk
Mayor
(SEAL)
APPROVED AS TO LEGAL
SUFFICIENCY
APPROVED AS TO TERMS AND
CONDITIONS
By:
By: ___________________________________
Page 9 of 9
County Attorney
County Engineer
Exhibit A
APPLICATION OF MUNICIPAL SHARE FORMULA
City Street Lane
Miles
Alley Lane
Miles
Total Municipal
Lane Miles
Percent of Municipal
Lane Miles
2023 BEBR
Population
Percent of Municipal
Population
Weighted Distribution of
70% Lane Miles and 30%
Population (MUNICIPAL
SHARE FORMULA)
Pro Rata Share of
TOTAL MUNICIPAL
SHARE
Value "A"Value "B"Value "C"Value "D"
Atlantis 26.800 0.000 26.800 0.699% 2,147 0.249%0.56395%0.18856%
Belle Glade 106.999 0.000 106.999 2.790% 17,286 2.006%2.55498%0.85426%
Boca Raton 480.522 0.000 480.522 12.530% 100,491 11.664%12.27022%4.10257%
Boynton Beach 244.312 2.142 246.454 6.427% 82,208 9.542%7.36110%2.46120%
Briny Breezes 0.528 0.000 0.528 0.014% 500 0.058%0.02705%0.00904%
Cloud Lake 1.599 0.000 1.599 0.042% 140 0.016%0.03406%0.01139%
Delray Beach 298.454 14.251 312.705 8.154% 67,213 7.801%8.04826%2.69095%
Glen Ridge 3.496 0.000 3.496 0.091% 215 0.025%0.07130%0.02384%
Golf 10.555 0.000 10.555 0.275% 281 0.033%0.20245%0.06769%
Greenacres 49.264 0.000 49.264 1.285% 45,476 5.278%2.48272%0.83010%
Gulf Stream 8.882 0.000 8.882 0.232% 959 0.111%0.19552%0.06537%
Haverhill 14.447 0.000 14.447 0.377% 2,193 0.255%0.34007%0.11370%
Highland Beach 2.516 0.000 2.516 0.066% 4,303 0.499%0.19576%0.06545%
Hypoluxo 0.000 0.000 0.000 0.000% 2,687 0.312%0.09356%0.03128%
Juno Beach 10.166 0.157 10.323 0.269% 3,883 0.451%0.32364%0.10821%
Jupiter 308.473 2.155 310.628 8.100% 61,333 7.119%7.80560%2.60982%
Jupiter Inlet Colony 5.455 0.000 5.455 0.142% 400 0.046%0.11350%0.03795%
Lake Clarke Shores 25.658 0.000 25.658 0.669% 3,556 0.413%0.59216%0.19799%
Lake Park 60.089 1.231 61.320 1.599% 9,025 1.048%1.43354%0.47931%
Lake Worth Beach 205.897 0.500 206.397 5.382% 43,432 5.041%5.27973%1.76529%
Lantana 63.141 4.052 67.193 1.752% 12,244 1.421%1.65283%0.55263%
Loxahatchee Groves 109.934 0.000 109.934 2.867% 3,373 0.391%2.12410%0.71020%
Manalapan 4.896 0.000 4.896 0.128% 420 0.049%0.10399%0.03477%
Mangonia Park 16.637 0.000 16.637 0.434% 2,369 0.275%0.38617%0.12912%
North Palm Beach 58.853 4.532 63.385 1.653% 13,145 1.526%1.61470%0.53988%
Ocean Ridge 13.260 0.000 13.260 0.346% 1,830 0.212%0.30576%0.10223%
Pahokee 43.880 0.249 44.129 1.151% 5,607 0.651%1.00073%0.33460%
Palm Beach 84.546 1.324 85.870 2.239% 9,207 1.069%1.88800%0.63125%
Palm Beach Gardens 151.491 4.628 156.119 4.071% 61,517 7.140%4.99173%1.66899%
Palm Beach Shores 9.833 0.000 9.833 0.256% 1,309 0.152%0.22506%0.07525%
Palm Springs 77.160 0.000 77.160 2.012% 27,167 3.153%2.35439%0.78719%
Riviera Beach 162.863 0.505 163.368 4.260% 38,795 4.503%4.33285%1.44870%
Royal Palm Beach 152.059 0.000 152.059 3.965% 40,299 4.677%4.17880%1.39719%
South Bay 25.240 0.000 25.240 0.658% 4,958 0.575%0.63335%0.21176%
South Palm Beach 0.000 0.000 0.000 0.000% 1,469 0.171%0.05115%0.01710%
Tequesta 44.689 0.189 44.878 1.170% 6,179 0.717%1.03432%0.34583%
Wellington 382.394 0.000 382.394 9.971% 61,788 7.172%9.13141%3.05310%
West Palm Beach 503.170 30.870 534.040 13.926% 122,157 14.179%14.00151%4.68143%
TOTAL 3768.158 66.785 3834.943 100%861,561 100%100%33.4352%
** Westlake is not eligible to receive local option gas tax revenue distributions; those totals are not incuded in this summary
Calculation Legend:
Value "D" = Value "C" x 33.4352 Municipal Split
6 Cent Gas Tax
33.4352% (TOTAL MUNICIPAL SHARE)
Value "A" = Individual municipality's percentage of total municipal lane miles
Value "B" = Individual municipality's percentage of total municipal population
Value "C" = 70% of Value "A" + 30% of Value "B"
Exhibit B
Example for a hypothetical new municipality with a population of 40,000
2024 Distribution Formula:
County Share 66.5648%
Municipalities’ TOTAL MUNICIPAL SHARE 33.4352%
2024 Total Municipal Population = 861,561
New Municipality’s 1st full fiscal year share is based solely on the percentage of its population:
40,000/861,561 = 4.643%
New Municipality’s Pro Rata Share of the TOTAL MUNICIPAL SHARE:
4.643% X 33.4352% = 1.552%
Calculation for the Change in the County Share:
1.552% X 66.5648% = 1.0333%
Resulting in the Updated County Share:
66.5648% – 1.0333% = 65.5315%
And the Updated TOTAL MUNICIPAL SHARE:
33.4352% + 1.0333% = 34.4685%
VILLAGE OF NORTH PALM BEACH
GOLF ADVISORY BOARD
Minutes of October 14, 2024
I. CALL TO ORDER
A. The meeting was called to order by Chairman Rich Pizzolato at 6:00 p.m.
II. ROLL CALL
A. Board: Present Absent
Rich Pizzolato – Chairman X
David Norris – Vice Chairman X
Curtis Witters – Secretary X
Landon Wells – Member X
Sandra Felis – Member X
Karen O’Connell – Member X
Steve Mathison – Member X
B. Staff Members:
Allan Bowman, Director of Golf X
Beth Davis, General Manager X
Lenore Dingle, Membership Coordinator X
C. Council Members:
D. Public Present:
NPB Golf Advisory Board Minutes of October 14, 2024
2
III. APPROVAL OF MEETING MINUTES
Minutes of the August 12, 2024 GAB Meeting were approved 7-0.
IV. ADMINISTRATIVE REPORTS
Golf Report. Allan Bowman, Director of Golf, was not present. Beth Davis delivered
a report on behalf of Mr. Bowman.
Our membership is at 190.
Maintenance projects:
We are trimming our palm trees.
We are obtaining a bid for pine straw ground cover.
Design plans for the environmental center are completed. The project will go out for
bids in 2025.
We are completing stabilization of another one thousand linear feet of pond banks.
The property had little damage to either the clubhouse building or the gold course
from the recent hurricanes.
We are experiencing some high water from the king tides.
Village Manager Chuck Huff addressed the Board.
The reverse valve installed on the pipe to the lake on the 13th hole is working well to
prevent intrusion from salt water during tide changes.
The Village Council is considering the formation of a Country Club Advisory Board.
The new board will be composed of a golf member, a pool member, a tennis member, and
others. The new board eliminate the need for the Golf Advisory Board.
The Golf Advisory Board discussed the new, proposed board. The consensus of the
Golf Board was that new board should have a majority of golf members of the club.
NPB Golf Advisory Board Minutes of October 14, 2024
3
Beth Davis spoke to the Board, as General Manager of the Club.
The Lessings Group will open the new restaurant on November 4th with a reception.
The Golf Advisory Board members will be invited to the preview dinner on November 3rd.
IV. DISCUSSION TOPICS
V. ADJOURNMENT
The meeting was adjourned at p.m.
The next meeting will be , 2024.
Minutes by Curtis L. Witters, Secretary.
VILLAGE OF NORTH PALM BEACH
LIBRARY ADVISORY BOARD MEETING MINUTES
DATE: October 22, 2024
CALL TO ORDER
Vice Chair DelGuzzi called the meeting to order at 7:00 pm.
ROLL CALL
Present:
Bonnie Jenkins, Chair (absent)
Christine DelGuzzi, Vice-Chair
Stephanie DiGangi, Member
Carolyn Kost, Member
Tina Chippas, Member (absent)
Phyllis Wissner, Member
Julie Morrell, Library Manager
Brad Avakian, Secretary (absent)
APPROVAL OF MINUTES
The approval of the September minutes was deferred to the next meeting, as Secretary Brad
Avakian was not present to provide the minutes.
DIRECTOR’S REPORT
New System in Obert Room:
The library tested its new AV system in the Obert Room using the Great Courses lectures
for adults and a children's Halloween movie.
Features of the system:
o Ceiling speakers ensure sound reaches the entire room.
o Automated controls, including a screen and DVD player managed via an iPad.
o Microphones are fully functional, with ongoing efforts to integrate laptop
connectivity for presentations.
Funded by a $25,000 grant from the Kelsey Naylor family.
Elevator Repairs:
The elevator experienced issues earlier in the week, producing loud sounds before
becoming non-functional. Repairs were completed by noon on [Insert Date], and it is now
operational. The repair bill is pending.
Children’s Programming:
Weekly storytime has five sessions, averaging 44 attendees each.
o Toddler Storytime attracted 60 participants, leading to a split into two sessions for
better management.
Beyond the Bricks (formerly Lego Club):
o Expanded activities include multiple stations for children of various ages, with
baby-friendly areas.
Halloween Potion Activity:
Children created "potion bottles" using water, food coloring, glitter, and sequins.
Crafting challenges:
o Lids were not fully secure, and efforts will be made to find a more effective
sealing solution, potentially using sandpaper and epoxy.
o Parents were advised the jars were for display, not vigorous shaking.
ADJOURNMENT
A motion to adjourn was made by Carolyn Kost, seconded by Phyllis Wissner, and passed
unanimously.
Meeting adjourned at 7:14 p.m.
VILLAGE OF NORTH PALM BEACH
LIBRARY ADVISORY BOARD MEETING MINUTES
DATE: November 26, 2024
CALL TO ORDER
Chair DelGuzzi called the meeting to order at 7:00 pm.
ROLL CALL
Present:
Christine DelGuzzi, Chair
Stephanie DiGangi, Vice-Chair
Brad Avakian, Secretary
Bonnie Jenkins, Member
Carolyn Kost, Member
Tina Chippas, Member
Phyllis Wissner, Member (Absent)
Julie Morrell, Library Director
Patty Sullivan (Member of the Public)
APPROVAL OF MINUTES
The minutes of the October meeting were approved unanimously pending correction of titles and
dates.
DIRECTOR’S REPORT
Staffing:
Taryn Ham was promoted to Administrative Assistant and is adjusting well to her new
role.
A part-time Library Assistant position is open for evenings and weekends, including
shifts in the children’s department. This role is expected to assist with advertising and
social media to better promote library programs.
Children’s Programming:
Weekly Storytimes: Four sessions are held each week, attracting an average of 34
attendees per session.
Beyond the Bricks (formerly Lego Club): The program has expanded to include
younger children, with unique centers tailored for different age groups so siblings can
participate together. An average of 23 kids and parents attend each month.
Thanksgiving Snack Attack (November 21): Children created turkeys using hummus
and assorted vegetables, chopping the vegetables themselves with plastic knives. This
activity introduced healthy eating in a fun way, with 15 children participating.
Children’s Art Appreciation: The program is growing and continues to engage young
patrons.
PUBLIC COMMENT
Patty Sullivan of the Friends of the Library attended the meeting to invite Advisory Board
Members to the Holiday Bake Sale and the Annual Book Sale and encouraged them to
participate by contributing baked goods or donated items.
STAFF COMMENT
None.
ADJOURNMENT
A motion to adjourn was made by Member Kost and seconded by Secretary Avakian. Chair
DelGuzzi adjourned the meeting at 7:19 pm.
Next Meeting:
The next meeting is scheduled for January 28th 2025.
Meeting Minutes
Village of North Palm Beach
Waterways Advisory Board Meeting
Village Council Hall Chambers
October 22, 2024
1
I. Call to Order
II. Roll Call
☒ Mark Michels, MD, Chair
☒ Diane Wimbrow, Vice Chair
☒ Marty Domenech, Secretary
☒ George Alger, Board Member
☒ Paul Bartlett, Board Member
☒ Bruce Crawford, Board Member
☒ Jerry Sullivan, Board Member
☒Kris Garrison Village Council Member
☒Marc Holloway, Village Staff
III. Minutes from prior meeting were approved
IV. Public Comments: None
V. New Business: None
VI. Old Business
a. Oyster project
Mr Alger met with Environmental committee and Tom Twyford on the project, who offered to
support the project. The Breakers has offered to donate used oyster shells. Oysters must be
transported and cured in the sun 3-6 months. Looking at options, possibly McArthur beach state
park. Another option is coastal conservation association of Florida. The are offering equipment
to drill oysters needed to assemble into strings. Discussed formalizing the project with volunteers.
Mr Alger, Crawford, and Michels to be part of the volunteers collaborating with the
environmental committee.
b. Code Enforcement vessel.
Code enforcement has an officer identified. Proposal to pitch for a donated vessel pitched to
Village manager by Mr Holloway
Meeting Minutes
Village of North Palm Beach
Waterways Advisory Board Meeting
Village Council Hall Chambers
October 22, 2024
2
c. Dredging plan –
Mr Holloway contacted municipality. In the past dredging was done based on issues raised in
waterway by local, and appears to be done on case by case basis and not on a schedule. Discussed
possible upgront mapping of the waterways as a preventive measure. Would require costly side
scanning sonar. Fish scanner on NPB vessel could be more cost effective, but may still need full
scan if dredging is to be perform.
d. Derelict Vessels – [202401-2]
Dr Michels had a discussion to discuss FWC tagging program. NPB law and code enforcement in
the process of becoming certified to be able to tag vessels and assist FWC. Chief Jenkins
mentioned there is no concern with jurisdiction as to the tagging of vessels.
e. Pump out services update
Discussed possibly engaging others in marine industries to push for this. There are costs
associated with destination of the sewage that need to be investigated. Martin County program
used a share of grant money to reduce cost.
VII. Member Comments - none
The kayak kiosk will be discussed with the Recreation board for their consideration and
recommendation to the Council.
VIII. Staff Comments - none
IX. Adjourned
VILLAGE OF NORTH PALM BEACH
BUSINESS ADVISORY BOARD
MEETING MINUTES
TUESDAY, NOVEMBER 19, 2024
1. CALL TO ORDER
Chair Ronald Lantz called the meeting to order at 5:30 p.m.
2. ROLL CALL
Present: Ronald Lantz, Brenda Robinson, James “Chip”
Sebree, David Talley, Mimi McAndrews, and Norma Morski (New Member)
Absent: Nina Balgar
Staff: Caryn Gardner-Young, Community Development Director, Orlando Puyol,
Councilmember
3. APPROVAL OF MINUTES
• Motion to approve minutes from October 15, 2024, made by David Talley and
seconded by Brenda Robinson. Motion passed unanimously. (6-0)
4. PUBLIC COMMENTS
• Nick Agnelli received notice of the meeting and decided to attend. He works as a
General Contractor under the company name Agnelli Enterprise and does business
in the Village.
The speaker highlighted the challenges faced during the transition to MGO for managing permits
and inspections, noting the differences in processes among municipalities. Despite initial struggles,
the speaker praised individuals like AJ Davis, Kim Crawley, and others in the Building Department
for their dedication and helpfulness. He also commended the Village for adapting over the past
several months, now providing prompt support. The speaker suggested that a trial run could have
eased the transition and reduced early confusion.
Another concern raised was the use of CAP, a third-party agency, for inspections and plan reviews.
The speaker noted that while consistent inspectors provide familiarity and predictability, third-
party inspectors often lack context and continuity, which can complicate fieldwork. Similarly, the
limited availability of CAP's structural plan reviewer—only on Tuesdays and Thursdays—can
create delays, particularly when trying to expedite approvals. In response to a question, the speaker
suggested they would prefer dealing directly with North Palm employees rather than third-party
contractors, as it fosters better relationships and consistency in inspections.
The discussion then focused on how feedback from Board meetings is communicated to the
Building Department. Ms. Gardner-Young mentioned the meeting’s discussions are
communicated to the new Building Official, covering both positive and negative aspects. The
speaker appreciated this process.
2
Ms. Robinson mentioned that the Board is considering creating a mentoring program where
established businesses guide new ones and she asked if Mr. Agnelli would be interested. Mr.
Agnelli supported the idea, emphasizing the importance of how it is presented to younger
generations, such as Millennials and Gen Z. He suggested framing it as a networking or mentoring
event where participants can gain practical knowledge about growing their businesses,
understanding community and business taxes, and navigating intimidating processes like
government websites.
5. NEW BUSINESS
Marketing and Promotion
• Business Directory List
o The Board mentioned the idea of providing a welcome package, which was
previously discussed, and to follow up on the new businesses that have
opened. Ms. Gardner-Young discussed Brooklyn Bagel as a recent opening,
where a ribbon cutting was held and mention an upcoming business opening
in January.
o The discussion moved to the topic of a Business Expo. Ms. Gardner-
Young asked if a suggestion should be made to table the discussion and
wait for input from Board Member Balgar, who has strongly supported the
idea. The consensus was to table the decision until further input can be
gathered, particularly from Board Member Balgar.
o Ms. Gardner-Young suggested that increasing the board's visibility and
engagement within the community would will help raise awareness and
attract more people. She proposed starting with small actions, like
introducing themselves to new businesses, which could build connections
and generate energy, as mentioned by Nick. Ms. Gardner-Young also
recommended providing the Board with the names of new businesses to
facilitate outreach. The idea is to personally visit these businesses, introduce
the board, and offer assistance. This aligns with the goal of the welcome
package, though the details are still being worked out.
o The Board presented Board Member Dave Talley with a certificate in
recognition of his many years of service and volunteer hours as the Chair
of the Board.
o At the upcoming January meeting, the Board will review Business of the
Seasons applications and discuss sign regulations for a mixed-use district
with a consultant. Ms. Gardner-Young is also working to improve
communication about new businesses and applications, with Ed handling
advertising efforts.
6. MEMBER COMMENTS
• None.
7. STAFF COMMENTS
3
• On a Motion by Board Member McAndrews and seconded by Board Member Sebree,
the Board voted unanimously to cancel the December 17th meeting. The next regular
meeting of the Board is scheduled for January 15, 2025.
8. ADJOURNMENT
• On Motion by Board Member Sebree and seconded by Board member McAndrews,
the meeting was adjourned at 6:25p.m.
THE VILLAGE OF NORTH PALM BEACH
PLANNING, ZONING AND ADJUSTMENT BOARD
REGULAR MEETING MINUTES
TUESDAY, JANUARY 7, 2025 at 6:30 PM
Present Cory Cross, Chair
Scott Hicks, Vice-Chair
Thomas Hogarth, Member
Jonathan Haigh, Member
Timothy Hullihan, Member
Donald Solodar, Member
Mark Michaels, Member
Absent None
Village Staff Leonard Rubin, Village Attorney
Caryn Gardner-Young, Community Development Director
Village Councilmember Lisa Interlandi, President Pro Tem
1.CALL TO ORDER
Chair Cross called the meeting to order at 6:30 p.m.
a.ROLL CALL
Roll was called, and it was determined a quorum was present.
2.DELETIONS, ADDITIONS, OR MODIFICATIONS TO THE AGENDA: None.
3.PUBLIC COMMENT FOR NON-AGENDA ITEMS:
Deborah Cross raised concerns about a proposed amendment to the Prosperity Village PUD (Planned Unit
Development) scheduled to be discussed in the Village Council meeting on Thursday. She highlighted
the changes which could impact the design and style of the buildings, felt it was not aligned with the
existing structures, thought it could potentially disrupt the aesthetic of the development and questioned
whether this would genuinely reduce building height, as suggested, or if the homes would still be built as
tall as possible under the revised guidelines. She also wondered why the proposed amendment bypassed
review by the planning board.
Village Staff explained that amendments to PUD, under the Village’s regulations, are approved by the
Village Council only. There is no Planning, Zoning and Adjustment Board (PZAB) review or
recommendation required. However, this is an option that Village Staff provides to any applicant but
since it is voluntary, the applicant decided to go directly to the Village Council.
Chair Cross encouraged the PZAB members to review the proposed changes and consider advocating for
the matter to be referred back to them for evaluation, given the potential impact on the development’s
overall design and integration with existing structures.
4. APPROVAL OF MINUTES:
a. November 12, 2024 – A motion was made by Mr. Jonathan Haigh, and seconded by Mr.
Thomas Hogarth. Passed unanimously (7-0)
b. December 3, 2024 – A motion was made by Mr. Donald Solodar and seconded by Mr. Tim
Hullihan. Passed unanimously (7-0).
5. DECLARATION OF EX-PARTE COMMUNICATIONS: None.
6. SWEARING IN FOR QUASI-JUDICIAL MATTERS
No items were Quasi-Judicial.
7. QUASI-JUDICIAL MATTERS/PUBLIC HEARING
No items were Quasi-Judicial
8. PUBLIC HEARINGS
a. OLD BUSINESS
1.Sign Text Amendment Ordinance
Request by Village staff for consideration of the following ordinance:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA, AMENDING CHAPTER 6,
“BUILDINGS AND BUILDING REGULATIONS,” OF THE VILLAGE
CODE OF ORDINANCES BY REPEALING ARTICLE V, “SIGNS AND
OUTDOOR DISPLAYS,” IN ITS ENTIRETY; AMENDING ARTICLE III,
“DISTRICT REGULATIONS,” OF APPENDIX C (CHAPTER 45),
“ZONING,” OF THE VILLAGE CODE OF ORDINANCES BY AMENDING
SECTION 45-34, “C-G GENERAL COMMERCIAL DISTRICT,” SECTION
45-34.1, “C-3 REGIONAL BUSINESS DISTRICT,” SECTION 45-34.3, “C-
NB NORTHLAKE BOULEVARD COMMERCIAL DISTRICT, AND
SECTION 45-38, “I-1 LIGHT INDUSTRIAL DISTRICT,” TO REMOVE
SIGN REGULATIONS; AMENDING APPENDIX C (CHAPTER 45),
“ZONING,” OF THE VILLAGE CODE OF ORDINANCES BY ADOPTING
A NEW ARTICLE IX, “SIGNS AND OUTDOOR DISPLAYS;” PROVIDING
FOR SEVERABILITY; PROVIDING FOR CONFLICTS; PROVIDING
FOR AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.
Village Attorney Ruben discussed the proposed text amendment ordinance
regarding signage, particularly temporary signs. The issue of temporary signage,
especially “for sale” and “for lease” signs, has been a recurring topic of concern
due to their proliferation in the Village. Previous suggestions, such as prohibiting
temporary signs entirely, raised legal concerns, as regulations cannot be solely
content-based. The Chair asked the Board Members if they had comments to the
Village Attorney’s presentation.
Mr. Solodar recalled previous discussions about the issue of vehicles, specifically
referencing trucks with advertisement, such as those featuring Baer’s Furniture
Store, parked intentionally in front of stores. He questioned whether the current
rules address vehicles used for signage purposes and asked for clarification on the
topic. Additionally, he sought a summary of any existing regulations related to
vehicles and signage, noting that this was discussed in a previous meeting.
Village Attorney Ruben explained the key points: Vehicle Signs must be flush-
mounted or painted on vehicles, not used for off-site advertising, and adhere to
strict placement rules. Large vehicle signs (over 10 square feet) have additional
restrictions, including parking limits (120 minutes near public right-of-way).
Enforcement challenges were acknowledged, but, rules are proposed to curb
egregious violations.
Mr. Hullihan discussed suggestions to clarify regulations, like requiring vehicles
with signage to park behind buildings if rear parking is available. He also
mentioned enforcement of time limitations for holiday lights and decorations for
both commercial and residential properties.
Discussion ensued but consensus was the parking behind buildings was addressed
with the new proposed sign language. As far as holiday decorations, Village staff
stated the Village’s code allows holiday decoration to be placed out October 15th
and they do not need to be removed until 2 weeks after the holiday. Code
Enforcement would be addressing the holiday decorations this week after the
expiration of the two (2) week time period.
The Board supported the Village Attorney’s changes, particularly removing large
“for sale/lease” signs, emphasizing aesthetics and practicality. They appreciated
the balance between enforcement feasibility and maintaining community
standards.
Motion to approve by Dr. Michaels and seconded by Mr. Hullihan. The motion
passed unanimously (7-0)
9. BOARD COMMENTS
Mr. Hullihan raised concerns about residents being notified to maintain sidewalks despite unclear code
language. According to Mr. Hullihan the current code mentions “walkways,” not “sidewalks,” and
does not explicitly mandate sidewalk maintenance by residents. Instances of unclear or aggressive
enforcement, such as pressure washing deadlines, were criticized.
Discussion ensued.
Chair Cross and Mr. Solodar suggested clarifying code language to define responsibilities for
sidewalks and walkways and to balance expectations of public vs. private maintenance without overly
burdening residents.
Attorney Ruben suggested future actions for staff to include reviewing and clarifying the code and
separating requirements for on-property and right-of-way areas.
Chair Cross permitted a member of the public to speak.
Deborah Cross suggested softening language to indicate responsibility without creating strict
mandates.
Mr. Solodar questioned if a Tree Ordinance has been put before the Village Council. Ms. Gardner-
Young replied it will be heard at the January 23rd Village Council meeting. Dr. Marc Michaels
discussed additional considerations for related issues (tree roots, swales, etc.). Discussion ensued on
upcoming tree ordinances and their implications.
10. STAFF UPDATES: None.
11. ADJOURNMENT
With no further business before the Board, Chair Cross adjourned the meeting at 7:40 p.m.
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: February 13, 2025
SUBJECT: ORDINANCE 2nd Reading – Amending Article II of Chapter 9 of the Village Code of
Ordinances to dissolve the Golf Advisory Board and reestablish new Country Club
Advisory Board
At its September 12, 2024 meeting, the Village Council approved Staff’s recommendation to dissolve the
Golf Advisory Board and reestablish a new Country Club Advisory Board. By way of background, in
2007, the Village Council dissolved the Country Club Advisory Board and established a new Golf Advisory
Board because the pool and tennis facilities at the Country Club were incorporated into the Parks and
Recreation Department. Following the reconstruction of the Country Club clubhouse in 2019, the pool
and tennis facilities were placed back under the management of the Country Club General Manager,
thereby creating a more integrated campus under a single umbrella. The creation of a new Country Club
Advisory Board will ensure proper representation and oversight of all activities and facilities at the Country
Club.
The attached Ordinance repeals Article II, “Golf Advisory Board,” of Chapter 9, “Country Club,” of the
Village Code of Ordinances and adopts a new Article II, “Country Club Advisory Board.” The Country
Club Board will serve in an advisory capacity and provide recommendations to the Village Council
regarding Country Club operations. The Board’s mission shall be work with the General Manager “to
ensure efficient operations of the Country Club while addressing the needs of all stakeholders.” The
Board shall have no final authority with respect to Country Club operations, staffing, or financial
allocations.
The members of the Board shall to the extent practicable, consist of the following:
Two (2) persons with golf memberships who are active golfers at the Club;
One (1) person representing the Women’s Golf Association (if no WGA member wishes to serve
int this capacity, this member may be replaced with a female golfer at the Club);
One (1) person with a tennis membership who is actively involved in tennis activities at the Club;
One (1) person with a pool membership who is actively involved in swim activities at the Club;
and
Two (2) persons representing the community at large.
Based on Council direction on first reading, the composition of the Board was revised to eliminate the
requirement that the Board include one person with a social dining membership in favor of two persons
representing the community at large.
The members shall serve terms of two years, with three of the initial appointees serving three-year terms
to ensure future staggering.
The duties of the Country Club Advisory Board are defined as follows:
(1) Provide input on Country Club policies, including membership, facility use, and community
engagement;
(2) Serve as a liaison between the community and the Country Club, collecting feedback and relaying
concerns and programming suggestions;
(3) Offer suggestions to align programs, services, and capital upgrades with the long -term goals of
the Country Club;
(4) Review proposed budgets and financial reports, offering recommendations to optimize resource
allocation;
(5) Advocate for Country Club events and assist in programming community events; and
(6) Any other duties assigned by the Village Council.
At its January 9, 2025 meeting, the Council adopted the Ordinance on first reading with the modification to
the composition of the Board outlined above.
The attached Ordinance has been prepared and reviewed for legal sufficiency.
There is no fiscal impact.
Recommendation:
Village Staff requests Council consideration and approval on second and final reading of the
attached Ordinance amending Article II of Chapter 9, “Country Club,” of the Village Code of
Ordinance to dissolve the Golf Advisory Board and reestablish a new Country Clu b Advisory
Board in accordance with Village policies and procedures.
Page 1 of 3
ORDINANCE NO. _____ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF 3
NORTH PALM BEACH, FLORIDA, AMENDING CHAPTER 9, “COUNTRY 4
CLUB,” OF THE VILLAGE CODE OF ORDINANCES BY REPEALING 5
ARTICLE II, “GOLF ADVISORY BOARD,” IN ITS ENTIRETY AND 6
ADOPTING A NEW ARTICLE II, “COUNTRY CLUB ADVISORY BOARD;” 7
PROVIDING FOR BOARD CREATION, TERMS, COMPOSITION AND 8
DUTIES; PROVIDING FOR CODIFICATION; PROVIDING FOR 9
SEVERABILITY; PROVIDING FOR CONFLICTS; AND PROVIDING FOR AN 10
EFFECTIVE DATE. 11
12
WHEREAS, in 2007, the Village Council dissolved the Country Club Advisory Board 13
(formed in 1999) and established a new Golf Advisory Board because the pool and tennis facilities 14
had been incorporated into the Parks and Recreation Department; and 15
16
WHEREAS, following the reconstruction of the North Palm Beach Country Club in 2019, 17
the pool and tennis facilities were placed back under the management of the Country Club General 18
Manager, thereby creating a more integrated campus under a single umbrella; and 19
20
WHEREAS, based on the foregoing, the Village Council wishes to dissolve the Golf 21
Advisory Board and form a new Country Club Advisory Board to ensure proper representation 22
and oversight of all activities at the Country Club; and 23
24
WHEREAS, the Village Council has determined that the adoption of this Ordinance is in 25
the best interests of the Village and its residents. 26
27
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE 28
OF NORTH PALM BEACH, FLORIDA as follows: 29
30
Section 1. The foregoing “whereas” clauses are hereby ratified as true and are incorporated 31
herein. 32
33
Section 2. The Village Council hereby amends Chapter 19, “Country Club,” of the Village 34
Code of Ordinances by repealing Article II, “Golf Advisory Board,” in its entirety and adopting a 35
new Article II, “Country Club Advisory Board,” to read as follows (additional language 36
underlined): 37
38
ARTICLE II. COUNTRY CLUB ADVISORY BOARD 39
40
Sec. 9-16. Created. 41
42
The village council hereby creates a country club advisory board to serve in 43
an advisory capacity and provide recommendations to the council regarding 44
country club operations. 45
46
Page 2 of 3
Sec. 9-17. Composition; terms. 1
2
(a) Composition. The board shall be appointed by the village council 3
and shall consist of seven (7) members who shall represent the diverse users of the 4
country club facilities. To ensure balanced representation, the members of the 5
board shall, to extent practicable, consist of the following: 6
7
(1) Two (2) persons with golf memberships who are active golfers at 8
the country club; 9
10
(2) One (1) person representing the Women’s Golf Association (WGA) 11
(if no WGA member wishes to serve in this capacity, this member 12
may be replaced with a female golfer at the country club); 13
14
(3) One (1) person with a tennis membership who is actively involved 15
in tennis activities at the country club; 16
17
(4) One (1) person with a pool membership who is actively involved in 18
swim activities at the club; and 19
20
(5) Two (2) persons representing the community at large. 21
22
(b) Terms. The members of the board shall serve staggered terms of 23
two years, with three of the initial appointees serving three-year terms for their first 24
term only. 25
26
Sec. 9-18. Mission; duties. 27
28
(a) Mission. The board shall serve in an advisory capacity to the village 29
council, and its mission shall be to work closely with the general manager to ensure 30
efficient operations of the country club while addressing the needs of all 31
stakeholders. The board shall have no final authority with respect to country club 32
operations, staffing, or financial allocations. 33
34
(b) Duties. The board’s duties shall consist of the following: 35
36
(1) Provide input on country club policies, including membership, 37
facility use, and community engagement; 38
39
(2) Serve as a liaison between the community and the country club, 40
collecting feedback and relaying concerns and programming 41
suggestions; 42
43
(3) Offer suggestions to align programs, services, and capital upgrades 44
with the long-term goals of the country club; 45
46
Page 3 of 3
(4) Review proposed budgets and financial reports, offering 1
recommendations to optimize resource allocation; 2
3
(5) Advocate for club events and assist in programming community 4
events; and 5
6
(6) Any other duties assigned by the village council. 7
8
Section 3. The provisions of this Ordinance shall become and be made a part of the Code of 9
the Village of North Palm Beach, Florida. 10
11
Section 4. If any section, paragraph, sentence, clause, phrase, or word of this Ordinance is for 12
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, 13
such holding shall not affect the remainder of this Ordinance. 14
15
Section 5. All ordinances or parts of ordinances and resolutions or parts of resolutions in 16
conflict herewith are hereby repealed to the extent of such conflict. 17
18
Section 6. This Ordinance shall take effect immediately upon adoption. 19
20
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2025. 21
22
PLACED ON SECOND, FINAL READING AND PASSED THIS ______ DAY OF 23
___________, 2025. 24
25
26
(Village Seal) 27
MAYOR 28
29
ATTEST: 30
31
32
VILLAGE CLERK 33
34
APPROVED AS TO FORM AND 35
LEGAL SUFFICIENCY: 36
37
38
VILLAGE ATTORNEY 39
1
Business Impact Estimate
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, AMENDING CHAPTER 9, “COUNTRY CLUB,” OF THE VILLAGE
CODE OF ORDINANCES BY REPEALING ARTICLE II, “GOLF ADVISORY BOARD,” IN
ITS ENTIRETY AND ADOPTING A NEW ARTICLE II, “COUNTRY CLUB ADVISORY
BOARD;” PROVIDING FOR BOARD CREATION, TERMS, COMPOSITION AND
DUTIES; PROVIDING FOR CODIFICATION; PROVIDING FOR SEVERABILITY;
PROVIDING FOR CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE.
This Business Impact Estimate is provided in accordance with section 166.041(4), Florida
Statutes. If one or more boxes are checked below, this means the Village is of the view
that a business impact estimate is not required by state law1 for the proposed ordinance,
but the Village is, nevertheless, providing this Business Impact Estimate as a courtesy
and to avoid any procedural issues that could impact the enactment of the proposed
ordinance. This Business Impact Estimate may be revised following its initial posting.
☐ The proposed ordinance is required for compliance with Federal or State law or
regulation;
☐ The proposed ordinance relates to the issuance or refinancing of debt;
☐ The proposed ordinance relates to the adoption of budgets or budget
amendments, including revenue sources necessary to fund the budget;
☐ The proposed ordinance is required to implement a contract or an agreement,
including, but not limited to, any Federal, State, local, or private grant or other
financial assistance accepted by the municipal government;
☐ The proposed ordinance is an emergency ordinance;
☐ The ordinance relates to procurement; or
☐ The proposed ordinance is enacted to implement the following:
a. Part II of Chapter 163, Florida Statutes, relating to growth policy, county and
municipal planning, and land development regulation, including zoning,
development orders, development agreements and development permits;
b. Sections 190.005 and 190.046, Florida Statutes, regarding community
development districts;
c. Section 553.73, Florida Statutes, relating to the Florida Building Code; or
d. Section 633.202, Florida Statutes, relating to the Florida Fire Prevention Code.
In accordance with the provisions of controlling law, even notwithstanding the fact that an
exemption noted above may apply, the Village hereby publishes the following information:
1 See Section 166.041(4)(c), Florida Statutes.
2
1. Summary of the proposed ordinance: The proposed Ordinance dissolves the
existing Golf Advisory Board and creates a new Country Club Advisory Board to ensure
proper representation and oversight of all activities and facilities at the County Club,
including the pool, tennis, and the restaurant.
2. An estimate of the direct economic impact of the proposed ordinance on private,
for-profit businesses in the Village:
(a) There are no direct compliance costs that private, for -profit businesses in the Village
may reasonably incur;
(b) There is no new charge of fee imposed by the proposed Ordinance; and
(c) There are no regulatory costs.
3. Good faith estimate of the number of businesses likely to be impacted by the
proposed ordinance: None
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: February 13, 2025
SUBJECT: ORDINANCE 1st Reading – Amending Section 19-104 of the Village Code to modify
the permissible times for construction activity and the use of power-driven machinery,
tools, or equipment.
During the Village Council’s discussion of the recently adopted Construction Site Standards Ordinance,
the Village Council determined that it wished to modify the permissible times for construction activity
within the Village.
The Village’s noise regulations are set forth in Article VI of Chapter 19 of the Village Code of Ordinances.
Section 19-104 regulates the permissible times for construction activity. Specifically, Section 19-104(a)
of the Code currently provides that “it shall be unlawful for any person to do, perform or engage in any
construction work, building, excavating, hoisting, grading, pile driving, pneumatic hammering, demolition,
dredging, building alteration or repair work between the house of 8:00 p.m. of one day and 8:00 a.m. the
next day if any such activity shall cause unreasonable noise as defined in section 19-99 above.” No
construction activity shall be permitted on Sundays or legal holidays.
Unreasonable noise is defined by Section 19-99 of the Village Code as follows:
Unreasonable noise means any noise in or emanating from any property located within
the corporate limits of village which violates the provisions of this article.
(a) For noise emanating from property with a commercial, mixed-use, or light industrial
zoning designation, unreasonable noise shall be defined as any noise emanating
from the property which equals or excess a measured sound level of sixty-five (65)
dBA between the hours of 10:00 p.m. and 8:00 a.m. Sunday through Thursday, a
measured sound level in excess of eighty-five (85) dBA between the hours of 8:00
a.m. and 10:00 p.m. Sunday through Thursday; and a measured sound level which
equals or exceeds sixty-five (65) dBA between the hours of 11:00 p.m. and 8:00
a.m. Friday through Saturday and a measured sound level meeting or exceeding
eighty-five (85) dBA between the hours of 8:00 a.m. and 11:00 p.m. Friday through
Saturday.
(b) For noise emanating from property with a commercial, mixed-use or light industrial
zoning designation which shares any portion of its boundary with a property with a
residential zoning designation, unreasonable noise shall be defined as any noise
emanating from the property which equals or exceeds a measured sound level of
sixty (60) dBA between the hours of 10:00 p.m. and 8:00 a.m. Sunday through
Thursday, a measured sound level in excess of seventy (70) dBA between the
hours of 8:00 a.m. and 10:00 p.m. Sunday through Thursday; and a measured
sound level which equals or exceeds sixty (60) dBA between the hours of 11:00
p.m. and 8:00 a.m. Friday through Saturday and a measured sound level meeting
or exceeding seventy (70) dBA between the hours of 8:00 a.m. and 11:00 p.m.
Friday through Saturday.
(c) For noise emanating from property with a residential zoning designation,
unreasonable noise shall be defined as noise that is plainly audible one hundred
fifty (150) feet from the property boundary of the source of the sound or noise,
measured on a horizontal plane. Notwithstanding the foregoing, noise shall be
considered unreasonable when it is plainly audible through the external walls and
fully closed windows and doors of a residential structure or through walls, floors or
partitions common to two (2) residential units located within a single structure.
(d) Noise shall be measured from the property boundary closest to the source of noise
with a sixty (60) second reading. Where the property boundary abuts a waterway,
the property boundary shall be considered the opposite side of the waterway and
not the actual seawall or bulkhead.
Subsection (b) of Section 19-104 currently limits the use of any power-driven machinery, tools, or
equipment in any residential zoning district to between the hours of 8:00 a.m. and 8:00 p.m. on weekdays
and Saturdays and between hours of 10:00 a.m. and 8:00 p.m. on Sunday.
Based on Council’s prior discussion, the attached Ordinance amends the permissible times for
construction activity (Monday through Saturday) from 8:00 a.m. to 8:00 p.m. to 7:30 a.m. to 6:00 p.m.
Similarly, the permissible times for use of power-driven machinery and equipment has been changed
from 8:00 a.m. to 8:00 p.m. on weekdays and Saturdays and 10:00 a.m. to 8:00 p.m. on Sundays to 7:30
a.m. to 6:00 p.m. on weekdays and Saturdays and 10:00 a.m. to 6:00 p.m. on Sundays.
The attached Ordinance has been prepared by this office and reviewed for legal sufficiency.
There is no fiscal impact to the Village.
Recommendation:
Village Staff requests Council consideration on first reading of the attached Ordinance amending
Section 19-104 of the Village Code of Ordinances to modify the permissible times for construction
activity and the use of power-driven machinery, tools, or equipment in residential districts
accordance with Village policies and procedures.
Page 1 of 2
ORDINANCE NO. 2025-___ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH 3
PALM BEACH, FLORIDA, AMENDING ARTICLE VI, “NOISE CONTROL,” OF 4
CHAPTER 19, “OFFENSES AND MISCELLANEOUS PROVISIONS,” OF THE 5
VILLAGE CODE OF ORDINANCES BY AMENDING SECTION 19-104, 6
“PERMISSIBLE TIME FOR CONSTRUCTION ACTIVITY,” TO MODIFY THE 7
PERMISSIBLE HOURS FOR CONSTRUCTION ACTIVITY AND THE USE OF 8
POWER-DRIVEN MACHINERY; PROVIDING FOR CODIFICATION; 9
PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND 10
PROVIDING FOR AN EFFECTIVE DATE. 11
12
WHEREAS, the Village’s noise control regulations are set forth in Article VI of Chapter 19 of the 13
Village Code of Ordinances; and 14
15
WHEREAS, the Village Council wishes to modify the permissible hours for construction activities 16
and the use of power-driven machinery set forth in Section 19-104 of the Village Code; and 17
18
WHEREAS, the Village Council determines that the adoption of this Ordinance is in the best interests 19
of the Village and its residents. 20
21
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE OF 22
NORTH PALM BEACH, FLORIDA as follows: 23
24
Section 1. The foregoing “Whereas” clauses are hereby ratified as true and correct and are 25
incorporated herein. 26
27
Section 2. The Village Council hereby amends Article VI, “Noise Control,” of Chapter 19, 28
“Offenses and Miscellaneous Provisions,” of the Village Code of Ordinances by amending Section 29
19-104 to read as follows (additional is underlined and deleted language is stricken through): 30
31
ARTICLE VI. NOISE CONTROL 32
33
* * * 34
35
Sec. 19-104. Permissible time for construction activity. 36
37
(a) It shall be unlawful for any person to do, perform or engage in any 38
construction work, building, excavating, hoisting, grading, pile driving, pneumatic 39
hammering, demolition, dredging, building alteration or repair work of any nature to 40
any building or structure or upon any site for same, in the village between the hours of 41
8:00 6:00 p.m. of one day and 8:00 7:30 a.m. of the next day if any such activity shall 42
cause unreasonable noise as defined in section 19-99 above. No construction activity 43
shall be permitted on Sundays or legal holidays. Any person desiring to engage in the 44
aforesaid activity beyond the stated hours of limitation, based upon cases of emergency 45
or upon the interests of public health, safety and ultimate convenience, may apply to the 46
village manager or his representative for a special permit. Such permits, if granted, shall 47
be limited to a certain period, but may be renewed for additional periods if the 48
Page 2 of 2
emergency or need therefor continues. In the issuance of such permits the village 1
manager or his designated representative shall weigh all facts and circumstances and 2
shall determine whether the reasons given for the urgent necessity are valid and 3
reasonable, whether the public health, safety and ultimate convenience will be protected 4
or better served by granting the permit requested, and whether the manner and amount 5
of loss or inconvenience to the party in interest imposes a significant hardship. Upon an 6
affirmative finding of the foregoing considerations, the village manager or his designee 7
is authorized to issue the permit requested and any extensions thereof, as may be 8
required. Any person aggrieved by the decision of the village manager or his designated 9
representative may appeal the decision of the village manager to the village council. 10
11
(b) It shall be unlawful for any person to cause or permit the use of any 12
power-driven machinery, tools or equipment, including power mowers, in any portion 13
of the village zoned and designated as a residential district other than between the hours 14
of 8:00 7:30 a.m. and 8:00 6:00 p.m. on weekdays and Saturdays and between the hours 15
of 10:00 a.m. and 8:00 6:00 p.m. on Sundays. 16
17
Section 3. The provisions of this Ordinance shall become and be made part of the Code of 18
Ordinances for the Village of North Palm Beach, Florida. 19
20
Section 4. If any section, paragraph, sentence, clause, phrase, or word of this Ordinances is for 21
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, such 22
holding shall not affect the remainder of the Ordinance. 23
24
Section 5. All ordinances and resolutions, or parts of ordinances and resolutions, in conflict 25
herewith are hereby repealed to the extent of such conflict. 26
27
Section 6. This Ordinance shall be effective immediately upon adoption. 28
29
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2025. 30
31
PLACED ON SECOND, FINAL READING AND PASSED THIS ______ DAY OF ___________, 32
2025. 33
34
35
(Village Seal) 36
MAYOR 37
38
ATTEST: 39
40
41
VILLAGE CLERK 42
43
APPROVED AS TO FORM AND 44
LEGAL SUFFICIENCY: 45
46
47
VILLAGE ATTORNEY 48
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: February 13, 2025
SUBJECT: ORDINANCE 1st Reading – Adoption of amendments to Firefighter Pension Plan to
incorporate changes set forth in the recently adopted Collective Bargaining Agreement.
Through the adoption of Resolution 2024-81 on September 12, 2024, the Village Council ratified a new
three-year Collective Bargaining Agreement (“CBA”) with the Professional Firefighters/Paramedics of
Palm Beach County, Local 2928, IAFF, Inc. The new CBA modified certain provisions applicable to the
pension benefits for firefighter members, and the attached Ordinance incorporates these provisions into
the Village Code.
The attached Ordinance amends Chapter 2, “Administration,” Article V, “Pensions and Retirement
Systems,” Division 2, “Pension and Certain Other Benefits for Fire and Police Employees,” of the Village
Code of Ordinances to reflect the terms of the new CBA as follows:
Section 2-159 is amended to change the normal retirement age to 52 years of age or 25 years of
credited service (in lieu of 55 years of age or 52 years and 25 years of credited service);
Section 2-161 is amended to increase the benefit accrual rate to 3 percent for all years of credited
service on or after October 1, 2021;
A new Section 2-161.1 is included to add a firefighter health insurance supplement equal to
$15.00 per year of credited service.
Section 2-163 is amended to increase the employee contribution from 8.5% to 11% effective the
first payroll after March 31, 2025.
Section 2-170.1 is amended to provide that effective April 1, 2025, an employee may elect to
participate in the Deferred Retirement Option Plan (DROP) by the later of: (1) 30 days after
reaching their latest normal retirement date; or (2) 90 days after April 1, 2025.
Fiscal Impact:
Based on the actuarial analysis completed during union negotiations, the additional contributions should
be adequate to offset the increase in the pension benefit. An updated actuarial analysis will be provided
prior to adoption of the Ordinance on second reading.
The attached Ordinance has been prepared and/or reviewed for legal sufficiency by this office.
Recommendation:
Village Staff requests Council consideration and approval on first reading of the attached
Ordinance amending Chapter 2 of the Village Code of Ordinances to modify the pension benefits
and contributions for firefighter members as set forth in the Collective Bargaining Agreement
between the Village and the Professional Firefighters/Paramedics of Palm Beach County, Local
2928, IAFF, Inc. in accordance with Village policies and procedures.
Page 1 of 7
ORDINANCE NO. 2025-___ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH 3
PALM BEACH, FLORIDA AMENDING DIVISION 4, “PENSION AND CERTAIN 4
OTHER BENEFITS FOR FIRE AND POLICE EMPLOYEES,” OF ARTICLE V, 5
“PENSIONS AND RETIREMENTS SYSTEMS,” OF CHAPTER 2, 6
“ADMINISTRATION,” OF THE VILLAGE CODE OF ORDINANCES TO 7
IMPLEMENT CHANGES TO RETIREMENT BENEFITS RESULTING FROM 8
COLLECTIVE BARGAINING WITH THE UNION REPRESENTING THE 9
VILLAGE’S FIREFIGHTER EMPLOYEES (IAFF); PROVIDING FOR 10
AMENDMENTS AFFECTING THE CALCULATION OF FIREFIGHTER 11
EMPLOYEES’ RETIREMENT BENEFITS WHEN THEY BECOME ELIGIBLE 12
FOR SAME; INCREASING EMPLOYEE CONTRIBUTION RATES; 13
CLARIFYING THE ENTRY WINDOW FOR PARTICIPATION IN THE 14
DEFERRED RETIREMENT OPTION PLAN (DROP); APPLYING THE USE OF 15
INSURANCE PREMIUM TAX REVENUE TO THE VILLAGE ANNUAL 16
RETIREMENT CONTRIBUTION; PROVIDING FOR CODIFICATION; 17
PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND 18
PROVIDING FOR AN EFFECTIVE DATE. 19
20
WHEREAS, collective bargaining with the unions that represents the Village’s firefighter employees 21
has been concluded with the ratification of a new Collective Bargaining Agreement by the Village 22
Council and the bargaining units; and 23
24
WHEREAS, the new Collective Bargaining Agreement provides for amendments to the retirement 25
benefits for firefighters; and 26
27
WHEREAS, a majority of bargaining unit employees ratified the Agreement, including the provisions 28
for increasing employee contributions; and 29
30
WHEREAS, the Village Council finds that the retirement benefit amendments hereinafter described 31
are fully consistent with the new Collective Bargaining Agreement; and 32
33
WHEREAS, Village Administration has complied with all conditions precedent to the adoption of a 34
pension plan amendment as required by Florida Statutes; and 35
36
WHEREAS, the Village Council determines that the adoption of this Ordinance is in the interests of 37
the public health, safety and welfare of the Village and its residents. 38
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE OF 39
NORTH PALM BEACH, FLORIDA as follows: 40
Section 1. The foregoing “whereas” clauses are hereby ratified as true and are incorporated 41
herein. 42
Section 2. The Village Council hereby amends Chapter 2, “Administration,” Article V, “Pensions 43
and Retirement Systems,” Division 4, “Pension and Certain Other Benefits for Fire and Police 44
Page 2 of 7
Employees,” of the Village Code of Ordinance as follows (new language is underlined and deleted 1
language is stricken through): 2
3
Sec. 2-159. Creation of trust and definitions. 4
5
* * * 6
7
Normal retirement date means: for each member the 8
9
(1) For Police Officer members: The first day of the month coincident with 10
or next following the date on which the Police Officer member attains 11
age fifty-five (55) or the date on which the member attains age fifty-12
two (52) and has twenty-five (25) years of credited service. A Police 13
Officer member may retire on this normal retirement date or on the first 14
day of any month thereafter. 15
16
(2) For Firefighter members: Effective for retirements on and after April 17
1, 2025, the first day of the month coincident with or next following 18
the date on which the Firefighter member attains (1) age fifty-two (52) 19
years regardless of years of credited service or (2) upon the completion 20
of twenty-five (25) years of credited service regardless of age. For 21
retirements prior to April 1, 2025, the normal retirement date meant the 22
first day of the month coincident with or next following the date on 23
which the Firefighter member (1) attained age fifty-five (55) years or 24
(2) the date on which the Firefighter member attained age fifty-two (52) 25
years and had twenty-five (25) years of credited service. In all cases, a 26
Firefighter member may retire on this normal retirement date or on the 27
first day of any month thereafter. 28
29
* * * 30
31
Sec. 2-161. Benefit amounts. 32
33
(a) Normal retirement benefit. 34
35
(1) Amount. Each member who retires on or after the member’s 36
normal retirement date shall be eligible to receive a normal 37
retirement benefit commencing on the member’s actual 38
retirement date. In all cases, the benefit provided for years of 39
service on and after October 1, 2018 shall be at least 2.75 40
percent of average monthly earnings per year of service 41
(provided the member was employed by the village on and after 42
July 11, 2019). The monthly normal retirement benefit shall be 43
calculated as follows: 44
45
For Police Officer members: An amount equal to the sum of: 46
47
Page 3 of 7
a. two and one-half (2 ¾ 2.5) percent of the member’s 1
average monthly earnings multiplied by the member's 2
credited service prior to October 1, 2018; and 3
4
b. two and three-fourths (2 ¾ 2.75) percent for credited 5
service on or after October 1, 2018 (provided the 6
member remained employed by the Village as a police 7
officer on or after July 11, 2019); and 8
9
c. three (3.0) percent for credited service on or after 10
October 1, 2022. 11
12
On and after October 1, 2022, a police officer retiree's 13
maximum monthly pension benefit shall not exceed eighty (80) 14
percent of the retiree's average monthly earnings as that term is 15
defined in section 2-159 above; for retirements prior to October 16
1, 2022, the maximum benefit is seventy-five (75) percent of 17
average monthly earnings. 18
19
For Firefighter members: An amount equal to the sum of: 20
21
a. two and one-half (2.5) percent of the member’s average 22
monthly earnings multiplied by the member's credited 23
service prior to October 1, 2018; and 24
25
b. two and three-fourths (2.75) percent for credited service 26
on or after October 1, 2018 (provided the member 27
remained employed by the Village as a firefighter on or 28
after July 11, 2019); and 29
30
c. three (3.0) percent for credited service on or after 31
October 1, 2021 for members employed on or after 32
April 1, 2025. 33
34
On and after October 1, 2022, a Firefighter retiree's maximum 35
monthly pension benefit shall not exceed eighty (80) percent of 36
the retiree's average monthly earnings as that term is defined in 37
Section 2-159 above; for retirements prior to October 1, 2022, 38
the maximum benefit is seventy-five (75) % percent of average 39
monthly earnings. 40
41
* * * 42
43
Sec. 2-161.1. Firefighter supplement. 44
45
Any Firefighter who satisfies the requirements for a normal retirement or is 46
approved for a duty disability retirement and is separated from employment on 47
or after April 1, 2025 is entitled to and shall be paid a lifetime monthly 48
Page 4 of 7
supplemental benefit equal to fifteen dollars ($15.00) per year of service. This 1
benefit is payable for the lifetime of the Firefighter member. 2
3
(a) Firefighter members in the DROP are not entitled to a supplemental 4
benefit payment while participating in the DROP, but the years of 5
service while participating in the DROP shall count as years of service 6
for purposes of calculating the amount of the supplemental benefit to 7
be paid to the Firefighter member after separation of employment. 8
9
(b) Firefighter members may choose to receive the supplemental benefit 10
under one of the optional forms of benefits in Section 2-162 which will 11
cause the supplemental benefit to be actuarially adjusted to be 12
actuarially equivalent to the Firefighter member’s lifetime 13
supplemental benefit. 14
15
(c) Firefighter members who retire on an early retirement, a vested 16
terminated benefit that begins at early or normal retirement, pre-17
retirement death benefits whether duty or nonduty, and nonduty 18
disabilities are not entitled to the supplemental benefit. 19
20
Sec. 2-163. Contributions. 21
22
(a) Member contributions. 23
24
(1) Amount. Members of the plan shall make regular contributions 25
to the fund as follows: at rate equal to two (2) percent of their 26
respective earnings. 27
28
For Police Officer members only: 29
30
(i) Effective at the beginning of the first full payroll period 31
after October 1, 2013, the Police Office member 32
contribution shall increase to two and sixty-seven one 33
hundredths (2.67) percent; 34
35
(ii) Effective the first full payroll period after October 1, 36
2014, the Police Officer member contribution shall 37
increase to three and thirty-three one hundredths (3.33) 38
percent; and 39
40
(iii) Effective the first full payroll period after October 1, 41
2015, the Police Officer member contribution shall 42
increase to four (4) percent. 43
44
(iv) Effective the second payroll period following the 45
adoption of Ordinance 2019-11, the Police Officer 46
member shall contribute 6.00 percent of earnings. 47
48
Page 5 of 7
(iv) Effective the first payroll period after October 1, 2020, 1
the Police Officer member shall contribute seven (7.0) 2
percent of earnings. 3
4
(iivi) Effective the first full payroll after October 1, 2022, the 5
Police Officer member shall contribute eight and one-6
half (8.5) percent of earnings. 7
8
(iiiviii) Effective the first payroll after October 1, 2023, the 9
Police Officer member shall contribute ten (10.0) 10
percent of earnings; and 11
12
(ivviii) During participation in the DROP, Police Officer 13
members shall contribute four (4.0) percent of earnings, 14
with three (3.0) percent credited to the member’s DROP 15
account and one (1.0) percent applied to the pension 16
plan unfunded actuarial accrued liability (“UAAL”). 17
18
For Firefighter members only: 19
20
(i) Effective the beginning of the first full payroll period 21
after April 1, 2015, the Firefighter member contribution 22
shall increase to three and one-half (3.50) percent; and 23
24
(ii) Effective the first full payroll period after April 1, 2016, 25
the Firefighter member contribution shall increase to 26
five (5.00) percent. 27
28
(iii) Effective with the second payroll period following 29
adoption of Ordinance No. 2019-11, the Firefighter 30
member contribution shall increase from five (5) 31
percent of earnings to seven (7.0) percent of earnings. 32
33
(iiiv) Effective the first full payroll period after October 1, 34
2022, the Firefighter member contribution shall 35
increase from seven (7.0) percent to seven and one-half 36
(7.5) percent. 37
38
(iiiv) Effective the first full payroll period after October 1, 39
2023, the Firefighter member contribution shall 40
increase from seven and one-half (7.5) percent to eight 41
(8.0) percent. 42
43
(ivvi) Effective the first full payroll period after October 1, 44
2024, the Firefighter member contribution shall 45
increase from eight (8.0) percent to eight and one-half 46
(8.5) percent. 47
48
Page 6 of 7
(v) Effective the first payroll period after March 31, 2025, 1
the Firefighter member contribution shall increase from 2
eight and one-half (8.5) percent to eleven (11.0) percent. 3
4
(vii) During DROP, the Firefighter member shall contribute 5
four (4.0) percent of earnings, with three (3.0) percent 6
credited to the member’s DROP account and one (1.0) 7
percent applied to the Pension Plan. 8
9
* * * 10
11
(b) State contributions. Any monies received or receivable by reason of 12
the laws of the State of Florida for the express purpose of funding and 13
paying for the benefits of police officers or firefighters shall be 14
deposited in the fund within the time prescribed by law. Such monies 15
shall be for the sole and exclusive use of members or may be used to 16
pay extra benefits for members. Pursuant to the mutual consent 17
provisions of Sections 175.351 and 185.35, Florida Statutes, the The 18
State contributions pursuant to Chapters 175/185 are applied to reduce 19
the Village's annual contribution. 20
21
Sec. 2-170.1 Deferred retirement option benefit plan (DROP) 22
23
* * * 24
25
(c) An employee may elect to participate in the DROP provided the 26
employee makes the election no later than thirty (30) days after 27
reaching the employee’s latest normal retirement date. 28
Notwithstanding the foregoing, effective April 1, 2025 upon first 29
enactment of this Ordinance, members must make their initial election 30
to participate in the DROP by the later of: 31
32
(1) Thirty (30) days after reaching their latest normal retirement 33
date; or 34
35
(2) Ninety (90) days after creation of the DROP April 1, 2025. 36
37
* * * 38
39
Section 3. All other provisions of Division 4 of Article V of Chapter 2 of the Village Code of 40
Ordinances not expressly amended as set forth above shall remain unchanged by the adoption of the 41
Ordinance. 42
43
Section 4. The provisions of this Ordinance shall become and be made a part of the Code of the 44
Village of North Palm Beach, Florida. 45
46
Page 7 of 7
Section 5. If any section, paragraph, sentence, clause, phrase or word of this Ordinance is for any 1
reason held by a court of competent jurisdiction to be unconstitutional, inoperative or void, such 2
holding shall not affect the remainder of this Ordinance. 3
4
Section 6. All ordinances or parts of ordinances and resolutions or parts of resolutions in conflict 5
with this Ordinance are hereby repealed to the extent of such conflict. 6
7
Section 7. This Ordinance shall take effect immediately upon adoption. 8
9
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2025. 10
11
PLACED ON SECOND, FINAL READING AND PASSED THIS ______ DAY OF ___________, 12
2025. 13
14
15
(Village Seal) 16
MAYOR 17
18
ATTEST: 19
20
21
VILLAGE CLERK 22
23
24
APPROVED AS TO FORM AND 25
LEGAL SUFFICIENCY: 26
27
28
VILLAGE ATTORNEY 29
30
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: February 13, 2025
SUBJECT: MOTION – Approval of a Contract for the purchase of real property owned by Old Dixie
Highway Realty LLC for a future Public Works Facility
For some time, the Village has been considering potential locations for the construction of a new facility
for the Public Works Department. The existing site located on Prosperity Farms Road is cramped and
does not offer adequate storage or parking for the Department’s operations.
To that end, the Village pursued the purchase of two parcels of property owned by Old Dixie Highway
Realty, LLC and currently occupied by Precision Landscape Company (“Property”). The Property is
located within the Village on both sides of Old Dixie Highway west of the FEC railroad tracks (see
attached Location Map and Survey). The property address of the western parcel (PCN: 68-43-42-17-00-
000-3100) is 9555 Old Dixie Highway. The Property Appraiser lists the address of the small eastern
parcel (PCN: 68-43-42-17-00-000-3120) as 9450 Old Dixie Highway; however, that address is also
assigned to the property to the south owned by a different entity. Furthermore, there is a slight
discrepancy in the Property Appraiser’s records regarding the southern boundary of the eastern parcel.
The attached Survey shows the correct boundary (both the western and eastern parcels are highlighted
in yellow), as reflected in the Legal Description attached to the Contract.
The Property is 1.72 acres in size, has a Future Land Use Designation of Industrial/Business, and is
currently located within the Village’s I-1 Light Industrial Zoning District
Pursuant to Section 166.045, Florida Statutes, the Village was required to obtain two appraisals for the
Property. The two appraisals came back with valuations of $1,210,000 and $2,100,000. The Village was
able to negotiate a purchase price of $1,065,000. While the original closing date was scheduled for early
March, due to the delays in executing the Contract and the statutorily required thirty-day notice period,
the closing date is being pushed back to March 31, 2025. The Village further agreed to lease the Property
back to the property owner for a period of three months, with a possible extension for an additional three
months, for the sum of $6,000 per month. This will provide some income to the Village while plans for
the construction of the new Public Works facility are developed.
By state statute, the Contract is considered an “option contract” and is expressly contingent upon the
Council’s approval. If Council does not approve the Contract, it will automatically terminate.
Account Information:
The Village will utilize the Appropriated Fund Balance to fund this transaction. Because the transfer of
these funds will increase the total amount of the General Fund budget, a separate Budget Ordinance will
be required (and has been placed on this agenda for first reading). The funds will be transferred to (and
expended from) Capital Projects Fund Account No. K6018-66100 (Public Works Administration – Land).
Recommendation:
Village Staff recommends Council adoption of a motion approving the Contract with Old Dixie
Highway Realty LLC for the purchase of property located at 9555 Old Dixie Highway (and the
adjacent eastern parcel) at a total cost of $1,065,000, with funds expended from Account No.
K6018-66100 (Public Works Administration – Land), and authorizing the Village Manager to take
all steps necessary to effectuate the purchase in accordance with Village policies and
procedures.
0 0.04 0.070.02
Miles
Scale: 1:2,257
Date: 2/5/2025
Time: 4:14 PM
Precision Property
±
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: February 13, 2025
SUBJECT: ORDINANCE 1st Reading – Amending the Adopted General Fund Budget to provide
funding for the acquisition of real property for a new Public Works Facility
As referenced in the Memorandum seeking Village Council approval of the Contract to purchase the 1.72-
acre property located at 9555 Old Dixie Highway (including the adjacent eastern parcel), Village Staff
seeks to fund the $1,065,000 purchase utilizing the Appropriated Fund Balance. Because the transfer of
these funds will increase the total amount of the General Fund budget for Fiscal Year 2025, the Village
is required to appropriate the funds by Ordinance. Consequently, assuming Village Council approval of
the Contract, Village Staff is requesting Council approval of an Ordinance adopting the following budget
amendment:
Budget Amendment:
Account Description Use Source
General Fund:
A4600-09100 Appropriated Fund Balance $1,065,000
A5540-49032
Transfer Out to Capital Projects
Fund $ 1,065,000
Total General Fund $1,065,000 $1,065,000
Capital Projects Fund:
K3900-09180 Transfer In from General Fund $1,065,000
K6018-66100 Public Works Admin - Land $ 1,065,000
Total Capital Projects
Fund
$ 1,065,000 $1,065,000
The attached Ordinance has been prepared and reviewed by this office for legal sufficiency.
Recommendation:
Village Staff requests Council consideration and approval on first reading of the attached
Ordinance authorizing the Mayor and Village Clerk to executed the required budget amendment
utilizing $1,065,000 from the unassigned fund balance to provide the required funds for the
purchase of real property located at 9555 Old Dixie Highway (and the adjacent eastern parcel) for
the future construction of a new Public Works Facility in accordance with Village policies and
procedures.
Page 1 of 2
ORDINANCE NO. 2025-____ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF 3
NORTH PALM BEACH, FLORIDA, AMENDING THE ADOPTED 4
GENERAL FUND BUDGET TO PROVIDE FUNDING FOR THE PURCHASE 5
OF REAL PROPERTY FOR A NEW PUBLIC WORKS DEPARTMENT 6
FACILITY; TRANSFERRING $1,065,000 FROM THE UNASSIGNED FUND 7
BALANCE TO THE CAPITAL PROJECTS FUND PUBLIC WORKS LAND 8
ACQUISITION CAPITAL ACCOUNT; PROVIDING FOR CONFLICTS; 9
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE 10
DATE. 11
12
WHEREAS, in order to provide funding for the acquisition of real property for the construction of 13
a new Public Works Department facility, the Village Council wishes to amend the General Fund 14
Budget to transfer $1,065,000.00 from the Unassigned Fund Balance to the Capital Projects Fund 15
Public Works Land Acquisition Capital Account; and 16
17
WHEREAS, because this amendment increases the total amount of the budget, this transfer must 18
be accomplished by ordinance as required by Section 166.241, Florida Statutes; and 19
20
WHEREAS, the Village Council determines that the adoption of this budget amendment is in the 21
best interests of the Village and its residents. 22
23
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE 24
OF NORTH PALM BEACH, FLORIDA as follows: 25
26
Section 1. The foregoing recitals are hereby ratified as true and correct and incorporated 27
herein. 28
29
Section 2. The Village Council hereby amends the adopted Village of North Palm Beach 30
General Fund budget for Fiscal Year 2025 as follows: 31
32
Budget Amendment: 33
Account Description Use Source
General Fund:
A4600-09100 Appropriated Fund Balance $1,065,000
A5540-49032
Transfer Out to Capital Projects
Fund $ 1,065,000
Total General Fund $1,065,000 $1,065,000
Capital Projects Fund:
K3900-09180 Transfer In from General Fund $1,065,000
K6018-66100 Public Works Admin - Land $ 1,065,000
Total Capital Projects
Fund
$ 1,065,000 $1,065,000
34
Page 2 of 2
Section 3. The Mayor and Village Clerk are hereby authorized and directed to execute the 1
budget amendment for and on behalf of the Village of North Palm Beach. 2
3
Section 4. If any section, paragraph, sentence, clause, phrase, or word of this Ordinance is for 4
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, 5
such holding shall not affect the remainder of this Ordinance. 6
7
Section 5. All ordinances and resolutions, or parts of ordinances and resolutions, in conflict 8
herewith are hereby repealed to the extent of such conflict. 9
10
Section 6. This Ordinance shall be effective immediately upon adoption. 11
12
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2025. 13
14
PLACED ON SECOND, FINAL READING AND PASSED THIS ________ DAY OF 15
___________, 2025. 16
17
18
(Village Seal) ______________________________ 19
MAYOR 20
21
22
ATTEST: 23
24
25
VILLAGE CLERK 26
27
APPROVED AS TO FORM AND 28
LEGAL SUFFICIENCY: 29
30
31
VILLAGE ATTORNEY 32
VILLAGE OF NORTH PALM BEACH
PUBLIC WORKS DEPARTMENT
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Marc Holloway, Field Operations Manager
DATE: February 13, 2025
SUBJECT: RESOLUTION – Approval of a FY 2025 blanket purchase order to Flying Scot, Inc. for sidewalk removal and replacement in an amount not to exceed $200,000.
Through the adoption of Resolution 2024-106 on December 12, 2024, the Village Council approved the
issuance of a blanket purchase order to Flying Scot, Inc. in the amount of $75,000. Village staff
continues its efforts to repair and improve public sidewalks to enhance safety, ensure ADA compliance,
and improve the community. Sidewalk removal and replacement locations are identified through
ongoing inspections.
The Village has received a quote of $117,951.25 for sidewalk repairs on the westside. However, to
accommodate additional repairs, staff is requesting authorization for a total of $200,000 for sidewalk
repairs with this vendor.
Per the Village’s purchasing policy, Council approval is required when total fiscal year expenditures with
a single vendor exceed $100,000.
Staff recommends utilizing the City of Palm Beach Gardens’ recent contract (ITB20240-160PS),
executed on August 1, 2024. This contract, which received 13 bids for various Public Works projects,
identified Flying Scot, Inc. as the lowest qualified bidder for sidewalk repairs. The Village’s purchasing
policies allow for cooperative purchasing through other state and local government contracts.
The attached Resolution has been prepared and/or reviewed by the Village Attorney for legal
sufficiency.
Account Information:
Fund Department / Division Account
Number
Account
Description Amount
General Fund Public Works/
Streets & Grounds A7321-34687 R & M SIDEWALK
REPLACEMENT $200,000
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution approving
the issuance of a FY 2025 blanket purchase order to Flying Scot Inc. in an amount not to exceed
$200,0000, with funds expended from Account No. A7321-34687 (Public Works/Streets and
Grounds – R&M Sidewalk Replacement), utilizing pricing established in an existing City of Palm
Beach Gardens contract in accordance with Village policies and procedures.
RESOLUTION 2025-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA APPROVING A BLANKET PURCHASE ORDER
WITH FLYING SCOT INC. FOR SIDEWALK REMOVAL AND REPLACEMENT
UTILIZING PRICING ESTABLISHED IN AN EXISTING CITY OF PALM
BEACH GARDENS CONTRACT IN THE AMOUNT OF $200,000; PROVIDING
FOR CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, through the adoption of Resolution No. 2024-106 on December 12, 2024, the Village
Council approved the issuance of a blanket purchase order to Flying Scot, Inc. for sidewalk removal
and replacement in the amount of $75,000; and
WHEREAS, Village Staff is requesting an increase in the amount of the blanket purchase order to
effectuate sidewalk repairs and replacement throughout the western portion of the Village; and
WHEREAS, the Village’s Purchasing Policies authorize the use of blanket purchase orders for
materials purchased over a certain period of time not to exceed a single fiscal year and require Village
Council approval for blanket purchase orders issued to a single vendor in excess of $100,000; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best interests
of the Village and its residents.
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 increases the amount of the blanket purchase order issued
to Flying Scot Inc. for sidewalk removal and replacement by an additional $125,000, for a total of
$200,000 for Fiscal Year 2025, utilizing pricing established in an existing City of Palm Beach
Gardens Agreement for Miscellaneous Public Works Projects (ITB2024-160PS), with funds
expended from Account No. A7321-34687 (Streets & Grounds – R & M Sidewalk Replacement).
Section 3. All resolutions or parts of resolutions in conflict with this Resolution are hereby
repealed to extent of such conflict.
Section 4. This Resolution shall be effective immediately upon adoption.
PASSED AND ADOPTED THIS ____DAY OF ____________, 2025.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
DATE:
TO:
City of Palm Beach Gardens
Office of the City Clerk
10500 North Military Trail
Palm Beach Gardens, FL 33410
561) 799-4122 psnider@ pbgfl.com
Letter of Transmittal
August 2 , 2024
Flying Scot, Inc
11924 West Forest Hill Boulevard
Unit 10A-386
Wellington, Florid a 33414
Attn : Shawn E. Cunningham
Delivered via FedEx Tracking No . 8182 8931 8357
Re: Agreement for Miscellaneous Public Works (B)
urRecords For Recording
As Requested Returned for Corrections
For Review and Signature Other: -------
Signed &. d
Patricia Snider, CMC, City Clerk
DocuSign Envelope ID: B893F1 C0 -1C65-47DB-A581-ACA6344BE9D2
9~
CITY OF PALM BEACH GARDENS
PURCHASE AWARD TRANSMITTAL
It is t he policy of the City of Po lm Beach Gardens to consistently purchase goods and seNices using full an d open competition. Solicita t ions ore advertise d in a
newspaper of gene ral circulation, and copies are mode available through DemandStar, Public Purch ase, th e City's Purchasing webp age, Ven dors list, and the Office
of t he City Clerk. Copies of all so licitations, addenda, an d award documentation are provided to the Office of the Ins pector Gene ra l. The following summary prov ides
project inform a tion on the procurement action identified be low.
SOLICITATION TYPE: Invitation to Bid CONTRACT NO.: ITB2024-160PS
TITLE: Miscellaneous Pub li c Works Pro j ects
DATE ADVERTISED: 04/26/2024
WAS SOLICITATION OPENLY COMPETED? Yes
FUNDING ACCOUNT INFORMATION:
Funded from various account allocations in the Budget
CONTRACT TERM: Th r ee (3) y ears
OPTIONS TO RENEW: None
DEPARTMENT: Commu ni ty Serv ices
BIDS/PROPOSALS DUE DATE : 6/7/2024
RESPONSES RECEIVED: Eight (8)
CONTRACT VALUE $10,000,000
Ten M i ll ion Dollars {ACTUAL PROJECT EXPENDITURE VARIES)
CONTRACTORS: D.S. EAK INS CONST . CORP . I FLYING SCOT INC I HINTERLA ND GROUP I NC. I J.W . CHEATHAM LLC I JOHNSON -
DAVIS INCORPORATED I R & D PAVING , LLC I SAFFOLD PAVING , INC. I WAYPOINT CONTRACTING INC
BACKGROUND: In add ition to its ongoing Capital Improvement Prog r am, the City has other con struction work that must be
performed to repai r and/or ma inta in infrastructure . Th is Ag r eement all ows t he City to contract at established rates for these
miscellaneous public works construction project s. The prices and rates are fi xe d for the th r ee -(3) year te r m of the Agreement .
Examp les of the work contemp lated include sidewa lk repa ir s, sto r mw ate r pi pe ins t al lati on and r epa irs , road construction, stri ping
of roadways , and minor Capital Improvement Program projects as needed .
COMMENTS: Awards are be ing made to p ri mary and secondary ven do rs, bas ed on the lowes t p r ice offered per item . All eight
8) contractors are considered respons ive and responsible and are ass igned primary or secondary vendor status for one (1) or
more items . The vendors are well -known in the construct ion and infrast ructure repa i r ind ustry , and the City has worked w ith
most of them in the past on various projects.
Title NAME SIGNJlTIIRF DATE
Director of Public 2:49 PM EDT
Services Cory Wilder
Community Services 3:24 PM EDT
Administrator David Reyes
Purchasing & Contracts 3:26 PM EDT
Director Km! Ra
3:35 PM EDT
Finance Administrator Arienne Panczak
7:49 AM EDT
Deputy City Manager Stephen Stepp
8:38 AM EDT
Deputy City Manager Lori Laverriere
10:19 AM EDT
NOT APPROVED
DEFERRED 1µ~ bi
DATE
Do cuSign Envelope ID : 25431858-F45 1-41 A2-87C2-F460D49901FC
9~
City of Palm Beach Gardens
10500 North Military Trail
Palm Be ach Gard ens, FL 33410
AGREEMENT
FOR
MISCELLANEOUS PUBLIC WORKS PROJECTS
AGREEMENT NO. ITB2024-160PS (B)
THIS AGREEMENT is made and entered into this l.s.r day of
Av 6-v -ur: , 2024 (the "effect ive date "), by and between the City of Palm
Beach Gardens, a Flo rida municipal corporation (the "City "), located at 10500 North
Mil itary Trail , Palm Beach Gardens , Florida 33410 , and Flying Scot Inc , a Florida
corporation (the "Contractor"), located 11924 West Forest Hill Boulevard , Unit 10A-386 ,
Wellington , Florida 33414.
WHEREAS , the Ci t y des ires to retain the services of the Contractor to construct
miscellaneous public works projects in acco rdance with the City 's Invitation to Bid No.
ITB2024-160PS (the "Invitation to Bid ") and the Contractor's response thereto , all of which
are attached hereto and incorporated herein as Exhibit "A."
NOW, THEREFORE , in conside ration of the mutual covenants and promises
hereafter set forth , the Contractor and the City agree as follows :
ARTICLE 1. INCORPORATION OF INVITATION TO BID
The terms and conditions of this Agreement shall include and incorporate the terms ,
conditions , and specifications set forth in the Invitation to Bid and the Contractor's
response thereto , including all addenda , f inal repl ies , and documentat ion required
thereunder.
ARTICLE 2. SCOPE OF WORK
The Contracto r shall construct miscellaneous public works projects on an as-needed
bas is as identified in the specifications accompanying the City 's Invitation to Bid and as
detailed in the Award Summary , attached hereto and incorporated herein as Exhibit "B ."
The Contractor shall only perform work on projects under the categories and items that
have been awarded to said Contractor.
Page 1 of 6
DocuSign Envelope ID : 25431 B58-F451-41 A2-87C2-F460D4990 1FC
City of Palm Beach Gardens
ITB2024-160PS (B)
Misce ll aneous Pub lic Works Projects
Nothing in this Agreement shall be construed as the City 's guarantee of work to the
Contractor during the term of the Agreement. The City will assign work based on its
needs and priorities. The City will first solicit project price quotations from the designated
primary contractor based on the awarded rates shown in attached Exhibit "A."
In those instances where the City has designated more than one primary contractor or
more than one secondary contractor , the City will request best and final prices from both
primary or both secondary contractors as applicable .
ARTICLE 3. PAYMENTS AND CONTRACT VALUE
The City will pay the Contractor for work that has been completed and has been reviewed ,
inspected , and accepted by the City according to the terms and conditions of the Invitation
to Bid.
The City will pay the Contractor based on the rates established in this Agreement and as
described in the subsequent City Purchase Order. The Contractor shall not commence
any work under this Agreement until a City Purchase Order has been issued for the
specific work project and the Contractor has received written notice from the City to
proceed with the work.
The estimated value of this Agreement for all work projects during the three-(3) year
Agreement term shall be Ten Million Dollars ($10 ,000 ,000) and may be amended and
adjusted by the City at its sole discretion.
Progress payments will be made for work completed by the Contractor that has been
reviewed , inspected , and accepted by the City's authorized representative .
All payments shall be made in accordance with the Florida Prompt Payment Act, Section
218.74, Florida Statutes , on the presentation of a proper invoice by the Contractor.
ARTICLE 4. MISCELLANEOUS PROVISIONS
i. Notice Format. All notices or other written communications required,
contemplated , or permitted under this Agreement shall be in writing and
shall be hand-delivered , telecommunicated , or sent by overnight delivery to
the following addresses :
As to the City:
Page 2 of 6
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens , Florida 33410
Attn: City Manager
Email: rferris@pbgfl.com
Do cuS ign Envel ope ID: 2543 1B58-F45 1--4 1A2-87C2-F460D4990 1FC
With a copy to :
As to the Contractor:
C ity of Palm Bea ch Gardens
ITB2024-160PS (B)
Mi sce ll aneous Publ ic W orks Projects
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens , Florida 33410
Attn : City Attorney
Email: mlohman@pbgfl.com
Flying Scot Inc
11924 West Forest Hill Boulevard
Unit 10A-386
Wellington, Florida 33414
Attn: Shawn E. Cunningham
Email: shawn@flyingscotinc .com
ii . Entire Aqreement. This Agreement constitutes the entire understanding
and agreement between the parties with respect to the subject matter
hereof.
iii. Binding Effect. All of the terms and provisions of this Agreement , whether
so expressed or not , shall be binding upon , inure to the benefit of, and be
enforceable by the parties and their respective legal representatives ,
successors , and permitted assigns.
iv . Assignability . This Agreement may not be assigned without the prior written
consent of all parties to this Agreement.
v . Severability . If any part of this Agreement is contrary to , prohibited by , or
deemed invalid under applicable law or regulation , such provision shall be
inapplicable and deemed omitted to the extent so contrary , prohibited , or
invalid, but the remainder hereof shall not be invalidated thereby and shall
be given full force and effect so far as possible.
v1. Governing Law and Venue . This Agreement and all transactions
contemplated by this Agreement shall be governed by and construed and
enforced in accordance with the laws of the State of Florida without regard
to any contrary conflict of laws principle . The venue of all proceedings in
connection herewith shall lie exclusively in Palm Beach County , Florida , and
each party hereby waives whatever its respective rights may have been in
the selection of venue . This Agreement shall not be construed against the
party who drafted the same as all parties to this Agreement have had legal
and business experts review the adequacy of the same .
vI1. Headings . The headings contained in this Agreement are for convenience
of reference only and shall not limit or otherwise affect in any way the
meaning or interpretation of this Agreement.
Page 3 of 6
Do c uSign Enve lope ID: 2543 1B58-F451-4 1A2-87C2 -F460D49901FC
City of Palm Beach Gardens
ITB2024-160PS (B)
Miscellaneous Publi c Works Projects
viii . Construction. The parties acknowledge that each has shared equally in the
drafting and preparation of this Agreement, and accordingly , no Court or
Administrative Hearing Officer construing this Agreement shall construe it
more strictly against one party than the other, and every covenant , term ,
and provision of this Agreement shall be construed simply according to its
fair meaning.
ix. Attorney 's Fees and Costs. It is hereby understood and agreed that in the
event any lawsuit in the judicial system , federal or state , is brought to
enforce the terms , conditions , and/or obligations set forth in this Agreement
or interpret same , or if any administrative proceeding is brought for the
same purposes , each party shall be responsible for its own attorneys' fees
and costs , including fees and costs on appeal.
x. Equal Opportunity. The City and the Contractor agree that no person shall ,
on the grounds of race , color , gender, national origin , ancestry , marital
status , disability , religion , creed , or age , be discriminated against in the
performance of this Agreement.
ARTICLE 5. TERM
The term of this Agreement shall be from the effective date through September 30 , 2027 ,
or until the Contractor has completed all elements of the required work and the work has
been reviewed , inspected , and accepted by the City , inclusive of all warranty periods ,
unless terminated beforehand as provided for in Article 6.
ARTICLE 6. TERMINATION
This Agreement may be terminated by the City, with or without cause , upon providing 30
days ' prior written notice to the Contractor. This Agreement may be terminated by the
Contractor upon providing 30 days' prior written notice to the City. Upon any such
termination , the Contractor waives any claims for damages from such termination ,
including , but not limited to, loss of anticipated profits.
Unless the Contractor is in breach of this Agreement , the City shall pay the Contractor for
work performed and accepted through the date of termination in accordance with the
terms of this Agreement.
ARTICLE 7. SUPERIORITY OF OTHER FORMS OR DOCUMENTS
If the Contractor requires the City to complete and execute any other forms or documents
in relation to the Agreement , the terms , conditions , and requirements in this Agreement
shall take precedence over any and all conflicting or modifying terms , conditions , or
requirements of the Contractor's forms or documents. Additionally , in the event of a
conflict between the terms and conditions set forth in this Agreement and any attachments
or exhibits hereto , the terms and conditions set forth herein shall prevail.
Page 4 of 6
DocuSign Envelope ID: 2543 1B58-F451--41A2-87C2-F460D49901 FC
ARTICLE 8 . INDEMNIFICATION
C ity of Palm Beach Ga rdens
ITB20 24-160 PS (B)
Miscell aneous Publ ic Wo rks Projects
The Contractor recogni z es that it is an independent contractor and not an agent or servant
of the City . The Contractor shall indemnify, defend, and hold harmless the City and its
officers, employees , agents, and instrumentalities from any and all liabilities , losses , or
damages , including attorney 's fees and cost of defense that the City or its officers ,
employees , agents , or instrumentalities may incur as a result of claims , demands , su its,
causes of actions , or proceedings of any kind or nature arising out of, relating to , or
resulting from the negligent acts , omissions, or willful misconduct by the Contractor or its
employees , agents , servants , partners, principals , or subcontractors . The Contractor
shall pay all claims and losses in connection therewith and shall investigate and defend
all claims , suits , or actions of any kind or nature in the name of the City , where applicable ,
including appellate proceedings , and shall pay all costs , judgments , and attorney 's fees
which may be incurred thereon . The Contractor expressly understands and agrees that
any insurance protection required by this Agreement or otherwise provided by the
Contractor shall in no way limit the responsibility to indemnify , defend , and hold harmless
the City or its officers , employees , agents , and instrumentalities as herein provided. This
Article shall survive the term of this Agreement.
The remainder of this page intentionally left blank.)
Page 5 of 6
DocuSign Enve lope ID : 2543 1B58-F45 1-4 1A2-87C2-F460D49901 FC
City of Palm Beach Ga rd ens
ITB 2024 -160 PS (B)
Misce ll aneous Pu bl ic Works Proje cts
IN WITNESS WHEREOF , the parties hereto have executed this Agreement on the
date hereinabove first written.
CITY OF PALM BEACH GARDENS, FLORIDA
By ~
ATTEST:
By :___,Q-1--==~-----+----
Patricia Snider, CMC , City Clerk
CseaReed,Mayor
FL YING SCOT, INC.
By :~;;'~
IC B§~m,vn°E Cunningham, Vice President
Shared Documents/AGREE MEN T S/2024/Misc . Public W orks Projects/lTB2024 -1 60 PS (B), F lyi ng Sco t.do cx
Page 6 of 6
DocuSign Envelope ID: 25431 B58-F451-41A2-87C2-F460D49901FC
EXHIBIT "A"
City of Palm Beach Gardens
ITB2024-160PS (B)
Miscellaneous Public Works Projects
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PUBLIC NOTICE – RECOMMENDATION TO AWARD
Date: June 19, 2024
Solicitation Number ITB2024-160PS
Title: Miscellaneous Public Work Projects
Notice is hereby given that the City of Palm Beach Gardens has completed its evaluation of offers received
for the above-mentioned solicitation. The City Manager or designee has recommended award of the
contract to the following bidders:
Names of Bidders: DS Eakins Construction Corporation | Flying Scot, Inc.
Hinterland Group, Inc. | JW Cheatham, LLC |
Johnson-Davis Incorporated | R&D Paving, LLC | Saffold Paving, Inc.
Waypoint Contracting, Inc.
Contract Term: 3 years
Estimated Contract Value: Ten Million Dollars ($10,000,000)
Please see attached Award Summary.
Per:
Km! Ra
CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP, FCCM, PMP
Purchasing and Contracts Director
c: Patty Snider, CMC
City Clerk
www.pbgfl.com/purchasing
City of Palm Beach Gardens, Florida
Bid Tabulation
D.S. EAKINS FLYING SCOT HINTERLAND GROUP J W CHEATHAM JOHNSON-DAVIS R&D PAVING SAFFOLD PAVING WAYPOINT CONTRACTING
Lake Park, Florida 33403 Wellington, Florida 33414 Riviera Beach, Florida 33404 West Palm Beach, Florida 33413 Lantana, Florida 33462 West Palm Beach, Florida 33401 West Palm Beach, Florida 33407 Miami, Florida 33255
D. Steven Eakins, Jr.Shawn Cunningham Daniel Duke Eddie Giles Melissa Trejo Meagan Martin Ezra Saffold Jorge Lopez
561. 346.1549 561. 723.5812 954. 237.9266 561. 239.4553 561.588.1170 561.379.3469 561. 848.1110 786. 608.1406
steve@dseakins.com shawn@flyingscotinc.com info@hinterlandgroup.com egiles@jwcheatham.com mtrejo@johnsondavis.com meagan@randdpaving.com ezra@saffoldpaving.com info@waypointci.com
NO.UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE
AREAS OF SPECIFIC WORK
1 Removal, saw cut, and disposal of 4" thick concrete SF $4.00 $1.75 $5.00 $5.00 $2.00 $6.90 $3.50 $4.63
2 Removal, saw cut, and disposal of 6" thick concrete SF $5.00 $2.25 $6.00 $6.00 $3.00 $6.90 $4.00 $5.63
3 F&I, 4" concrete with wire SF $8.00 $3.00 $10.00 $8.00 $12.00 $13.05 $6.00 $7.75
4 F&I, 4" concrete without wire SF $7.50 $3.00 $8.00 $7.50 $9.50 $12.55 $5.00 $6.88
5 F&I, 4" concrete with polypropylene fiber mix reinforce SF $8.25 $3.00 $10. 00 $9.00 $11. 00 $15. 00 $6.00 $7.69
6 F&I, 6" concrete with polypropylene fiber mix reinforce SF $8.75 $4.00 $12.00 $10.00 $12.00 $16.00 $7.00 $8.75
7 F&I, 6" concrete with wire SF $9.00 $4.00 $12. 00 $9.50 $12. 00 $14. 20 $7.00 $9.06
8 F&I, 6" concrete without wire SF $8.50 $4.00 $10.00 $9.00 $10.50 $14.00 $6.50 $8.19
9 F&I, 6" pervious concrete SF No Bid No Bid No Bid $25.00 No Bid $70.00 $12.50 $13.13
10 F&I, 4" stamped concrete with wire SF $17.00 $14.00 No Bid $21.00 No Bid $22.00 $11.25 $17.19
11 F&I, 4" stamped concrete without wire SF $16.50 $15. 00 No Bid $20. 00 No Bid $21. 75 $12. 00 $17.81
12 F&I, 6" stamped concrete with wire SF $20.50 $17.00 No Bid $26.00 No Bid $24.00 $11.50 $20.00
13 F&I, 6" stamped concrete without wire SF $20.00 $16.00 No Bid $25.00 No Bid $23.50 $11.25 $2.19
14 F&I, 8" pervious concrete SF No Bid No Bid No Bid $30. 00 No Bid $90. 00 $13. 00 $20.00
15 F&I, FDOT concrete bumper guard EA $100.00 No Bid No Bid $54.00 No Bid $175.00 $65.00 $93.75
16 F&I, ADA-compliant detectable surface SF $80.00 No Bid $85. 00 $50. 00 $50. 00 $72. 00 $65. 00 $56.25
17 F&I, ADA-compliant welded aluminum handrail, FDOT Standard Index 862 - 42"LF $750.00 No Bid No Bid $200.00 $150.00 No Bid $200.00 $131.25
18 F&I, FDOT Type "A" curb - by hand LF $42.00 No Bid $65. 00 $37. 00 $90. 00 $40. 00 $34. 00 $42.50
19 F&I, FDOT Type "A" curb - by machine LF $42.00 No Bid $55.00 $24.00 No Bid $40.00 $28.00 $40.00
20 F&I, FDOT Type "B" curb - by hand LF $42.00 No Bid $65. 00 $40. 00 $90. 00 $40. 00 $30. 00 $40.00
21 F&I, FDOT Type "B" curb - by machine LF $42.00 No Bid $55. 00 $27. 00 No Bid $40. 00 $28. 00 $38.75
22 F&I, FDOT Type "D" curb - by hand LF $42.00 No Bid $65.00 $38.00 $90.00 $40.00 $29.00 $42.50
23 F&I, FDOT Type "D" curb - by machine LF $42.00 No Bid $55.00 $25.00 No Bid $40.00 $28.00 $41.25
24 F&I, FDOT Type "E" curb - by hand LF $51.00 No Bid $65. 00 $43. 00 $90. 00 $50. 00 $30. 00 $43.13
25 F&I, FDOT Type "E" curb - by machine LF $51.00 No Bid $55.00 $30.00 No Bid $50.00 $31.00 $42.88
26 F&I, FDOT Type "F" curb - by hand LF $51.00 No Bid $65.00 $43.00 $90.00 $50.00 $32.00 $46.88
27 F&I, FDOT Type "F" curb - by machine LF $51.00 No Bid $55.00 $30.00 No Bid $50.00 $30.00 $43.75
28 F&I, FDOT Valley Gutter - by hand LF $51.00 No Bid $65.00 $42.00 $90.00 $50.00 $28.00 $47.50
29 F&I, FDOT valley Gutter - by machine LF $51.00 No Bid $55.00 $29.00 No Bid $50.00 $27.00 $46.56
30 F&I, FDOT Shoulder Gutter - by hand LF $65.00 No Bid $65.00 $44.00 $100.00 $60.00 $31.00 $50.00
31 F&I, FDOT Shoulder Gutter - by machine LF $65.00 No Bid $55.00 $31.00 No Bid $60.00 $30.00 $48.75
32 F&I, FDOT asphaltic concrete curb LF No Bid No Bid $75.00 $50.00 No Bid $44.00 $27.50 $37.50
33 F&I, conduit - 2" (18" - 24" depth)LF No Bid No Bid $15.00 $25.00 No Bid $20.00 $12.00 $15.00
34 Installation only of conduit - 2" (18" - 24" depth)LF No Bid No Bid $12.00 $15.00 No Bid $15.00 $10.00 $22.50
35 F&I, conduit - 4" (18" - 24" depth)LF No Bid No Bid $22. 00 $45. 00 No Bid $40. 00 $15. 00 $22.50
36 F&I, conduit - 6" (18" - 24" depth)LF No Bid No Bid $35.00 $55.00 No Bid $50.00 $17.00 $30.00
37 F&I, conduit - 2" (24" - 36" depth)LF No Bid No Bid $18.00 $30.00 No Bid $26.00 $13.00 $15.13
38 Installation only of conduit - 2" (24" - 36" depth)LF No Bid No Bid $15.00 $20.00 No Bid $20.00 $11.00 $10.06
39 F&I, conduit - 4" (24" - 36" depth)LF No Bid No Bid $24. 00 $50. 00 No Bid $45. 00 $11. 50 $30.00
40 F&I, conduit - 6" (24" - 36" depth)LF No Bid No Bid $38.00 $60.00 No Bid $54.00 $11.50 $43.75
41 F&I, 2' x 2' pull boxes (includes weeps and ground rods)EA No Bid No Bid $2,200.00 $3,500.00 No Bid $3,000.00 $750.00 $1,025.00
42 Installation 2' x 2' pull boxes EA No Bid No Bid $1,600.00 $1,750.00 No Bid $1,600.00 $550.00 $656.25
43 F&I, pull wire within conduit LF No Bid No Bid $10.00 $10.00 No Bid $8.00 $3.25 $13.13
44 F&I, tracing wire within conduit (#12 Cu)LF No Bid No Bid $8.00 $3.00 No Bid $3.00 $2.00 $10.00
45 Supply, place and compact clean fill CY $30.00 No Bid $60.00 $40.00 $40.00 $51.00 $25.00 $35.00
46 Stop Sign w/ Street Name Blades Mounted on New Post (R-140A-D)EA No Bid No Bid $450.00 $1,500.00 No Bid No Bid $950.00 $8.50
47 Staked Silt Fence LF $4.50 No Bid $6.00 $3.00 $4.00 $8.85 $2.50 $4.75
48 F&I, natural stone riprap w/filter fabric TN $250.00 No Bid $210.00 $300.00 $280.00 $308.00 $115.00 $268.75
49 F&I, broken concrete riprap w/filter fabric TN $200.00 No Bid $180.00 $250.00 $200.00 $220.00 $100.00 $181.25
50 Supply and install sand-cement riprap w/filter fabric CY $900.00 No Bid $450.00 $1,100.00 $800.00 $880.00 $700.00 $937.50
51 Special saw cuts for pavement and concrete LF $5.00 $5.00 $6.00 $10.00 No Bid $19.00 $2.00 $3.75
52 Removal and disposal of existing driveway culvert pipe LF $20.00 No Bid $120.00 $25.00 $30.00 $33.00 $85.00 $71.25
53 Regular Excavation (Including Removal & Disposal)CY $25.00 No Bid $50.00 $40.00 $30.00 $32.00 $25.00 $28.00
54 F&I, Bahia sod - up to 1,000 SF SF $2.00 No Bid $4.00 $1.00 $2.00 $6.00 $0.75 $0.65
55 F&I, Bahia sod - over 1,000 SF SF $1.50 No Bid $3.00 $0.75 $1.00 $3.00 $0.65 $0.56
56 F&I, Floratam sod - up to 1,000 SF SF $2.50 No Bid $6.00 $1.50 $2.50 $7.00 $1.10 $0.90
57 F&I, Floratam sod - over 1,000 SF SF $2.00 No Bid $5.00 $1.00 $1.50 $4.00 $1.00 $0.73
58 F&I, FDOT seed and mulch mix SF $0.50 No Bid $5.00 $0.50 $0.25 No Bid $0.28 $0.44
59 Furnish operator, water truck and irrigate sod or seed mix HR $150.00 No Bid $220.00 $200.00 $150.00 $125.00 $91.00 $125.00
60 FDOT guard rail with no end treatment, FDOT Standard Index 400 LF No Bid No Bid No Bid $50.00 No Bid $41.00 $33.00 $93.75
61 FDOT guard rail with end treatment, FDOT Standard Index 400 LF No Bid No Bid No Bid $100.00 No Bid $87.00 $60.00 $156.25
62 Re-grade swales - up to 1,000 CY CY $20.00 $20.00 $20.00 $40.00 $40.00 $36.00 $14.00 $37.50
63 Re-grade swales - over 1,000 CY CY $15.00 $19.00 $18.00 $40.00 $25.00 $35.00 $13.00 $32.50
64 Canal wash out repair (sand and silt)CY $200.00 No Bid $200.00 $500.00 No Bid $660.00 $150.00 $312.50
65 Canal excavation (60' ROW) - up to 1,000 CY CY $30.00 No Bid $65.00 $20.00 No Bid $50.00 $25.00 $43.75
66 Canal excavation (100' ROW) - up to 1,000 CY CY $30.00 No Bid $95. 00 $20. 00 No Bid $45. 00 $18. 00 $47.50
67 Canal excavation (0' ROW) - over 1,000 CY CY $20.00 No Bid $45.00 $20.00 No Bid $35.00 $15.00 $47.50
68 Canal excavation (100' ROW) - over 1,000 CY CY $20.00 No Bid $55.00 $20.00 No Bid $35.00 $15.00 $50.00
69 Lake canal bank restoration (wash out repair)CY $40.00 No Bid $200.00 $2,500.00 No Bid $626.00 $75.00 $218.75
70 F&I, Type SIII asphalt overlay - 1"TN $200.00 No Bid $325.00 $193.00 $250.00 $176.00 $150.00 $368.75
71 Mill existing pavement (3/4" - 1" avg)SY $9.00 No Bid $60.00 $4.00 $30.00 $6.00 $4.00 $15.63
72 Pavement replacement w/2" Type S SY $30.00 No Bid $135.00 $30.00 $50.00 $40.00 $30.00 $22.50
73 Adjust Manholes with riser EA $3,000.00 No Bid $1,200.00 $500.00 No Bid No Bid $380.00 $718.75
74 Adjust valve boxes with riser EA $2,500.00 No Bid $850.00 $100.00 No Bid No Bid $300.00 $1,800.00
75 Valve Box F&I EA $1,750.00 No Bid $2,200.00 $2,100.00 No Bid No Bid $500.00 $4,000.00
76 Jack and bore - 4"LF No Bid No Bid No Bid $75.00 No Bid $66.00 $65.00 $231.25
77 Directional bore - 4"LF No Bid No Bid $38. 00 $75. 00 No Bid $66. 00 $35. 00 $106.25
78 Jack and bore - 6"LF No Bid No Bid No Bid $100.00 No Bid $86.00 $75.00 $281.25
79 Directional bore - 6"LF No Bid No Bid $42.00 $100.00 No Bid $86.00 $46.00 $125.00
80 12" stabilized subgrade, LBR 40 - Small Quantity 1to 100 SY SY $16.00 No Bid $25.00 $50.00 $25.00 $75.00 $10.00 $35.00
81 12" stabilized subgrade, LBR 40 SY $10.00 No Bid $20.00 $17.00 No Bid $23.00 $9.00 $22.50
82 Optional Base Group 4, 6, 9 Small Quantity 1to 100 SY SY $50.00 No Bid $45.00 $100.00 $36.00 $90.00 $18.00 $45.00
83 Optional Base Group 6 TYPE B-12.5 in place to line & grade (includes excavation ,compaction and material removal)SY No Bid No Bid $65. 00 $75. 00 No Bid $70. 00 $18. 00 $25.00
84 Optional Base Group 6 cemented coquina shell base compacted to 98% AASHTO T180, LBR 100, primed & sanded, in place to SY $18.00 No Bid $65.00 $36.00 No Bid $39.50 $20.00 $60.00
85 Optional Base Group 4, Cemented Coquina (LBR100)SY $16.00 No Bid $50.00 $20.00 No Bid $32.00 $20.00 $38.50
86 Optional Base Group 9 Cemented Coquina (LBR 100)SY $20.00 No Bid $75. 00 $26. 00 No Bid $58. 00 $25.00 $42.00
87 Guardrail, galvanized, W-beam with timber post installed to FDOT Specs.LF No Bid No Bid No Bid $50.00 No Bid $45.00 $100.00 $125.00
88 Guardrail, galvanized, W-beam with galvanized steel post installed to FDOT Specs.LF No Bid No Bid No Bid $50.00 No Bid $51.00 $110.00 $225.00
89 Catch Basin, Ditch Bottom Inlet Type-C < 5'EA $5,000.00 No Bid $4,200.00 $5,800.00 $6,000.00 $6,600.00 $5,500.00 $4,895.00
90 Catch Basin, Ditch Bottom Inlet Type-E < 6'EA $7,500.00 No Bid $4,800.00 $8,700.00 $8,500.00 $9,350.00 $7,500.00 $6,500.00
91 Guardrail End Anchorage Treatment, Parallel Segment, Installed to FDOT Index 536 EA No Bid No Bid No Bid $4,100.00 No Bid $4,550.00 $65.00 $850.00
92 Guardrail End Anchorage Treatment, Flared Segment, Installed to FDOT Index 536 EA No Bid No Bid No Bid $1,800.00 No Bid $1,950.00 $65.00 $900.00
93 RCP/Equivalent ERCP, 15" - 24" Small Quantity, 1 to 50 LF LF $182.00 No Bid $210.00 $210.00 $200.00 $220.00 $125.00 $100.00
94 RCP/Equivalent ERCP, 30" - 36" Small Quantity 1 to 50 LF LF $270.00 No Bid $245.00 $310.00 $350.00 $385.00 $145.00 $150.00
95 15" CMP LF $85.00 No Bid $75.00 $100.00 $130.00 $143.00 $89.00 $65.00
96 18" CMP LF $105.00 No Bid $80.00 $120.00 $140.00 $154.00 $100.00 $78.00
97 24" CMP LF $125.00 No Bid $105.00 $145.00 $160.00 $176.00 $100.00 $86.00
98 30" CMP LF $155.00 No Bid $120.00 $180.00 $200.00 $220.00 $125.00 $105.00
99 36" CMP LF $180.00 No Bid $160.00 $210.00 $270.00 $297.00 $145.00 $135.00
100 12" X 18" Elliptical RCP LF $100.00 No Bid $85.00 $115.00 $150.00 $165.00 $100.00 $60.00
101 14" X 23" Elliptical RCP LF $120.00 No Bid $105.00 $140.00 $160.00 $176.00 $100.00 $75.00
102 15" RCP LF $80.00 No Bid $80.00 $92.00 $140.00 $160.00 $225.00 $75.00
103 18" RCP LF $100.00 No Bid $95.00 $115.00 $150.00 $170.00 $100.00 $85.00
104 24" RCP LF $132.00 No Bid $125.00 $152.00 $175.00 $199.00 $125.00 $125.00
105 30" RCP LF $165.00 No Bid $165.00 $190.00 $210.00 $235.00 $135.00 $185.00
106 36" RCP LF $210.00 No Bid $210.00 $242.00 $275.00 $303.00 $145.00 $225.00
107 15" HDPE LF $80.00 No Bid $65.00 $92.00 $120.00 $135.00 $95.00 $275.00
108 18" HDPE LF $100.00 No Bid $75.00 $115.00 $130.00 $145.00 $100.00 $52.00
109 24" HDPE LF $135.00 No Bid $90.00 $156.00 $155.00 $175.00 $125.00 $68.00
110 30" HDPE LF $160.00 No Bid $120.00 $184.00 $200.00 $220.00 $145.00 $75.00
111 36" HDPE LF $190.00 No Bid $135.00 $220.00 $260.00 $286.00 $145.00 $95.00
112 2" PVC LF $20.00 No Bid $25.00 $23.00 $30.00 $33.00 $35.00 $125.00
113 3" PVC LF $30.00 No Bid $28.00 $35.00 $36.00 $40.00 $35.00 $5.00
114 4" PVC LF $40.00 No Bid $38.00 $46.00 $40.00 $44.00 $40.00 $6.00
115 6" PVC LF $50.00 No Bid $48.00 $58.00 $45.00 $50.00 $65.00 $12.00
102 Mitered End Section (15" RCP)EA $3,600.00 $250.00 $1,400.00 $4,200.00 $2,200.00 $2,600.00 $1,500.00 $1,250.00
103 Mitered End Section (18" RCP)EA $3,925.00 $300.00 $2,200.00 $4,600.00 $2,600.00 $2,900.00 $1,900.00 $1,650.00
104 Mitered End Section (24" RCP)EA $5,450.00 $350.00 $2,500.00 $6,300.00 $3,800.00 $4,180.00 $2,000.00 $2,250.00
105 Mitered End Section (30" RCP)EA $7,100.00 $400.00 $3,500.00 $8,200.00 $6,500.00 $7,150.00 $2,700.00 $3,200.00
106 Mitered End Section (36" RCP)EA $7,900.00 $500.00 $4,500.00 $9,100.00 $7,000.00 $7,700.00 $3,000.00 $4,000.00
107 Mitered End Section (12x18 RCP)EA $3,400.00 $300.00 $1,800.00 $4,000.00 $2,400.00 $2,640.00 $1,600.00 $985.00
108 Mitered End Section (14x23 RCP)EA $3,400.00 $350.00 $2,200.00 $4,000.00 $2,800.00 $3,080.00 $2,000.00 $1,300.00
109 Concrete End Walls (Typ. Per FDOT Standard lndex #250)CY $3,500.00 $500.00 $3,200.00 $4,100.00 $2,000.00 $2,200.00 $350.00 $1,200.00
110 Roadway Open Cut-60" Wide X 5' Deep Including Backfill & Base (Typ. Per Martin County Standard Detail R-31A & R-31B)EA No Bid No Bid $22,000.00 $36,000.00 $15,000.00 No Bid $7,500.00 $3,500.00
111 Roadway Open Cut-60" Wide X 5' Deep Including Backfill & Base (Typ. Per Martin County Standard Detail R-31A & R-31B) - EA No Bid No Bid $14,500.00 $24,000.00 $5,000.00 No Bid $7,500.00 $2,000.00
112 Straw Bales (18X18X36)EA $100.00 No Bid $30.00 $25.00 $50.00 No Bid $250.00 $75.00
113 Floating Turbidity Barrier LF $50. 00 No Bid $15. 00 $100.00 $20.00 No Bid $12. 00 $100.00
114 Standard mailbox and/or standard traffic control sign (single post), removal & relocate.EA $500.00 No Bid $250.00 $500.00 $300.00 $150.00 $1,000.00 $500.00
115 Type-F (6x40) Traffic Loop EA No Bid No Bid No Bid $3,500.00 No Bid $2,420.00 $5,000.00 $2,000.00
116 As-Builts/2-Man Survey Crew HR $250.00 No Bid $185.00 $200.00 $180.00 No Bid $500.00 $125.00
117 Infiltration Drainage Crew HR $400.00 No Bid $425.00 $500.00 $650.00 $715.00 $400.00 $65.00
118 Wellpoint System HR $60.00 No Bid $225.00 $100.00 $100.00 $110.00 $100.00 $55.00
119 Asphalt Removal and Restoration SF $8.00 No Bid $15.00 $10.00 $10.00 No Bid $5.00 $10.00
PAVEMENT MARKING
120 Thermoplastic Pavement Marking, Compound Lines
a Thermo Plastic Small Quantity Less than 1,000 LF LF $25.00 No Bid No Bid $5.50 No Bid $3,900.00 $4.00 $550.00
b Thermo Plastic (Yellow Skip 6") 10-30 or 3-9 GM $3,500.00 No Bid No Bid $3,500.00 No Bid $7,550.00 $6.00 $5.25
c Thermo Plastic (White Skip 6") 10- 30 or 3-9 GM $3,500.00 No Bid No Bid $3,500.00 No Bid $7,550.00 $6.00 $5.25
d Thermo Plastic (Yellow Skip 6" ) 10- 30 or 3-9 LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $6.00 $1.31
e Thermo Plastic (White Skip 6" ) 10-30 or 3-9 LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $6.00 $1.31
f Thermo Plastic (Yellow Solid 6")LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $3.00 $1.31
g Thermo Plastic (White Solid 6" )LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $1.00 $1.31
h Thermo Plastic (Yellow Solid 8")LF $2.50 No Bid No Bid $2.00 No Bid $1.85 $2.00 $2.19
i Thermo Plastic (White Solid 8" )LF $2.50 No Bid No Bid $2.00 No Bid $1.85 $2.00 $2.19
j Thermo Plastic (White Solid 12")LF $4.00 No Bid No Bid $5.00 No Bid $3.60 $2.00 $2.31
k Thermo Plastic (White Solid 18")LF $7.00 No Bid No Bid $7.00 No Bid $3.85 $2.00 $3.81
l Thermo Plastic (Yellow Solid 18")LF $7.00 No Bid No Bid $7.00 No Bid $4.55 $3.00 $3.81
m Thermo Plastic ( Stop Bar 12')EA $125.00 No Bid No Bid $150.00 No Bid $6.65 $200.00 $250.00
n Thermo Plastic (Arrows)EA $150.00 No Bid No Bid $250.00 No Bid $76.00 $126.00 $100.00
o Thermo Plastic (Railroad)EA $600.00 No Bid No Bid $250.00 No Bid $455.00 $500.00 $3,000.00
121 Arrows and Messages - White Only, Furnish & Install
a Turn arrow EA $150.00 No Bid No Bid $250.00 No Bid $76.00 $126.00 $100.00
ITB No.: ITB2024-160PS
Bid Title: Miscellaneous Public Works Projects
Prepared by: Km! Ra
VENDOR NAME
h ll i d hi hli h l i d d i ll ( d if li bl f d bl f i )
Bid Opening Date: June 7, 2024 @ 3:00 P.M.
Corporation Address (State):
Vendor Contact Email
DESCRIPTION
Vendor Contact
Vendor Contact Phone Number
D.S. EAKINS FLYING SCOT HINTERLAND GROUP J W CHEATHAM JOHNSON-DAVIS R&D PAVING SAFFOLD PAVING WAYPOINT CONTRACTING
ITB No.: ITB2024-160PS
Bid Title: Miscellaneous Public Works Projects
Prepared by: Km! Ra
VENDOR NAME
h ll d h hl h l d d ll ( d f l bl f d bl f )
Bid Opening Date: June 7, 2024 @ 3:00 P.M.
b Straight arrow EA $150.00 No Bid No Bid $250.00 No Bid $91. 00 $126.00 $100.00
c Straight/Turn arrows; combination EA $200.00 No Bid No Bid $250.00 No Bid $156.00 $126.00 $168.75
d Merge message EA $500.00 No Bid No Bid $250.00 No Bid $215.00 $201.00 $218.75
e RXR message EA $350.00 No Bid No Bid $250.00 No Bid $455.00 $201.00 $300.00
f School message EA $350.00 No Bid No Bid $250.00 No Bid $507.00 $301.00 $250.00
g Only message EA $250.00 No Bid No Bid $250.00 No Bid $195.00 $201.00 $188.00
h U-Turn message EA $200.00 No Bid No Bid $250.00 No Bid $98. 00 $201.00 $217.75
i Bike lane symbol (diamond, arrow)EA $500.00 No Bid No Bid $550.00 No Bid $455.00 $176.00 $344.00
j Handicap message EA $400.00 No Bid No Bid $500.00 No Bid $215.00 $126.00 $188.00
122 Raised Reflective Pavement Markers - Thermoplastic
a Red and amber; bi-directional EA $10.00 No Bid No Bid $2.50 No Bid $6.50 $11.00 $9.06
b Amber; bi-directional EA $10.00 No Bid No Bid $9.00 No Bid $5.60 $11.00 $9.00
c White and red; bi-directional EA $10.00 No Bid No Bid $9.00 No Bid $5.60 $11. 00 $8.00
123 Raised Reflective Pavement Markers - Epoxy
a Red and amber; bi-directional EA $10.00 No Bid No Bid $11.00 No Bid $8.00 $11.00 $9.00
b Amber; bi-directional EA $10.00 No Bid No Bid $11.00 No Bid $7.50 $11.00 $9.00
c White and red; bi-directional EA $10.00 No Bid No Bid $11. 00 No Bid $7.50 $11. 00 $8.00
124 Traffic Paint Lines
a White, 4"LF $1.00 No Bid No Bid $1.00 No Bid $0.50 $2.00 $0.81
b Yellow, 4"LF $1.00 No Bid No Bid $1.00 No Bid $0.50 $2.00 $1.00
c White, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $2.00 $1.06
d Black, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $1.00 $1.00
e Blue, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $1.00 $1.00
f Yellow, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $2.00 $1.00
g White, 18"LF $4.00 No Bid No Bid $1.50 No Bid $2.00 $2.00 $2.00
h White, 12"LF $3.00 No Bid No Bid $1.50 No Bid $1.60 $2.00 $2.00
i Yellow, 18"LF $4.00 No Bid No Bid $1.50 No Bid $2.00 $2.00 $2.00
j White , 24"LF $7.00 No Bid No Bid $3.00 No Bid $4.25 $2.00 $2.31
125 Arrows and Messages - White (Furnish and Install)
a Straight/Combo Arrow EA $150.00 No Bid No Bid $55.00 No Bid $78.00 $126.00 $81.00
b Turn arrow EA $125.00 No Bid No Bid $55.00 No Bid $52.00 $126.00 $56.00
c Message (Only; School; Merge and Straight Arrow)EA $200.00 No Bid No Bid $100.00 No Bid $130.00 $201.00 $88.00
d 6" Numbers (Per Digit)EA $15.00 No Bid No Bid $4.00 No Bid $4.00 $51.00 $3.00
e 8" Numbers (Per Digit)EA $20.00 No Bid No Bid $4.00 No Bid $4.00 $65. 00 $4.00
f 10" Numbers (Per Digit)EA $20.00 No Bid No Bid $4.00 No Bid $6.00 $75.00 $6.00
g 12" Numbers (Per Digit)EA $20.00 No Bid No Bid $6.00 No Bid $6.00 $102.00 $9.00
h 24" Numbers (Per Digit)EA $30.00 No Bid No Bid $6.00 No Bid $8.00 $204.00 $9.00
126 Fire Lane and No Parking Messages - Yellow
a 4" Letters (Per Letter)EA $15.00 No Bid No Bid $4.00 No Bid $3.90 $45.00 $3.00
b 6" Letters (Per Letter)EA $15.00 No Bid No Bid $4.00 No Bid $6.00 $51.00 $4.00
c 8" Letters (Per Letter)EA $20.00 No Bid No Bid $4.00 No Bid $6.50 $65. 00 $6.00
d 12" Letters (Per Letter)EA $20.00 No Bid No Bid $6.00 No Bid $8.00 $102.00 $7.00
e 4' Letters (Per Letter)EA $50.00 No Bid No Bid $12.00 No Bid $26.00 $45.00 $15.00
127 Pavement marking removal
a Traffic Paint SF $4.00 No Bid No Bid $3.00 No Bid $1.60 $18. 00 $3.00
b Thermoplastic SF $5.00 No Bid No Bid $5.00 No Bid $2.60 $18.00 $3.00
c Cold (Preformed) Plastic SF $4.00 No Bid No Bid $5.00 No Bid $3.90 $18.00 $4.00
d Construction Tape LF $3.00 No Bid No Bid $2.00 No Bid $1.30 $10.00 $3.00
e Pavement markers EA $3.00 No Bid No Bid $1.00 No Bid $1.30 $20.00 $5.00
128 Preformed (Cold) Plastic (Install Only)
a White, 24"LF $20.00 No Bid No Bid $36.00 No Bid $6.50 $201.00 $11.00
b Message (Only; School; Merge; U-Turn; Bike Lane; etc.)EA $300.00 No Bid No Bid $700.00 No Bid $156.00 $201.00 $575.00
c Turn arrow EA $175.00 No Bid No Bid $400.00 No Bid $39.00 $201.00 $275.00
129 Preformed (Cold) Plastic (Furnish and Install)
a White or Yellow, 6"LF $20.00 No Bid No Bid $10.00 No Bid $9.00 $150.00 $12.00
b White, 8"LF $20.00 No Bid No Bid $10. 00 No Bid $19. 00 $175. 00 $16.00
c White or Yellow, 12"LF $25.00 No Bid No Bid $20.00 No Bid $21.00 $201.00 $22.00
d White or Yellow, 18"LF $30.00 No Bid No Bid $25.00 No Bid $21.00 $201.00 $32.00
e White, 24"LF $35.00 No Bid No Bid $36. 00 No Bid $26.00 $201.00 $35.00
f Message (Only; School; Merge; Ramp; U-Turn; etc.)LF $950.00 No Bid No Bid $550.00 No Bid $715.00 $201.00 $938.00
g Turn arrow LF $450.00 No Bid No Bid $350.00 No Bid $425.00 $201.00 $394.00
130 Miscellaneous (Furnish and Install)
a Thermoplastic Rumble Strips (Index 518)EA $1,500.00 No Bid No Bid $550.00 No Bid $390.00 $42. 00 $844.00
b 9" Contrast tape LF $60.00 No Bid No Bid $6.00 No Bid $2.30 $10.00 $20.00
c Flexible Delineators (All Types)EA $300.00 No Bid No Bid $125.00 No Bid $175.00 $126.00 $131.00
d Foil Back Tape LF $5.00 No Bid No Bid $2.00 No Bid $1.30 $2.00 $4.00
131 Items for FDOT and/or City approved Projects
a 6" Solid White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $1.25 $1.00
b 6" Solid White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.50 $1.00 $2.00
c 8" Solid Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.80 $1.00 $1.00
d 8" Solid White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $2.25 $1.50 $2.00
e 8" Solid Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $2.25 $2.00 $2.00
f 12" Solid White Paint LF $4.00 No Bid No Bid $1.50 No Bid $1.60 $2.00 $1.00
g 12" Solid White Thermoplastic LF $6.00 No Bid No Bid $6.00 No Bid $4.10 $2.10 $3.00
h 18" Solid White Paint LF $4.00 No Bid No Bid $1.50 No Bid $2.25 $3.00 $3.00
i 18" Solid White Thermoplastic LF $9.00 No Bid No Bid $7.50 No Bid $5.00 $3.00 $4.00
j 24" Solid White Paint LF $8.00 No Bid No Bid $3.50 No Bid $3.90 $4.00 $3.00
k 24" Solid White Thermoplastic LF $15.00 No Bid No Bid $9.00 No Bid $8.75 $4.00 $7.00
l 6" Solid Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $1.50 $1.00
m 6" Solid Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.50 $1.00 $1.00
n 18" Solid Yellow Paint LF $5.00 No Bid No Bid $1.50 No Bid $2.30 $3.00 $3.00
o 18" Solid Yellow Thermoplastic LF $10.00 No Bid No Bid $7.50 No Bid $5.00 $3.00 $5.00
p 2x4 Skips White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $3.70 $1.00
q 2x4 Skips White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $4.00 $1.00
r 6x10 Skips White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $6.00 $1.00
s 6x10 Skips White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $6.00 $1.00
t 10x30 Skips White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $11. 00 $1.00
u 10x30 Skips White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $11.00 $2.00
v 2x4 Skips Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $5.00 $1.00
w 2x4 Skips Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $5.00 $2.00
x 6x10 Skips Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $6.00 $1.00
y 6x10 Skips Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $6.00 $2.00
z Reflective pavement Markers EA $10.00 No Bid No Bid $10.00 No Bid $6.50 $11.00 $7.00
aa Directional Arrows Paint EA $100.00 No Bid No Bid $70.00 No Bid $52.00 $36.00 $59.00
ab Directional Arrows Thermo EA $150.00 No Bid No Bid $250.00 No Bid $75.00 $150.00 $106.00
ac Bike lane Symbol w/Arrows Cold Plastic SETS $600.00 No Bid No Bid $550.00 No Bid $425.00 $152.00 $625.00
ad Pavement Messages Paint EA $300.00 No Bid No Bid $125.00 No Bid $195.00 $25.00 $103.00
ae Reflective Paint - Island Nose - White SY $65.00 No Bid No Bid $8.00 No Bid $1.00 $1.00 $34.00
ANNUAL ASPHALT MILLING AND PAVING
132 Asphalt Paving, per 1-inch paving/overlay, Asphalt Type - SP9.5Lev C or S III TN No Bid No Bid No Bid $204.00 No Bid $176.00 $125.00 $150.00
133 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (Small Quantity TN No Bid No Bid No Bid $500.00 No Bid $421.00 $200.00 $200.00
134 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (20 ton to 50 ton TN No Bid No Bid No Bid $430.00 No Bid $359.00 $200.00 $175.00
135 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (51 ton to 150 ton TN No Bid No Bid No Bid $262.00 No Bid $238.00 $200.00 $165.00
136 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (151 ton to 499 ton TN No Bid No Bid No Bid $193.00 No Bid $183.00 $200.00 $150.00
137 Type SP-12.5Traffic-C Asphaltic Concrete place by paving machine, including tack material & compaction (Small Quantity TN No Bid No Bid No Bid $500.00 No Bid $422.00 $215.00 $250.00
138 Type SP-12.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (10 ton to 50 ton TN No Bid No Bid No Bid $430.00 No Bid $359.00 $215.00 $225.00
139 Type SP-12.5Traffic-C Asphaltic Concrete place by paving machine, including tack material & compaction (51 ton to 150 ton TN No Bid No Bid No Bid $260.00 No Bid $238.00 $215.00 $200.00
140 Type SP-12.5Traffic-C Asphaltic Concrete place by paving machine, including tack material & compaction (151 ton to 499 ton TN No Bid No Bid No Bid $190.00 No Bid $180.00 $215.00 $185.00
141 Miscellaneous Asphalt (placed by hand & compacted under Guardrail & misc. areas)TN No Bid No Bid No Bid $1,000.00 No Bid $884.25 $215.00 $300.00
142 Asphalt Treated Permeable Base Placed by Track paving Machine (Coarse aggregate stone # 57,asphalt Content 3.5 - 4.0%)(10 TN No Bid No Bid No Bid $262.00 No Bid No Bid N/A $350.00
143 Asphalt Milling, per 1-inch mill; Including mobilization, TTC & all incidental work & equipment to include hauling off, stockpiling SY No Bid No Bid No Bid $10.00 No Bid $5.00 $5.00 $25.00
144 MOT, Rental of Arrow Board, Electric PER DAY $25.00 No Bid No Bid $20. 00 $40. 00 $25. 00 $30. 00 $56.00
145 MOT, Rental of Message Boards, Electric PER DAY $50.00 No Bid No Bid $38.00 $75.00 $45.00 $75.00 $67.00
146 MOT, Rental of Traffic Cones, 36-inch High (per 50 cones)PER DAY $2.00 No Bid No Bid $64.00 $100.00 $60.00 $100.00 $25.00
147 MOT, Rental of Barricades, Type I ED $2.00 No Bid No Bid $64. 00 $2.00 $60. 00 $2.00 $0.11
148 MOT, Rental of Barricades, Type II PER DAY $2.00 No Bid No Bid $1.50 $2.00 $1.50 $4.00 $431.00
149 MOT, Rental of Barricades, Type III PER DAY $4.00 No Bid No Bid $2.50 $3.00 $2.75 $5.00 $65.00
150 MOT, Rental of Jersey Barrier PER DAY $600.00 No Bid No Bid $650.00 No Bid $605.00 $85.00 $81.00
151 TTC - Per Flagman Per Day ED $1,000.00 No Bid No Bid $450.00 $500.00 $880.00 $50.00 $750.00
152 Work Zone Sign ED $2.00 No Bid No Bid $38.00 $2.00 $37.00 $20.00 $0.55
153 Concrete Barrier Wall (Temporary) LF-WK $35.00 No Bid No Bid $15,000.00 $60.00 $14,300.00 $500.00 $120.00
154 Materials Mark-up (for items not in contract valued up to $100,000)%15%10%15%15%18%No markup 10%18.5%
SCHEDULE OF EQUIPMENT AND OPERATOR RATES
1 3-Man Crew w/Pickup Truck HR $300.00 $260.00 $200.00 $200.00 $174.00 No Bid $200.00 $357.00
2 5-Man Crew w/Pickup Truck HR $400.00 $375.00 $525.00 $300.00 $270.00 No Bid $250.00 $535.00
3 Supervisor HR $125.00 $55.00 $120.00 $150.00 $100.00 No Bid $85.00 $109.00
4 Foreman HR $100.00 $65.00 $95.00 $125.00 $80.00 No Bid $75.00 $91.00
5 Welder HR $100.00 No Bid $225.00 $150.00 $80.00 No Bid $95.00 $88.00
6 Skilled L:aborer HR $75.00 $40.00 $65.00 $50.00 $50.00 No Bid $35.00 $60.00
7 Day Laborer (Unskilled)HR $50.00 $35.00 $55.00 $40.00 $36.00 No Bid $28.00 $49.00
8 Gradall HR $200.00 No Bid No Bid $200.00 No Bid No Bid $125.00 $219.00
9 Skid Loader HR $100.00 $90.00 $95.00 $125.00 $64.00 No Bid $80.00 $119.00
10 Rubber Tire backhoe/Loader HR $120.00 No Bid $135.00 $125. 00 $106.00 No Bid $100.00 $119.00
11 Track backhoe HR $150.00 No Bid $225.00 $250.00 $150.00 No Bid $130.00 $206.00
12 Dump Truck HR $100.00 $95.00 $225.00 $110.00 $70.00 No Bid $80.00 $100.00
13 Flatbed w/Tractor HR $175.00 No Bid $120.00 $175.00 $172.00 No Bid $100.00 $144.00
14 Flatbed HR $100.00 No Bid $120.00 $110.00 $150.00 No Bid $50.00 $81.00
15 Wellpoint System HR $60.00 No Bid $250.00 $100.00 $100.00 No Bid $45.00 $94.00
16 Jet Pump HR $60.00 No Bid $165.00 $50.00 $40.00 No Bid $50.00 $94.00
17 Hydraulic Submersible Pump HR $60. 00 No Bid $185.00 $100. 00 $76. 00 No Bid $65. 00 $119.00
18 Welding machine HR $60.00 No Bid $85.00 $100.00 $70.00 No Bid $65.00 $98.00
19 Portable Generator HR $60.00 $55. 00 $165.00 $100. 00 $36. 00 No Bid $45. 00 $88.00
20 Quick Cut Saw HR $40.00 $55. 00 $25. 00 $50. 00 $16. 00 No Bid $25. 00 $41.00
21 Asphalt/Concrete Saw HR $50.00 $55.00 $15.00 $50.00 $28.00 No Bid $28.00 $56.00
22 Steel Wheel Roller HR $90. 00 $200. 00 $125.00 $100. 00 No Bid No Bid $75. 00 $113.00
23 Plate Tamper HR $50.00 $55. 00 $25. 00 $50. 00 $24. 00 No Bid $25. 00 $56.00
24 Dump Truck (15 - 20 CY)HR $100.00 $95.00 $225.00 $110.00 $100.00 No Bid $125.00 $150.00
25 Chain Saw/Debris Clearing Hand Equipment HR $40.00 $65. 00 $10. 00 $100.00 $30. 00 No Bid No Bid $50.00
a Contractor's Representative(s)D. Steven Eakins, Jr.Shawn Cunningham Chase Rogers; Daniel Duke III Tom Uhrig William Cryer Nancy G. Rosso Ezra Saffold Jorge Lopez
b Telephone Number(s)561.842.0001 561.723.5812 561.640.3503 561.471.4100 561.588.1170 561.588.6681 561.469.6513 786.723.6140
c Email Address(es)steve@dseakins.com shawn@flyingscotinc.com info@hinterlandgroup.com jwctom@jwcheatham.com ccryer@johnsondavis.com nancy@randdpaving.com ezra@saffoldpaving.com info@waypointci.com
City of Palm Beach Gardens, Florida
AWARD SUMMARY - LINE ITEM PRICES AND AWARDED VENDORS
D.S. EAKINS FLYING SCOT HINTERLAND GROUP J W CHEATHAM JOHNSON-DAVIS R&D PAVING SAFFOLD PAVING WAYPOINT CONTRACTING
Lake Park, Florida 33403 Wellington, Florida 33414 Riviera Beach, Florida 33404 West Palm Beach, Florida 33413 Lantana, Florida 33462 West Palm Beach, Florida 33401 West Palm Beach, Florida 33407 Miami, Florida 33255
D. Steven Eakins, Jr.Shawn Cunningham Daniel Duke Eddie Giles Melissa Trejo Meagan Martin Ezra Saffold Jorge Lopez
561. 346.1549 561. 723.5812 954. 237.9266 561. 239.4553 561.588.1170 561.379.3469 561. 848.1110 786. 608.1406
steve@dseakins.com shawn@flyingscotinc.com info@hinterlandgroup.com egiles@jwcheatham.com mtrejo@johnsondavis.com meagan@randdpaving.com ezra@saffoldpaving.com info@waypointci.com
NO.UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE UNIT PRICE
AREAS OF SPECIFIC WORK
1 Removal, saw cut, and disposal of 4" thick concrete SF $4.00 $1.75 $5.00 $5.00 $2.00 $6.90 $3.50 $4.63
2 Removal, saw cut, and disposal of6" thick concrete SF $5.00 $2.25 $6.00 $6.00 $3.00 $6.90 $4.00 $5.63
3 F&I, 4" concrete with wire SF $8.00 $3.00 $10.00 $8.00 $12.00 $13.05 $6.00 $7.75
4 F&I, 4" concrete without wire SF $7.50 $3.00 $8.00 $7.50 $9.50 $12.55 $5.00 $6.88
5 F&I, 4" concrete with polypropylene fiber mix reinforce SF $8.25 $3.00 $10. 00 $9.00 $11. 00 $15. 00 $6.00 $7.69
6 F&I, 6" concrete with polypropylene fiber mix reinforce SF $8.75 $4.00 $12.00 $10.00 $12.00 $16.00 $7.00 $8.75
7 F&I, 6" concrete with wire SF $9.00 $4.00 $12. 00 $9.50 $12. 00 $14. 20 $7.00 $9.06
8 F&I, 6" concrete without wire SF $8.50 $4.00 $10.00 $9.00 $10.50 $14.00 $6.50 $8.19
9 F&I, 6" pervious concrete SF No Bid No Bid No Bid $25.00 No Bid $70.00 $12.50 $13.13
10 F&I, 4" stamped concrete with wire SF $17.00 $14.00 No Bid $21.00 No Bid $22.00 $11.25 $17.19
11 F&I, 4" stamped concrete without wire SF $16.50 $15. 00 No Bid $20. 00 No Bid $21. 75 $12. 00 $17.81
12 F&I, 6" stamped concrete with wire SF $20.50 $17.00 No Bid $26.00 No Bid $24.00 $11.50 $20.00
13 F&I, 6" stamped concrete without wire SF $20.00 $16.00 No Bid $25.00 No Bid $23.50 $11.25 $2.19
14 F&I, 8" pervious concrete SF No Bid No Bid No Bid $30. 00 No Bid $90. 00 $13. 00 $20.00
15 F&I, FDOT concrete bumper guard EA $100.00 No Bid No Bid $54.00 No Bid $175.00 $65.00 $93.75
16 F&I, ADA-compliant detectable surface SF $80.00 No Bid $85. 00 $50. 00 $50. 00 $72. 00 $65. 00 $56.25
17 F&I, ADA-compliant welded aluminum handrail, FDOT Standard Index 862 - 42"LF $750.00 No Bid No Bid $200.00 $150.00 No Bid $200.00 $131.25
18 F&I, FDOT Type "A" curb - by hand LF $42.00 No Bid $65. 00 $37. 00 $90. 00 $40. 00 $34. 00 $42.50
19 F&I, FDOT Type "A" curb - by machine LF $42.00 No Bid $55.00 $24.00 No Bid $40.00 $28.00 $40.00
20 F&I, FDOT Type "B" curb - by hand LF $42.00 No Bid $65. 00 $40. 00 $90. 00 $40. 00 $30. 00 $40.00
21 F&I, FDOT Type "B" curb - by machine LF $42.00 No Bid $55. 00 $27. 00 No Bid $40. 00 $28. 00 $38.75
22 F&I, FDOT Type "D" curb - by hand LF $42.00 No Bid $65.00 $38.00 $90.00 $40.00 $29.00 $42.50
23 F&I, FDOT Type "D" curb - by machine LF $42.00 No Bid $55.00 $25.00 No Bid $40.00 $28.00 $41.25
24 F&I, FDOT Type "E" curb - by hand LF $51.00 No Bid $65. 00 $43. 00 $90. 00 $50. 00 $30. 00 $43.13
25 F&I, FDOT Type "E" curb - by machine LF $51.00 No Bid $55.00 $30.00 No Bid $50.00 $31.00 $42.88
26 F&I, FDOT Type "F" curb - by hand LF $51.00 No Bid $65.00 $43.00 $90.00 $50.00 $32.00 $46.88
27 F&I, FDOT Type "F" curb - by machine LF $51.00 No Bid $55.00 $30.00 No Bid $50.00 $30.00 $43.75
28 F&I, FDOT Valley Gutter - by hand LF $51.00 No Bid $65.00 $42.00 $90.00 $50.00 $28.00 $47.50
29 F&I, FDOT valley Gutter - by machine LF $51.00 No Bid $55.00 $29.00 No Bid $50.00 $27.00 $46.56
30 F&I, FDOT Shoulder Gutter - by hand LF $65.00 No Bid $65.00 $44.00 $100.00 $60.00 $31.00 $50.00
31 F&I, FDOT Shoulder Gutter - by machine LF $65.00 No Bid $55.00 $31.00 No Bid $60.00 $30.00 $48.75
32 F&I, FDOT asphaltic concrete curb LF No Bid No Bid $75.00 $50.00 No Bid $44.00 $27.50 $37.50
33 F&I, conduit - 2" (18" - 24" depth)LF No Bid No Bid $15.00 $25.00 No Bid $20.00 $12.00 $15.00
34 Installation only of conduit - 2" (18" - 24" depth)LF No Bid No Bid $12.00 $15.00 No Bid $15.00 $10.00 $22.50
35 F&I, conduit - 4" (18" - 24" depth)LF No Bid No Bid $22. 00 $45. 00 No Bid $40. 00 $15. 00 $22.50
36 F&I, conduit - 6" (18" - 24" depth)LF No Bid No Bid $35.00 $55.00 No Bid $50.00 $17.00 $30.00
37 F&I, conduit - 2" (24" - 36" depth)LF No Bid No Bid $18.00 $30.00 No Bid $26.00 $13.00 $15.13
38 Installation only of conduit - 2" (24" - 36" depth)LF No Bid No Bid $15.00 $20.00 No Bid $20.00 $11.00 $10.06
39 F&I, conduit - 4" (24" - 36" depth)LF No Bid No Bid $24. 00 $50. 00 No Bid $45. 00 $11. 50 $30.00
40 F&I, conduit - 6" (24" - 36" depth)LF No Bid No Bid $38.00 $60.00 No Bid $54.00 $11.50 $43.75
41 F&I, 2' x 2' pull boxes (includes weeps and ground rods)EA No Bid No Bid $2,200.00 $3,500.00 No Bid $3,000.00 $750.00 $1,025.00
42 Installation 2' x 2' pull boxes EA No Bid No Bid $1,600.00 $1,750.00 No Bid $1,600.00 $550.00 $656.25
43 F&I, pull wire within conduit LF No Bid No Bid $10.00 $10.00 No Bid $8.00 $3.25 $13.13
44 F&I, tracing wire within conduit (#12 Cu)LF No Bid No Bid $8.00 $3.00 No Bid $3.00 $2.00 $10.00
45 Supply, place and compact clean fill CY $30.00 No Bid $60.00 $40.00 $40.00 $51.00 $25.00 $35.00
46 Stop Sign w/ Street Name Blades Mounted on New Post (R-140A-D)EA No Bid No Bid $450.00 $1,500.00 No Bid No Bid $950.00 $8.50
47 Staked Silt Fence LF $4.50 No Bid $6.00 $3.00 $4.00 $8.85 $2.50 $4.75
48 F&I, natural stone riprap w/filter fabric TN $250.00 No Bid $210.00 $300.00 $280.00 $308.00 $115.00 $268.75
49 F&I, broken concrete riprap w/filter fabric TN $200.00 No Bid $180.00 $250.00 $200.00 $220.00 $100.00 $181.25
50 Supply and install sand-cement riprap w/filter fabric CY $900.00 No Bid $450.00 $1,100.00 $800.00 $880.00 $700.00 $937.50
51 Special saw cuts for pavement and concrete LF $5.00 $5.00 $6.00 $10.00 No Bid $19.00 $2.00 $3.75
52 Removal and disposal of existing driveway culvert pipe LF $20.00 No Bid $120.00 $25.00 $30.00 $33.00 $85.00 $71.25
53 Regular Excavation (Including Removal & Disposal)CY $25.00 No Bid $50.00 $40.00 $30.00 $32.00 $25.00 $28.00
54 F&I, Bahia sod - up to 1,000 SF SF $2.00 No Bid $4.00 $1.00 $2.00 $6.00 $0.75 $0.65
55 F&I, Bahia sod - over 1,000 SF SF $1.50 No Bid $3.00 $0.75 $1.00 $3.00 $0.65 $0.56
56 F&I, Floratam sod - up to 1,000 SF SF $2.50 No Bid $6.00 $1.50 $2.50 $7.00 $1.10 $0.90
57 F&I, Floratam sod - over 1,000 SF SF $2.00 No Bid $5.00 $1.00 $1.50 $4.00 $1.00 $0.73
58 F&I, FDOT seed and mulch mix SF $0.50 No Bid $5.00 $0.50 $0.25 No Bid $0.28 $0.44
59 Furnish operator, water truck and irrigate sod or seed mix HR $150.00 No Bid $220.00 $200.00 $150.00 $125.00 $91.00 $125.00
60 FDOT guard rail with no end treatment, FDOT Standard Index 400 LF No Bid No Bid No Bid $50.00 No Bid $41.00 $33.00 $93.75
61 FDOT guard rail with end treatment, FDOT Standard Index 400 LF No Bid No Bid No Bid $100.00 No Bid $87.00 $60.00 $156.25
62 Re-grade swales - up to 1,000 CY CY $20.00 $20.00 $20.00 $40.00 $40.00 $36.00 $14.00 $37.50
63 Re-grade swales - over 1,000 CY CY $15.00 $19.00 $18.00 $40.00 $25.00 $35.00 $13.00 $32.50
64 Canal wash out repair (sand and silt)CY $200.00 No Bid $200.00 $500.00 No Bid $660.00 $150.00 $312.50
65 Canal excavation (60' ROW) - up to 1,000 CY CY $30.00 No Bid $65.00 $20.00 No Bid $50.00 $25.00 $43.75
66 Canal excavation (100' ROW) - up to 1,000 CY CY $30.00 No Bid $95. 00 $20. 00 No Bid $45. 00 $18. 00 $47.50
67 Canal excavation (0' ROW) - over 1,000 CY CY $20.00 No Bid $45.00 $20.00 No Bid $35.00 $15.00 $47.50
68 Canal excavation (100' ROW) - over 1,000 CY CY $20.00 No Bid $55.00 $20.00 No Bid $35.00 $15.00 $50.00
69 Lake canal bank restoration (wash out repair)CY $40.00 No Bid $200.00 $2,500.00 No Bid $626.00 $75.00 $218.75
70 F&I, Type SIII asphalt overlay - 1"TN $200.00 No Bid $325.00 $193.00 $250.00 $176.00 $150.00 $368.75
71 Mill existing pavement (3/4" - 1" avg)SY $9.00 No Bid $60.00 $4.00 $30.00 $6.00 $4.00 $15.63
72 Pavement replacement w/2" Type S SY $30.00 No Bid $135.00 $30.00 $50.00 $40.00 $30.00 $22.50
73 Adjust Manholes with riser EA $3,000.00 No Bid $1,200.00 $500.00 No Bid No Bid $380.00 $718.75
74 Adjust valve boxes with riser EA $2,500.00 No Bid $850.00 $100.00 No Bid No Bid $300.00 $1,800.00
75 Valve Box F&I EA $1,750.00 No Bid $2,200.00 $2,100.00 No Bid No Bid $500.00 $4,000.00
76 Jack and bore - 4"LF No Bid No Bid No Bid $75.00 No Bid $66.00 $65.00 $231.25
77 Directional bore - 4"LF No Bid No Bid $38. 00 $75. 00 No Bid $66. 00 $35. 00 $106.25
78 Jack and bore - 6"LF No Bid No Bid No Bid $100.00 No Bid $86.00 $75.00 $281.25
79 Directional bore - 6"LF No Bid No Bid $42.00 $100.00 No Bid $86.00 $46.00 $125.00
80 12" stabilized subgrade, LBR 40 - Small Quantity 1to 100 SY SY $16.00 No Bid $25.00 $50.00 $25.00 $75.00 $10.00 $35.00
81 12" stabilized subgrade, LBR 40 SY $10.00 No Bid $20.00 $17.00 No Bid $23.00 $9.00 $22.50
82 Optional Base Group 4, 6, 9 Small Quantity 1to 100 SY SY $50.00 No Bid $45.00 $100.00 $36.00 $90.00 $18.00 $45.00
83 Optional Base Group 6 TYPE B-12.5 in place to line & grade (includes excavation ,compaction and material removal)SY No Bid No Bid $65. 00 $75. 00 No Bid $70. 00 $18. 00 $25.00
84 Optional Base Group 6 cemented coquina shell base compacted to 98% AASHTO T180, LBR 100, primed & sanded, in place to SY $18.00 No Bid $65.00 $36.00 No Bid $39.50 $20.00 $60.00
85 Optional Base Group 4, Cemented Coquina (LBR100)SY $16.00 No Bid $50.00 $20.00 No Bid $32.00 $20.00 $38.50
86 Optional Base Group 9 Cemented Coquina (LBR 100)SY $20.00 No Bid $75. 00 $26. 00 No Bid $58. 00 $25.00 $42.00
87 Guardrail, galvanized, W-beam with timber post installed to FDOT Specs.LF No Bid No Bid No Bid $50.00 No Bid $45.00 $100.00 $125.00
88 Guardrail, galvanized, W-beam with galvanized steel post installed to FDOT Specs.LF No Bid No Bid No Bid $50.00 No Bid $51.00 $110.00 $225.00
89 Catch Basin, Ditch Bottom Inlet Type-C < 5'EA $5,000.00 No Bid $4,200.00 $5,800.00 $6,000.00 $6,600.00 $5,500.00 $4,895.00
90 Catch Basin, Ditch Bottom Inlet Type-E < 6'EA $7,500.00 No Bid $4,800.00 $8,700.00 $8,500.00 $9,350.00 $7,500.00 $6,500.00
91 Guardrail End Anchorage Treatment, Parallel Segment, Installed to FDOT Index 536 EA No Bid No Bid No Bid $4,100.00 No Bid $4,550.00 $65.00 $850.00
92 Guardrail End Anchorage Treatment, Flared Segment, Installed to FDOT Index 536 EA No Bid No Bid No Bid $1,800.00 No Bid $1,950.00 $65.00 $900.00
93 RCP/Equivalent ERCP, 15" - 24" Small Quantity, 1 to 50 LF LF $182.00 No Bid $210.00 $210.00 $200.00 $220.00 $125.00 $100.00
94 RCP/Equivalent ERCP, 30" - 36" Small Quantity 1 to 50 LF LF $270.00 No Bid $245.00 $310.00 $350.00 $385.00 $145.00 $150.00
95 15" CMP LF $85.00 No Bid $75.00 $100.00 $130.00 $143.00 $89.00 $65.00
96 18" CMP LF $105.00 No Bid $80.00 $120.00 $140.00 $154.00 $100.00 $78.00
97 24" CMP LF $125.00 No Bid $105.00 $145.00 $160.00 $176.00 $100.00 $86.00
98 30" CMP LF $155.00 No Bid $120.00 $180.00 $200.00 $220.00 $125.00 $105.00
99 36" CMP LF $180.00 No Bid $160.00 $210.00 $270.00 $297.00 $145.00 $135.00
100 12" X 18" Elliptical RCP LF $100.00 No Bid $85.00 $115.00 $150.00 $165.00 $100.00 $60.00
101 14" X 23" Elliptical RCP LF $120.00 No Bid $105.00 $140.00 $160.00 $176.00 $100.00 $75.00
102 15" RCP LF $80.00 No Bid $80.00 $92.00 $140.00 $160.00 $225.00 $75.00
103 18" RCP LF $100.00 No Bid $95.00 $115.00 $150.00 $170.00 $100.00 $85.00
104 24" RCP LF $132.00 No Bid $125.00 $152.00 $175.00 $199.00 $125.00 $125.00
105 30" RCP LF $165.00 No Bid $165.00 $190.00 $210.00 $235.00 $135.00 $185.00
106 36" RCP LF $210.00 No Bid $210.00 $242.00 $275.00 $303.00 $145.00 $225.00
107 15" HDPE LF $80.00 No Bid $65.00 $92.00 $120.00 $135.00 $95.00 $275.00
108 18" HDPE LF $100.00 No Bid $75.00 $115.00 $130.00 $145.00 $100.00 $52.00
109 24" HDPE LF $135.00 No Bid $90.00 $156.00 $155.00 $175.00 $125.00 $68.00
110 30" HDPE LF $160.00 No Bid $120.00 $184.00 $200.00 $220.00 $145.00 $75.00
111 36" HDPE LF $190.00 No Bid $135.00 $220.00 $260.00 $286.00 $145.00 $95.00
112 2" PVC LF $20.00 No Bid $25.00 $23.00 $30.00 $33.00 $35.00 $125.00
113 3" PVC LF $30.00 No Bid $28.00 $35.00 $36.00 $40.00 $35.00 $5.00
114 4" PVC LF $40.00 No Bid $38.00 $46.00 $40.00 $44.00 $40.00 $6.00
115 6" PVC LF $50.00 No Bid $48.00 $58.00 $45.00 $50.00 $65.00 $12.00
102 Mitered End Section (15" RCP)EA $3,600.00 $250.00 $1,400.00 $4,200.00 $2,200.00 $2,600.00 $1,500.00 $1,250.00
103 Mitered End Section (18" RCP)EA $3,925.00 $300.00 $2,200.00 $4,600.00 $2,600.00 $2,900.00 $1,900.00 $1,650.00
104 Mitered End Section (24" RCP)EA $5,450.00 $350.00 $2,500.00 $6,300.00 $3,800.00 $4,180.00 $2,000.00 $2,250.00
105 Mitered End Section (30" RCP)EA $7,100.00 $400.00 $3,500.00 $8,200.00 $6,500.00 $7,150.00 $2,700.00 $3,200.00
106 Mitered End Section (36" RCP)EA $7,900.00 $500.00 $4,500.00 $9,100.00 $7,000.00 $7,700.00 $3,000.00 $4,000.00
107 Mitered End Section (12x18 RCP)EA $3,400.00 $300.00 $1,800.00 $4,000.00 $2,400.00 $2,640.00 $1,600.00 $985.00
108 Mitered End Section (14x23 RCP)EA $3,400.00 $350.00 $2,200.00 $4,000.00 $2,800.00 $3,080.00 $2,000.00 $1,300.00
109 Concrete End Walls (Typ. Per FDOT Standard lndex #250)CY $3,500.00 $500.00 $3,200.00 $4,100.00 $2,000.00 $2,200.00 $350.00 $1,200.00
110 Roadway Open Cut-60" Wide X 5' Deep Including Backfill & Base (Typ. Per Martin County Standard Detail R-31A & R-31B)EA No Bid No Bid $22,000.00 $36,000.00 $15,000.00 No Bid $7,500.00 $3,500.00
111 Roadway Open Cut-60" Wide X 5' Deep Including Backfill & Base (Typ. Per Martin County Standard Detail R-31A & R-31B) - EA No Bid No Bid $14,500.00 $24,000.00 $5,000.00 No Bid $7,500.00 $2,000.00
112 Straw Bales (18X18X36)EA $100.00 No Bid $30.00 $25.00 $50.00 No Bid $250.00 $75.00
113 Floating Turbidity Barrier LF $50. 00 No Bid $15. 00 $100.00 $20.00 No Bid $12. 00 $100.00
114 Standard mailbox and/or standard traffic control sign (single post), removal & relocate.EA $500.00 No Bid $250.00 $500.00 $300.00 $150.00 $1,000.00 $500.00
115 Type-F (6x40) Traffic Loop EA No Bid No Bid No Bid $3,500.00 No Bid $2,420.00 $5,000.00 $2,000.00
116 As-Builts/2-Man Survey Crew HR $250.00 No Bid $185.00 $200.00 $180.00 No Bid $500.00 $125.00
117 Infiltration Drainage Crew HR $400.00 No Bid $425.00 $500.00 $650.00 $715.00 $400.00 $65.00
118 Wellpoint System HR $60.00 No Bid $225.00 $100.00 $100.00 $110.00 $100.00 $55.00
119 Asphalt Removal and Restoration SF $8.00 No Bid $15.00 $10.00 $10.00 No Bid $5.00 $10.00
PAVEMENT MARKING
120 Thermoplastic Pavement Marking, Compound Lines
a Thermo Plastic Small Quantity Less than 1,000 LF LF $25.00 No Bid No Bid $5.50 No Bid $3,900.00 $4.00 $550.00
b Thermo Plastic (Yellow Skip 6") 10-30 or 3-9 GM $3,500.00 No Bid No Bid $3,500.00 No Bid $7,550.00 $6.00 $5.25
c Thermo Plastic (White Skip 6") 10- 30 or 3-9 GM $3,500.00 No Bid No Bid $3,500.00 No Bid $7,550.00 $6.00 $5.25
d Thermo Plastic (Yellow Skip 6" ) 10- 30 or 3-9 LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $6.00 $1.31
e Thermo Plastic (White Skip 6" ) 10-30 or 3-9 LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $6.00 $1.31
f Thermo Plastic (Yellow Solid 6")LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $3.00 $1.31
g Thermo Plastic (White Solid 6" )LF $2.00 No Bid No Bid $1.75 No Bid $1.50 $1.00 $1.31
h Thermo Plastic (Yellow Solid 8")LF $2.50 No Bid No Bid $2.00 No Bid $1.85 $2.00 $2.19
i Thermo Plastic (White Solid 8" )LF $2.50 No Bid No Bid $2.00 No Bid $1.85 $2.00 $2.19
j Thermo Plastic (White Solid 12")LF $4.00 No Bid No Bid $5.00 No Bid $3.60 $2.00 $2.31
k Thermo Plastic (White Solid 18")LF $7.00 No Bid No Bid $7.00 No Bid $3.85 $2.00 $3.81
l Thermo Plastic (Yellow Solid 18")LF $7.00 No Bid No Bid $7.00 No Bid $4.55 $3.00 $3.81
m Thermo Plastic ( Stop Bar 12')EA $125.00 No Bid No Bid $150.00 No Bid $6.65 $200.00 $250.00
n Thermo Plastic (Arrows)EA $150.00 No Bid No Bid $250.00 No Bid $76.00 $126.00 $100.00
o Thermo Plastic (Railroad)EA $600.00 No Bid No Bid $250.00 No Bid $455.00 $500.00 $3,000.00
121 Arrows and Messages - White Only, Furnish & Install
a Turn arrow EA $150.00 No Bid No Bid $250.00 No Bid $76.00 $126.00 $100.00
Corporation Address (State):
Vendor Contact Email
DESCRIPTION
Vendor Contact
Vendor Contact Phone Number
ITB No.: ITB2024-160PS
Bid Title: Miscellaneous Public Works Projects
Prepared by: Km! Ra
VENDOR NAME
h ll i d hi hli h l i d d i ll ( d if li bl f d bl f i )
Bid Opening Date: June 7, 2024 @ 3:00 P.M.
D.S. EAKINS FLYING SCOT HINTERLAND GROUP J W CHEATHAM JOHNSON-DAVIS R&D PAVING SAFFOLD PAVING WAYPOINT CONTRACTING
ITB No.: ITB2024-160PS
Bid Title: Miscellaneous Public Works Projects
Prepared by: Km! Ra
VENDOR NAME
h ll d h hl h l d d ll ( d f l bl f d bl f )
Bid Opening Date: June 7, 2024 @ 3:00 P.M.
b Straight arrow EA $150.00 No Bid No Bid $250.00 No Bid $91. 00 $126.00 $100.00
c Straight/Turn arrows; combination EA $200.00 No Bid No Bid $250.00 No Bid $156.00 $126.00 $168.75
d Merge message EA $500.00 No Bid No Bid $250.00 No Bid $215.00 $201.00 $218.75
e RXR message EA $350.00 No Bid No Bid $250.00 No Bid $455.00 $201.00 $300.00
f School message EA $350.00 No Bid No Bid $250.00 No Bid $507.00 $301.00 $250.00
g Only message EA $250.00 No Bid No Bid $250.00 No Bid $195.00 $201.00 $188.00
h U-Turn message EA $200.00 No Bid No Bid $250.00 No Bid $98. 00 $201.00 $217.75
i Bike lane symbol (diamond, arrow)EA $500.00 No Bid No Bid $550.00 No Bid $455.00 $176.00 $344.00
j Handicap message EA $400.00 No Bid No Bid $500.00 No Bid $215.00 $126.00 $188.00
122 Raised Reflective Pavement Markers - Thermoplastic
a Red and amber; bi-directional EA $10.00 No Bid No Bid $2.50 No Bid $6.50 $11.00 $9.06
b Amber; bi-directional EA $10.00 No Bid No Bid $9.00 No Bid $5.60 $11.00 $9.00
c White and red; bi-directional EA $10.00 No Bid No Bid $9.00 No Bid $5.60 $11. 00 $8.00
123 Raised Reflective Pavement Markers - Epoxy
a Red and amber; bi-directional EA $10.00 No Bid No Bid $11.00 No Bid $8.00 $11.00 $9.00
b Amber; bi-directional EA $10.00 No Bid No Bid $11.00 No Bid $7.50 $11.00 $9.00
c White and red; bi-directional EA $10.00 No Bid No Bid $11. 00 No Bid $7.50 $11. 00 $8.00
124 Traffic Paint Lines
a White, 4"LF $1.00 No Bid No Bid $1.00 No Bid $0.50 $2.00 $0.81
b Yellow, 4"LF $1.00 No Bid No Bid $1.00 No Bid $0.50 $2.00 $1.00
c White, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $2.00 $1.06
d Black, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $1.00 $1.00
e Blue, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $1.00 $1.00
f Yellow, 6"LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $2.00 $1.00
g White, 18"LF $4.00 No Bid No Bid $1.50 No Bid $2.00 $2.00 $2.00
h White, 12"LF $3.00 No Bid No Bid $1.50 No Bid $1.60 $2.00 $2.00
i Yellow, 18"LF $4.00 No Bid No Bid $1.50 No Bid $2.00 $2.00 $2.00
j White , 24"LF $7.00 No Bid No Bid $3.00 No Bid $4.25 $2.00 $2.31
125 Arrows and Messages - White (Furnish and Install)
a Straight/Combo Arrow EA $150.00 No Bid No Bid $55.00 No Bid $78.00 $126.00 $81.00
b Turn arrow EA $125.00 No Bid No Bid $55.00 No Bid $52.00 $126.00 $56.00
c Message (Only; School; Merge and Straight Arrow)EA $200.00 No Bid No Bid $100.00 No Bid $130.00 $201.00 $88.00
d 6" Numbers (Per Digit)EA $15.00 No Bid No Bid $4.00 No Bid $4.00 $51.00 $3.00
e 8" Numbers (Per Digit)EA $20.00 No Bid No Bid $4.00 No Bid $4.00 $65. 00 $4.00
f 10" Numbers (Per Digit)EA $20.00 No Bid No Bid $4.00 No Bid $6.00 $75.00 $6.00
g 12" Numbers (Per Digit)EA $20.00 No Bid No Bid $6.00 No Bid $6.00 $102.00 $9.00
h 24" Numbers (Per Digit)EA $30.00 No Bid No Bid $6.00 No Bid $8.00 $204.00 $9.00
126 Fire Lane and No Parking Messages - Yellow
a 4" Letters (Per Letter)EA $15.00 No Bid No Bid $4.00 No Bid $3.90 $45.00 $3.00
b 6" Letters (Per Letter)EA $15.00 No Bid No Bid $4.00 No Bid $6.00 $51.00 $4.00
c 8" Letters (Per Letter)EA $20.00 No Bid No Bid $4.00 No Bid $6.50 $65. 00 $6.00
d 12" Letters (Per Letter)EA $20.00 No Bid No Bid $6.00 No Bid $8.00 $102.00 $7.00
e 4' Letters (Per Letter)EA $50.00 No Bid No Bid $12.00 No Bid $26.00 $45.00 $15.00
127 Pavement marking removal
a Traffic Paint SF $4.00 No Bid No Bid $3.00 No Bid $1.60 $18. 00 $3.00
b Thermoplastic SF $5.00 No Bid No Bid $5.00 No Bid $2.60 $18.00 $3.00
c Cold (Preformed) Plastic SF $4.00 No Bid No Bid $5.00 No Bid $3.90 $18.00 $4.00
d Construction Tape LF $3.00 No Bid No Bid $2.00 No Bid $1.30 $10.00 $3.00
e Pavement markers EA $3.00 No Bid No Bid $1.00 No Bid $1.30 $20.00 $5.00
128 Preformed (Cold) Plastic (Install Only)
a White, 24"LF $20.00 No Bid No Bid $36.00 No Bid $6.50 $201.00 $11.00
b Message (Only; School; Merge; U-Turn; Bike Lane; etc.)EA $300.00 No Bid No Bid $700.00 No Bid $156.00 $201.00 $575.00
c Turn arrow EA $175.00 No Bid No Bid $400.00 No Bid $39.00 $201.00 $275.00
129 Preformed (Cold) Plastic (Furnish and Install)
a White or Yellow, 6"LF $20.00 No Bid No Bid $10.00 No Bid $9.00 $150.00 $12.00
b White, 8"LF $20.00 No Bid No Bid $10. 00 No Bid $19. 00 $175. 00 $16.00
c White or Yellow, 12"LF $25.00 No Bid No Bid $20.00 No Bid $21.00 $201.00 $22.00
d White or Yellow, 18"LF $30.00 No Bid No Bid $25.00 No Bid $21.00 $201.00 $32.00
e White, 24"LF $35.00 No Bid No Bid $36. 00 No Bid $26.00 $201.00 $35.00
f Message (Only; School; Merge; Ramp; U-Turn; etc.)LF $950.00 No Bid No Bid $550.00 No Bid $715.00 $201.00 $938.00
g Turn arrow LF $450.00 No Bid No Bid $350.00 No Bid $425.00 $201.00 $394.00
130 Miscellaneous (Furnish and Install)
a Thermoplastic Rumble Strips (Index 518)EA $1,500.00 No Bid No Bid $550.00 No Bid $390.00 $42. 00 $844.00
b 9" Contrast tape LF $60.00 No Bid No Bid $6.00 No Bid $2.30 $10.00 $20.00
c Flexible Delineators (All Types)EA $300.00 No Bid No Bid $125.00 No Bid $175.00 $126.00 $131.00
d Foil Back Tape LF $5.00 No Bid No Bid $2.00 No Bid $1.30 $2.00 $4.00
131 Items for FDOT and/or City approved Projects
a 6" Solid White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $1.25 $1.00
b 6" Solid White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.50 $1.00 $2.00
c 8" Solid Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.80 $1.00 $1.00
d 8" Solid White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $2.25 $1.50 $2.00
e 8" Solid Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $2.25 $2.00 $2.00
f 12" Solid White Paint LF $4.00 No Bid No Bid $1.50 No Bid $1.60 $2.00 $1.00
g 12" Solid White Thermoplastic LF $6.00 No Bid No Bid $6.00 No Bid $4.10 $2.10 $3.00
h 18" Solid White Paint LF $4.00 No Bid No Bid $1.50 No Bid $2.25 $3.00 $3.00
i 18" Solid White Thermoplastic LF $9.00 No Bid No Bid $7.50 No Bid $5.00 $3.00 $4.00
j 24" Solid White Paint LF $8.00 No Bid No Bid $3.50 No Bid $3.90 $4.00 $3.00
k 24" Solid White Thermoplastic LF $15.00 No Bid No Bid $9.00 No Bid $8.75 $4.00 $7.00
l 6" Solid Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.55 $1.50 $1.00
m 6" Solid Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.50 $1.00 $1.00
n 18" Solid Yellow Paint LF $5.00 No Bid No Bid $1.50 No Bid $2.30 $3.00 $3.00
o 18" Solid Yellow Thermoplastic LF $10.00 No Bid No Bid $7.50 No Bid $5.00 $3.00 $5.00
p 2x4 Skips White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $3.70 $1.00
q 2x4 Skips White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $4.00 $1.00
r 6x10 Skips White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $6.00 $1.00
s 6x10 Skips White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $6.00 $1.00
t 10x30 Skips White Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $11. 00 $1.00
u 10x30 Skips White Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $11.00 $2.00
v 2x4 Skips Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $5.00 $1.00
w 2x4 Skips Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $5.00 $2.00
x 6x10 Skips Yellow Paint LF $2.00 No Bid No Bid $1.00 No Bid $0.60 $6.00 $1.00
y 6x10 Skips Yellow Thermoplastic LF $3.00 No Bid No Bid $2.00 No Bid $1.65 $6.00 $2.00
z Reflective pavement Markers EA $10.00 No Bid No Bid $10.00 No Bid $6.50 $11.00 $7.00
aa Directional Arrows Paint EA $100.00 No Bid No Bid $70.00 No Bid $52.00 $36.00 $59.00
ab Directional Arrows Thermo EA $150.00 No Bid No Bid $250.00 No Bid $75.00 $150.00 $106.00
ac Bike lane Symbol w/Arrows Cold Plastic SETS $600.00 No Bid No Bid $550.00 No Bid $425.00 $152.00 $625.00
ad Pavement Messages Paint EA $300.00 No Bid No Bid $125.00 No Bid $195.00 $25.00 $103.00
ae Reflective Paint - Island Nose - White SY $65.00 No Bid No Bid $8.00 No Bid $1.00 $1.00 $34.00
ANNUAL ASPHALT MILLING AND PAVING
132 Asphalt Paving, per 1-inch paving/overlay, Asphalt Type - SP9.5Lev C or S III TN No Bid No Bid No Bid $204.00 No Bid $176.00 $125.00 $150.00
133 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (Small Quantity TN No Bid No Bid No Bid $500.00 No Bid $421.00 $200.00 $200.00
134 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (20 ton to 50 ton TN No Bid No Bid No Bid $430.00 No Bid $359.00 $200.00 $175.00
135 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (51 ton to 150 ton TN No Bid No Bid No Bid $262.00 No Bid $238.00 $200.00 $165.00
136 Type SP-9.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (151 ton to 499 ton TN No Bid No Bid No Bid $193.00 No Bid $183.00 $200.00 $150.00
137 Type SP-12.5Traffic-C Asphaltic Concrete place by paving machine, including tack material & compaction (Small Quantity TN No Bid No Bid No Bid $500.00 No Bid $422.00 $215.00 $250.00
138 Type SP-12.5 Traffic-CAsphaltic Concrete place by paving machine, including tack material & compaction (10 ton to 50 ton TN No Bid No Bid No Bid $430.00 No Bid $359.00 $215.00 $225.00
139 Type SP-12.5Traffic-C Asphaltic Concrete place by paving machine, including tack material & compaction (51 ton to 150 ton TN No Bid No Bid No Bid $260.00 No Bid $238.00 $215.00 $200.00
140 Type SP-12.5Traffic-C Asphaltic Concrete place by paving machine, including tack material & compaction (151 ton to 499 ton TN No Bid No Bid No Bid $190.00 No Bid $180.00 $215.00 $185.00
141 Miscellaneous Asphalt (placed by hand & compacted under Guardrail & misc. areas)TN No Bid No Bid No Bid $1,000.00 No Bid $884.25 $215.00 $300.00
142 Asphalt Treated Permeable Base Placed by Track paving Machine (Coarse aggregate stone # 57,asphalt Content 3.5 - 4.0%)(10 TN No Bid No Bid No Bid $262.00 No Bid No Bid N/A $350.00
143 Asphalt Milling, per 1-inch mill; Including mobilization, TTC & all incidental work & equipment to include hauling off, stockpiling SY No Bid No Bid No Bid $10.00 No Bid $5.00 $5.00 $25.00
144 MOT, Rental of Arrow Board, Electric PER DAY $25.00 No Bid No Bid $20. 00 $40. 00 $25. 00 $30. 00 $56.00
145 MOT, Rental of Message Boards, Electric PER DAY $50.00 No Bid No Bid $38.00 $75.00 $45.00 $75.00 $67.00
146 MOT, Rental of Traffic Cones, 36-inch High (per 50 cones)PER DAY $2.00 No Bid No Bid $64.00 $100.00 $60.00 $100.00 $25.00
147 MOT, Rental of Barricades, Type I ED $2.00 No Bid No Bid $64. 00 $2.00 $60. 00 $2.00 $0.11
148 MOT, Rental of Barricades, Type II PER DAY $2.00 No Bid No Bid $1.50 $2.00 $1.50 $4.00 $431.00
149 MOT, Rental of Barricades, Type III PER DAY $4.00 No Bid No Bid $2.50 $3.00 $2.75 $5.00 $65.00
150 MOT, Rental of Jersey Barrier PER DAY $600.00 No Bid No Bid $650.00 No Bid $605.00 $85.00 $81.00
151 TTC - Per Flagman Per Day ED $1,000.00 No Bid No Bid $450.00 $500.00 $880.00 $50.00 $750.00
152 Work Zone Sign ED $2.00 No Bid No Bid $38.00 $2.00 $37.00 $20.00 $0.55
153 Concrete Barrier Wall (Temporary) LF-WK $35.00 No Bid No Bid $15,000.00 $60.00 $14,300.00 $500.00 $120.00
154 Materials Mark-up (for items not in contract valued up to $100,000)%15%10%15%15%18%No markup 10%18.5%
SCHEDULE OF EQUIPMENT AND OPERATOR RATES
1 3-Man Crew w/Pickup Truck HR $300.00 $260.00 $200.00 $200.00 $174.00 No Bid $200.00 $357.00
2 5-Man Crew w/Pickup Truck HR $400.00 $375.00 $525.00 $300.00 $270.00 No Bid $250.00 $535.00
3 Supervisor HR $125.00 $55.00 $120.00 $150.00 $100.00 No Bid $85.00 $109.00
4 Foreman HR $100.00 $65.00 $95.00 $125.00 $80.00 No Bid $75.00 $91.00
5 Welder HR $100.00 No Bid $225.00 $150.00 $80.00 No Bid $95.00 $88.00
6 Skilled L:aborer HR $75.00 $40.00 $65.00 $50.00 $50.00 No Bid $35.00 $60.00
7 Day Laborer (Unskilled)HR $50.00 $35.00 $55.00 $40.00 $36.00 No Bid $28.00 $49.00
8 Gradall HR $200.00 No Bid No Bid $200.00 No Bid No Bid $125.00 $219.00
9 Skid Loader HR $100.00 $90.00 $95.00 $125.00 $64.00 No Bid $80.00 $119.00
10 Rubber Tire backhoe/Loader HR $120.00 No Bid $135.00 $125. 00 $106.00 No Bid $100.00 $119.00
11 Track backhoe HR $150.00 No Bid $225.00 $250.00 $150.00 No Bid $130.00 $206.00
12 Dump Truck HR $100.00 $95.00 $225.00 $110.00 $70.00 No Bid $80.00 $100.00
13 Flatbed w/Tractor HR $175.00 No Bid $120.00 $175.00 $172.00 No Bid $100.00 $144.00
14 Flatbed HR $100.00 No Bid $120.00 $110.00 $150.00 No Bid $50.00 $81.00
15 Wellpoint System HR $60.00 No Bid $250.00 $100.00 $100.00 No Bid $45.00 $94.00
16 Jet Pump HR $60.00 No Bid $165.00 $50.00 $40.00 No Bid $50.00 $94.00
17 Hydraulic Submersible Pump HR $60. 00 No Bid $185.00 $100. 00 $76. 00 No Bid $65. 00 $119.00
18 Welding machine HR $60.00 No Bid $85.00 $100.00 $70.00 No Bid $65.00 $98.00
19 Portable Generator HR $60.00 $55. 00 $165.00 $100. 00 $36. 00 No Bid $45. 00 $88.00
20 Quick Cut Saw HR $40.00 $55. 00 $25. 00 $50. 00 $16. 00 No Bid $25. 00 $41.00
21 Asphalt/Concrete Saw HR $50.00 $55.00 $15.00 $50.00 $28.00 No Bid $28.00 $56.00
22 Steel Wheel Roller HR $90. 00 $200. 00 $125.00 $100. 00 No Bid No Bid $75. 00 $113.00
23 Plate Tamper HR $50.00 $55. 00 $25. 00 $50. 00 $24. 00 No Bid $25. 00 $56.00
24 Dump Truck (15 - 20 CY)HR $100.00 $95.00 $225.00 $110.00 $100.00 No Bid $125.00 $150.00
25 Chain Saw/Debris Clearing Hand Equipment HR $40.00 $65. 00 $10. 00 $100.00 $30. 00 No Bid No Bid $50.00
a Contractor's Representative(s)D. Steven Eakins, Jr.Shawn Cunningham Chase Rogers; Daniel Duke III Tom Uhrig William Cryer Nancy G. Rosso Ezra Saffold Jorge Lopez
b Telephone Number(s)561.842.0001 561.723.5812 561.640.3503 561.471.4100 561.588.1170 561.588.6681 561.469.6513 786.723.6140
c Email Address(es)steve@dseakins.com shawn@flyingscotinc.com info@hinterlandgroup.com jwctom@jwcheatham.com ccryer@johnsondavis.com nancy@randdpaving.com ezra@saffoldpaving.com info@waypointci.com
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 3
DATE: May 29, 2024
TO: All Potential Bidders
SOLICITATION NO.: ITB2024-160PS
TITLE: Miscellaneous Public Work Projects
DUE DATE: Friday, June 7, 2024 @ 3:00PM
This Addendum is and does become a part of the above-mentioned solicitation.
The following question was received from a potential bidder and the response is provided as shown below.
Question: Are there bid tabulations from previous contract for this type of work?
Response: Yes. Please see attached.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
Km! Ra
CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP, FCCM, PMP
Purchasing and Contracts Director
Attachment
City of Palm Beach Gardens, Florida
Bid Tabulation
ITB2020-124PS
Miscellaneous Public Works Projects
Km! Ra
NO.UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE UNIT UNIT PRICE
1 SF $3.00 SF NO BID SF $2.20 SF $1.75 SF $3.00 SF $1.95 SF $4.00 SF $3.00 SF $6.50 SF $4.50 SF $3.90 SF $3.00 SF $3.70
2 SF $4.00 SF NO BID SF $2.20 SF $2.25 SF $3.50 SF $2.15 SF $5.00 SF $4.00 SF $7.00 SF $5.00 SF $3.90 SF $3.50 SF $4.50
3 SF $5.75 SF NO BID SF $5.56 SF $3.00 SF $5.00 SF $3.50 SF $6.50 SF $5.00 SF $8.00 SF $7.50 SF NO BID SF $4.75 SF $6.20
4 SF $5.50 SF NO BID SF $5.12 SF $3.00 SF $4.75 SF $3.30 SF $6.00 SF $4.50 SF $7.50 SF $7.00 SF NO BID SF $4.25 SF $5.50
5 SF $5.75 SF NO BID SF $5.61 SF $3.00 SF $5.50 SF $3.50 SF $6.50 SF $5.00 SF $8.50 SF $7.50 SF NO BID SF $5.25 SF $6.15
6 SF $6.75 SF NO BID SF $6.42 SF $4.00 SF $6.50 SF $4.75 SF $7.50 SF $6.00 SF $9.50 SF $8.00 SF NO BID SF $6.00 SF $7.00
7 SF $6.75 SF NO BID SF $5.86 SF $4.00 SF $5.50 SF $4.50 SF $7.50 SF $6.00 SF $9.00 SF $9.00 SF NO BID SF $6.25 SF $7.25
8 SF $6.50 SF NO BID SF $5.61 SF $4.00 SF $5.25 SF $4.20 SF $7.00 SF $5.50 SF $8.50 SF $8.50 SF NO BID SF $6.00 SF $6.55
9 SF $12. 00 SF NO BID SF $10. 51 SF NO BID SF $9.00 SF $7.00 SF $20. 00 SF $9.00 SF $13. 00 SF $30. 00 SF NO BID SF $7.50 SF $10. 50
10 SF $11. 50 SF NO BID SF $8.01 SF $5.00 SF $12. 50 SF $5.15 SF $12.00 SF $11. 00 SF $16. 00 SF $13.00 SF NO BID SF $8.00 SF $13. 75
11 SF $11.00 SF NO BID SF $8.73 SF $5.00 SF $12.75 SF $4.70 SF $11.50 SF $10.00 SF $14.50 SF $12.00 SF NO BID SF $8.25 SF $14.25
12 SF $13.50 SF NO BID SF $9.24 SF $6.00 SF $14.00 SF $6.00 SF $12.00 SF $12.00 SF $17.50 SF $15.00 SF NO BID SF $9.25 SF $16.00
13 SF $13. 00 SF NO BID SF $8.97 SF $6.00 SF $13. 75 SF $5.50 SF $11. 50 SF $11. 00 SF $17. 00 SF $14. 00 SF NO BID SF $9.00 SF $1.75
14 SF $12. 00 SF NO BID SF $12. 35 SF NO BID SF $12. 00 SF $11.20 SF $25. 00 SF $12. 00 SF $20. 00 SF $35. 00 SF NO BID SF $11.00 SF $16. 00
15 EA $60. 00 EA NO BID EA $77. 70 EA NO BID EA $60. 00 EA $40. 00 EA $65. 00 EA $35. 00 EA $45. 00 EA $60. 00 EA NO BID EA $39.00 EA $75. 00
16 SF $45. 00 SF NO BID SF $48. 51 SF $21. 00 SF $50. 00 SF $25. 00 SF $45. 00 SF $35. 00 SF $18. 00 SF $40. 00 SF NO BID SF $24.00 SF $45. 00
17 LF $125.00 LF NO BID LF NO BID LF $100.00 LF $150.00 LF $80. 00 LF $125.00 LF $250.00 LF $90. 00 LF $200.00 LF NO BID LF $40.00 LF $105.00
18 LF $30. 00 LF NO BID LF $24. 73 LF $14. 00 LF $30. 00 LF $22.00 LF $35. 00 LF $25. 00 LF $38. 00 LF $40. 00 LF NO BID LF $23.00 LF $34. 00
19 LF $30. 00 LF NO BID LF $17. 38 LF NO BID LF $25. 00 LF $22. 00 LF $35. 00 LF $22. 00 LF $38. 00 LF $40. 00 LF NO BID LF $26.00 LF $32. 00
20 LF $30.00 LF NO BID LF $25.34 LF $14. 00 LF $30.00 LF $22.00 LF $35.00 LF $25.00 LF $38.00 LF $40.00 LF NO BID LF $25.00 LF $32.00
21 LF $30.00 LF NO BID LF $17.38 LF NO BID LF $25.00 LF $22.00 LF $35.00 LF $22.00 LF $38.00 LF $40.00 LF NO BID LF $26.00 LF $31.00
22 LF $25. 00 LF NO BID LF $24. 73 LF $16. 00 LF $25. 00 LF $20.00 LF $35. 00 LF $25. 00 LF $38. 00 LF $30. 00 LF NO BID LF $24.00 LF $34. 00
23 LF $22. 50 LF NO BID LF $17. 38 LF NO BID LF $22. 00 LF $20. 00 LF $35. 00 LF $22. 00 LF $38. 00 LF $22. 00 LF NO BID LF $27.00 LF $33. 00
24 LF $30. 00 LF NO BID LF $17. 38 LF $16. 00 LF $30. 00 LF $22. 00 LF $35. 00 LF $26. 00 LF $38. 00 LF $40.00 LF NO BID LF $25.00 LF $34. 50
25 LF $30.00 LF NO BID LF $17.38 LF NO BID LF $25.00 LF $22.00 LF $35.00 LF $24.00 LF $38.00 LF $40.00 LF NO BID LF $28.00 LF $34.30
26 LF $25. 00 LF NO BID LF $28. 40 LF $18. 00 LF $30. 00 LF $22.00 LF $35. 00 LF $26. 00 LF $38. 00 LF $35. 00 LF NO BID LF $25.00 LF $37. 50
27 LF $25.00 LF NO BID LF $17.99 LF NO BID LF $25.00 LF $22.00 LF $35.00 LF $24.00 LF $38.00 LF $35.00 LF NO BID LF $28.00 LF $35.00
28 LF $25.00 LF NO BID LF $25.34 LF $18. 00 LF $30.00 LF $20.00 LF $30.00 LF $22.00 LF $38.00 LF $32.00 LF NO BID LF $24.00 LF $38.00
29 LF $25.00 LF NO BID LF $17.38 LF NO BID LF $25.00 LF $18.00 LF $30.00 LF $20.00 LF $38.00 LF $32.00 LF NO BID LF $26.00 LF $37.25
30 LF $35. 00 LF NO BID LF $30. 85 LF $18. 00 LF $30. 00 LF $28.00 LF $30. 00 LF $32. 00 LF $38. 00 LF $40. 00 LF NO BID LF $32.00 LF $40. 00
31 LF $30. 00 LF NO BID LF $22. 89 LF NO BID LF $25. 00 LF $28. 00 LF $30. 00 LF $30. 00 LF $38. 00 LF $40. 00 LF NO BID LF $28.00 LF $39. 00
32 LF $30. 00 LF NO BID LF $24. 73 LF NO BID LF $25. 00 LF $22.00 LF $30. 00 LF $25. 00 LF $40. 00 LF $22. 00 LF $25.00 LF $22.00 LF $30. 00
33 LF $11. 50 LF NO BID LF $7.98 LF NO BID LF $11. 00 LF $17. 00 LF $12. 00 LF $6.00 LF $11. 00 LF $8.80 LF $19.55 LF $9.00 LF $12. 00
34 LF $10.00 LF NO BID LF $3.39 LF NO BID LF $10.00 LF $15.00 LF $10.00 LF $5.00 LF $10. 00 LF $3.75 LF $17. 05 LF $5.00 LF $18. 00
35 LF $14. 50 LF NO BID LF $9.00 LF NO BID LF $14. 00 LF $31. 00 LF $15. 00 LF $10. 00 LF $14. 00 LF $9.90 LF $37.00 LF $9.50 LF $18. 00
36 LF $16.50 LF NO BID LF $9.00 LF NO BID LF $16.00 LF $42.00 LF $18.00 LF $16.00 LF $17.00 LF $9.90 LF $48.00 LF $11.50 LF $24.00
37 LF $13.50 LF NO BID LF $7.03 LF NO BID LF $20.00 LF $19.00 LF $14.00 LF $8.00 LF $12.00 LF $7.75 LF $21.45 LF $9.50 LF $12.10
38 LF $12.00 LF NO BID LF $2.45 LF NO BID LF $16.00 LF $17.00 LF $12.00 LF $7.00 LF $11.00 LF $2.70 LF $19.55 LF $5.00 LF $8.05
39 LF $16. 50 LF NO BID LF $9.00 LF NO BID LF $18. 00 LF $32. 00 LF $16. 00 LF $12. 00 LF $15. 00 LF $9.90 LF $38.00 LF $12.00 LF $24. 00
40 LF $18. 50 LF NO BID LF $9.00 LF NO BID LF $20. 00 LF $43. 00 LF $18.00 LF $17. 00 LF $15. 00 LF $9.90 LF $50. 00 LF $13.00 LF $35. 00
41 EA $1,500.00 EA NO BID EA $2,419.70 EA NO BID EA $850.00 EA $1,650.00 EA $500.00 EA $700.00 EA $600.00 EA $2,662.00 EA $1,890.00 EA $425. 00 EA $820. 00
42 EA $800.00 EA NO BID EA $1,194.54 EA NO BID EA $500.00 EA $1,350.00 EA $400.00 EA $550.00 EA $500.00 EA $1,314.00 EA $1,510.00 EA $400.00 EA $525.00
43 LF $4.00 LF NO BID LF $3.06 LF NO BID LF $6.00 LF $6.50 LF $3.00 LF $1.00 LF $10.00 LF $3.40 LF $7.25 LF $1.10 LF $10.50
44 LF $4.00 LF NO BID LF $2.02 LF NO BID LF $4.00 LF $2.00 LF $2.00 LF $1.50 LF $5.00 LF $2.25 LF $2.20 LF $1.55 LF $8.00
45 CY $11.00 CY NO BID CY $24.90 CY $30.00 CY $14.00 CY $13.40 CY $20.00 CY $20.00 CY $16.00 CY $16.00 CY $20.85 CY $17.00 CY $28.00
46 TN $120.00 TN NO BID TN $114.33 TN NO BID TN $175.00 TN $110.00 TN $120.00 TN $110.00 TN $100.00 TN $110.00 TN $180.00 TN $75.00 TN $215.00
47 TN $100.00 TN NO BID TN NO BID TN NO BID TN $150.00 TN $100.00 TN $85. 00 TN $100.00 TN $100.00 TN $100.00 TN $110.00 TN $55.00 TN $145.00
48 CY $800.00 CY NO BID CY $728.17 CY NO BID CY $600.00 CY $560.00 CY $600.00 CY $660.00 CY $1,000.00 CY $660.00 CY $690.00 CY $425.00 CY $750.00
49 LF $2.00 LF NO BID LF $2.67 LF $5.00 LF $3.00 LF $2.00 LF $2.00 LF $10. 00 LF $8.00 LF $5.00 LF $3.15 LF $2.00 LF $3.00
50 LF $10. 00 LF NO BID LF $83.00 LF NO BID LF $25.00 LF $10.00 LF $15.00 LF $50.00 LF $40.00 LF $140.00 LF $130.00 LF $10.00 LF $57.00
51 SF $1.50 SF NO BID SF $0.98 SF $1.15 SF $1.00 SF $0.35 SF $1.00 SF $0.50 SF $0.75 SF $0.75 SF NO BID SF $0.38 SF $0.52
52 SF $1.00 SF NO BID SF $0.46 SF $1.00 SF $0.75 SF $0.25 SF $0.50 SF $0.40 SF $0.70 SF $0.50 SF NO BID SF $0.33 SF $0.45
53 SF $2.00 SF NO BID SF $0.60 SF $0.90 SF $1.25 SF $0.40 SF $1.25 SF $0.75 SF $1.00 SF $1.35 SF NO BID SF $0.48 SF $0.72
54 SF $1.50 SF NO BID SF $1.28 SF $0.85 SF $1.00 SF $0.38 SF $0.75 SF $0.65 SF $0.90 SF $0.95 SF NO BID SF $0.47 SF $0.58
55 SF $0.25 SF NO BID SF $0.29 SF NO BID SF $0.20 SF $0.12 SF $0.25 SF $0.30 SF $0.18 SF $0.10 SF NO BID SF $0.13 SF $0.35
56 HR $100.00 HR NO BID HR $85. 01 HR NO BID HR $100.00 HR $65.00 HR $90. 00 HR $93. 00 HR $120.00 HR $130.00 HR $130.00 HR $85.00 HR $100.00
57 LF $30. 00 LF NO BID LF $30. 01 LF NO BID LF $50. 00 LF $40. 00 LF $35. 00 LF $30. 00 LF $60. 00 LF NO BID LF NO BID LF $29.00 LF $75. 00
58 LF $80. 00 LF NO BID LF $60. 64 LF NO BID LF $60. 00 LF $65. 00 LF $80. 00 LF $55. 00 LF $70. 00 LF NO BID LF NO BID LF $65.00 LF $125.00
59 CY $20.00 CY NO BID CY $3.11 CY $40.00 CY $15.00 CY $7.45 CY $10.00 CY $14.00 CY $20.00 CY $25.00 CY $12.50 CY $9.50 CY $30.00
60 CY $15. 00 CY NO BID CY $3.11 CY $35.00 CY $10. 00 CY $6.00 CY $6.00 CY $14. 00 CY $19. 00 CY $25. 00 CY $6.25 CY $6.50 CY $26. 00
61 CY $75.00 CY NO BID CY $180.36 CY NO BID CY $150.00 CY $110.00 CY $100.00 CY $75.00 CY $40.00 CY $175.00 CY $220.00 CY $80.00 CY $250.00
62 CY $20.00 CY NO BID CY $23.50 CY NO BID CY $20.00 CY $10.75 CY $15.00 CY $10. 00 CY $9.00 CY NO BID CY $27.00 CY $12.00 CY $35.00
63 CY $20.00 CY NO BID CY $23.50 CY NO BID CY $20.00 CY $10.75 CY $20.00 CY $10.00 CY $10.00 CY NO BID CY $27.00 CY $12.00 CY $38.00
64 CY $15. 00 CY NO BID CY $28. 69 CY NO BID CY $20. 00 CY $9.90 CY $12.00 CY $10. 00 CY $9.00 CY NO BID CY $27. 00 CY $12.00 CY $38. 00
65 CY $15. 00 CY NO BID CY $15. 27 CY NO BID CY $20. 00 CY $10. 75 CY $15. 00 CY $10. 00 CY $10. 00 CY NO BID CY $27.00 CY $12.00 CY $40. 00
66 CY $75.00 CY NO BID CY $180.36 CY NO BID CY $150.00 CY $75.00 CY $100.00 CY $75. 00 CY $25. 00 CY NO BID CY $200.00 CY $80.00 CY $175.00
67 TN $140.00 TN NO BID TN $169.07 TN NO BID TN $160.00 TN $125.00 TN $165.00 TN $120.00 TN NO BID TN $145.00 TN $280.00 TN $185.00 TN $295.00
68 SY $4.50 SY NO BID SY $2.74 SY NO BID SY $6.00 SY $2.05 SY $10. 00 SY $4.00 SY NO BID SY $3.50 SY $120.00 SY $5.50 SY $12. 50
69 SY $34.50 SY NO BID SY $2.41 SY NO BID SY $40.00 SY $15.00 SY $35.00 SY $31.00 SY NO BID SY $27.00 SY $26.00 SY $25.00 SY $18.00
70 EA $900.00 EA NO BID EA $268.58 EA NO BID EA $750.00 EA $350.00 EA $350.00 EA $500.00 EA NO BID EA $375.00 EA $680.00 EA $325.00 EA $575.00
71 LF $50.00 LF NO BID LF NO BID LF NO BID LF $60.00 LF $95.00 LF $65.00 LF $35.00 LF $65.00 LF $77.00 LF $110.00 LF $48.00 LF $185.00
72 LF $50.00 LF NO BID LF $26.93 LF NO BID LF $60.00 LF $63.00 LF $35.00 LF $35.00 LF $65.00 LF $30. 00 LF $73.00 LF $38.00 LF $85.00
73 LF $75. 00 LF NO BID LF NO BID LF NO BID LF $70. 00 LF $140.00 LF $75. 00 LF $45. 00 LF $75. 00 LF $82. 50 LF $160.00 LF $62.00 LF $225.00
74 LF $75. 00 LF NO BID LF $32.04 LF NO BID LF $70. 00 LF $84. 00 LF $50.00 LF $45. 00 LF $75. 00 LF $35. 25 LF $97. 00 LF $58.00 LF $100.00
75
a LF $1.25 LF NO BID LF $1.10 LF $1.10 LF $1.10 LF $1.00 LF $1.25 LF $0.90 LF NO BID LF $1.15 LF $1.05 LF $0.98 LF $1.05
b LF $1.25 LF NO BID LF $1.10 LF $1.10 LF $1.10 LF $1.00 LF $1.25 LF $0.90 LF NO BID LF $1.15 LF $1.05 LF $0.98 LF $1.05
c LF $1.75 LF NO BID LF $1.35 LF $1.30 LF $1.65 LF $1.05 LF $2.00 LF $1.00 LF NO BID LF $1.75 LF $1.20 LF $1.30 LF $1.75
d LF $2.00 LF NO BID LF $2.57 LF $2.50 LF $2.20 LF $1.62 LF $2.50 LF $1.60 LF NO BID LF $2.30 LF $1.90 LF $2.00 LF $1.85
e LF $2.50 LF NO BID LF $3.31 LF $3.25 LF $3.30 LF $2.70 LF $3.50 LF $2.70 LF NO BID LF $3.45 LF $3.15 LF $4.00 LF $3.05
f LF $3.50 LF NO BID LF $3.31 LF $3.25 LF $3.30 LF $2.70 LF $3.50 LF $2.70 LF NO BID LF $3.45 LF $3.15 LF $4.00 LF $3.05
g LF $3.50 LF NO BID LF $6.43 LF $6.30 LF $7.25 LF $3.80 LF $8.00 LF $3.80 LF NO BID LF $7.70 LF $4.40 LF $4.50 LF $5.00
76
a EA $85. 00 EA NO BID EA $91. 89 EA $90.00 EA $80. 00 EA $91. 00 EA $100.00 EA $92. 00 EA NO BID EA $80. 85 EA $110.00 EA $75.00 EA $80. 00
b EA $85. 00 EA NO BID EA $104.14 EA $100.00 EA $80. 00 EA $91. 00 EA $100.00 EA $92. 00 EA NO BID EA $80. 85 EA $110.00 EA $75.00 EA $80. 00
c EA $150.00 EA NO BID EA $208.28 EA $200.00 EA $145.00 EA $95. 00 EA $180.00 EA $97. 00 EA NO BID EA $150.15 EA $110.00 EA $110.00 EA $135.00
d EA $190.00 EA NO BID EA $349.17 EA $340.00 EA $180.00 EA $135.00 EA $200.00 EA $135.00 EA NO BID EA $190.30 EA $160.00 EA $150.00 EA $175.00
e EA $370.00 EA NO BID EA $520.70 EA $500.00 EA $350.00 EA $135.00 EA $400.00 EA $135.00 EA NO BID EA $369.60 EA $160.00 EA $250.00 EA $240.00
f EA $250.00 EA NO BID EA $520.70 EA $500.00 EA $195.00 EA $135.00 EA $250.00 EA $135.00 EA NO BID EA $202.40 EA $160.00 EA $175.00 EA $200.00
g EA $200.00 EA NO BID EA $275.66 EA $270.00 EA $160.00 EA $135.00 EA $200.00 EA $135.00 EA NO BID EA $167.20 EA $160.00 EA $180.00 EA $150.00
h EA $250.00 EA NO BID EA $275.66 EA $270.00 EA $210.00 EA $130.00 EA $300.00 EA $130.00 EA NO BID EA $218.90 EA $150.00 EA $130.00 EA $175.00
i EA $450.00 EA NO BID EA $428.81 EA $420.00 EA $410.00 EA $378.00 EA $500.00 EA $378.00 EA NO BID EA $440.00 EA $440.00 EA $150.00 EA $275.00
j EA $250.00 EA NO BID EA $238.91 EA $235.00 EA $195.00 EA $189.00 EA $250.00 EA $189.00 EA NO BID EA $202.40 EA $220.00 EA $130.00 EA $150.00
77
a EA $6.25 EA NO BID EA $5.51 EA $5.50 EA $5.80 EA $5.40 EA $6.00 EA $5.50 EA NO BID EA $5.75 EA $6.30 EA $5.50 EA $7.25
b EA $6.25 EA NO BID EA $5.51 EA $5.50 EA $5.80 EA $5.40 EA $6.00 EA $5.50 EA NO BID EA $5.75 EA $6.30 EA $5.25 EA $7.00
c EA $6.25 EA NO BID EA $5.51 EA $5.50 EA $5.80 EA $5.40 EA $6.00 EA $5.50 EA NO BID EA $5.75 EA $6.30 EA $5.30 EA $6.00
78
a EA $6.25 EA NO BID EA $6.74 EA $6.50 EA $5.80 EA $6.20 EA $6.00 EA $6.20 EA NO BID EA $5.75 EA $7.25 EA $6.30 EA $7.25
b EA $6.25 EA NO BID EA $6.74 EA $6.50 EA $5.80 EA $6.20 EA $6.00 EA $6.20 EA NO BID EA $5.75 EA $7.25 EA $5.50 EA $6.50
c EA $6.25 EA NO BID EA $6.74 EA $6.50 EA $5.80 EA $6.20 EA $6.00 EA $6.20 EA NO BID EA $5.75 EA $7.25 EA $5.80 EA $6.50
79
a LF $0.50 LF NO BID LF $0.34 LF $0.35 LF $0.40 LF $0.32 LF $1.00 LF $0.35 LF NO BID LF $0.40 LF $0.40 LF $0.40 LF $0.65
b LF $0.50 LF NO BID LF $0.34 LF $0.35 LF $0.40 LF $0.32 LF $1.00 LF $0.35 LF NO BID LF $0.40 LF $0.40 LF $0.40 LF $0.65
c LF $0.75 LF NO BID LF $0.47 LF $0.45 LF $0.45 LF $0.40 LF $1.00 LF $0.40 LF NO BID LF $0.45 LF $0.45 LF $0.40 LF $0.85
d LF $0.75 LF NO BID LF $0.55 LF $0.55 LF $0.55 LF $0.40 LF $1.00 LF $0.40 LF NO BID LF $0.60 LF $0.45 LF $0.80 LF $0.90
e LF $1.00 LF NO BID LF $0.67 LF $0.65 LF $0.90 LF $0.40 LF $1.00 LF $0.40 LF NO BID LF $0.95 LF $0.45 LF $0.80 LF $0.90
f LF $0.50 LF NO BID LF $0.47 LF $0.45 LF $0.45 LF $0.40 LF $1.00 LF $0.40 LF NO BID LF $0.45 LF $0.45 LF $0.45 LF $0.90
g LF $2.00 LF NO BID LF $1.41 LF $1.40 LF $1.55 LF $1.10 LF $2.00 LF $1.10 LF NO BID LF $1.65 LF $1.25 LF $1.50 LF $1.50
h LF $1.50 LF NO BID LF $0.92 LF $0.90 LF $1.10 LF $0.80 LF $1.50 LF $0.80 LF NO BID LF $1.15 LF $0.95 LF $1.00 LF $1.25
i LF $2.00 LF NO BID LF $1.41 LF $1.40 LF $1.55 LF $1.10 LF $2.00 LF $1.10 LF NO BID LF $1.60 LF $1.25 LF $1.50 LF $1.50
j LF $4.00 LF NO BID LF $1.72 LF $1.70 LF $3.30 LF $1.95 LF $4.00 LF $1.95 LF NO BID LF $3.45 LF $2.25 LF $2.00 LF $1.85
80
a EA $175.00 EA NO BID EA $61. 26 EA $60.00 EA $145.00 EA $48. 60 EA $200.00 EA $49. 00 EA NO BID EA $154.00 EA $57.00 EA $55.00 EA $65. 00
b EA $85. 00 EA NO BID EA $36. 76 EA $35. 00 EA $80. 00 EA $43. 00 EA $150.00 EA $43. 00 EA NO BID EA $81. 40 EA $50.00 EA $23.00 EA $45. 00
c EA $200.00 EA NO BID EA $153.15 EA $150.00 EA $175.00 EA $76.00 EA $200.00 EA $76.00 EA NO BID EA $178.20 EA $88.00 EA $44.00 EA $70.00
d EA $30.00 EA NO BID EA $1.23 EA $1.20 EA $30.00 EA $5.40 EA $40.00 EA $5.50 EA NO BID EA $29.15 EA $6.30 EA $2.00 EA $2.50
e EA $35. 00 EA NO BID EA $1.53 EA $1.50 EA $35. 00 EA $5.40 EA $50. 00 EA $5.50 EA NO BID EA $33. 55 EA $6.30 EA $2.00 EA $3.00
f EA $40. 00 EA NO BID EA $1.84 EA $1.80 EA $40. 00 EA $5.40 EA $55.00 EA $5.50 EA NO BID EA $37.40 EA $6.30 EA $2.00 EA $5.00
g EA $45.00 EA NO BID EA $2.21 EA $2.15 EA $40.00 EA $5.40 EA $65.00 EA $5.50 EA NO BID EA $41.80 EA $6.30 EA $2.20 EA $6.75
h EA $90.00 EA NO BID EA $3.49 EA $10.25 EA $80.00 EA $7.55 EA $90.00 EA $7.50 EA NO BID EA $81.40 EA $8.85 EA $3.50 EA $7.20
81
a EA $30. 00 EA NO BID EA $1.04 EA $1.00 EA $25. 00 EA $3.30 EA $35. 00 EA $3.25 EA NO BID EA $25. 30 EA $3.80 EA $2.10 EA $2.50
b EA $30.00 EA NO BID EA $1.23 EA $1.20 EA $27.50 EA $3.30 EA $40.00 EA $3.25 EA NO BID EA $28.90 EA $3.80 EA $2.60 EA $3.00
c EA $35.00 EA NO BID EA $1.53 EA $1.50 EA $32.00 EA $3.80 EA $45.00 EA $3.75 EA NO BID EA $33.55 EA $4.40 EA $4.00 EA $4.75
d EA $45. 00 EA NO BID EA $2.21 EA $2.15 EA $39. 00 EA $6.60 EA $50. 00 EA $6.50 EA NO BID EA $40. 70 EA $7.55 EA $6.00 EA $5.75
e EA $140.00 EA NO BID EA $10.41 EA $10. 25 EA $135.00 EA $11. 00 EA $150.00 EA $11. 00 EA NO BID EA $138.60 EA $12.60 EA $12.50 EA $12. 00
82
a SF $2.50 SF NO BID SF $11.33 SF $11.00 SF $2.20 SF $3.25 SF $3.00 SF $3.25 SF NO BID SF $2.30 SF $3.80 SF $2.50 SF $2.25
b SF $2.50 SF NO BID SF $4.53 SF $4.50 SF $2.20 SF $3.25 SF $3.00 SF $3.25 SF NO BID SF $2.30 SF $3.80 SF $3.00 SF $2.45
c SF $3.00 SF NO BID SF $226.66 SF $200.00 SF $2.75 SF $3.25 SF $3.25 SF $3.25 SF NO BID SF $2.75 SF $3.80 SF $3.50 SF $3.15
d LF $1.50 LF NO BID LF $3.49 LF $3.50 LF $1.40 LF $1.10 LF $2.00 LF $1.10 LF NO BID LF $1.40 LF $1.25 LF $2.00 LF $2.55
e EA $1.00 EA NO BID EA $2.21 EA $2.15 EA $0.85 EA $0.55 EA $1.50 EA $0.55 EA NO BID EA $0.85 EA $0.65 EA $1.50 EA $3.50
83
a LF $10. 00 LF NO BID LF $6.74 LF $6.50 LF $8.80 LF $2.15 LF $20. 00 LF $2.25 LF NO BID LF $9.90 LF $2.50 LF $25.00 LF $8.75
b EA $250.00 EA NO BID EA $594.21 EA $580.00 EA $225.00 EA $86.40 EA $250.00 EA $87.00 EA NO BID EA $236.50 EA $100.00 EA $600.00 EA $460.00
c EA $150.00 EA NO BID EA $91.89 EA $90.00 EA $120.00 EA $43.20 EA $150.00 EA $43.00 EA NO BID EA $127.60 EA $50.00 EA $220.00 EA $220.00
84
a LF $11. 00 LF NO BID LF $12. 25 LF $9.50 LF $10. 50 LF $8.65 LF $15. 00 LF $8.70 LF NO BID LF $11. 00 LF $10.10 LF $8.50 LF $9.15
b LF $13. 00 LF NO BID LF $16. 85 LF $12.00 LF $12. 25 LF $8.65 LF $16. 00 LF $8.70 LF NO BID LF $12. 95 LF $10.10 LF $10.00 LF $12. 85
c LF $21.50 LF NO BID LF $9.80 LF $16.50 LF $21.00 LF $16.20 LF $25.00 LF $16. 00 LF NO BID LF $22.00 LF $18.90 LF $17.00 LF $17.45
d LF $28.50 LF NO BID LF $12.25 LF $18.00 LF $27.00 LF $21.60 LF $30.00 LF $22.00 LF NO BID LF $28.60 LF $25.00 LF $25.00 LF $25.25
e LF $35. 00 LF NO BID LF $16. 85 LF $22.25 LF $33. 00 LF $34. 55 LF $35.00 LF $35. 00 LF NO BID LF $34.65 LF $40. 00 LF $28.00 LF $28. 05
f LF $850.00 LF NO BID LF $91. 89 LF $600.00 LF $800.00 LF $405.00 LF $800.00 LF $4.05 LF NO BID LF $792.00 LF $470.00 LF $5.10 LF $750.00
g LF $350.00 LF NO BID LF $45.33 LF $280.00 LF $335.00 LF $205.00 LF $350.00 LF $205.00 LF NO BID LF $346.50 LF $240.00 LF $2.10 LF $315.00
85
a EA $250.00 EA NO BID EA $289.14 EA $690.00 EA $250.00 EA $405.00 EA $250.00 EA $405.00 EA NO BID EA $231.00 EA $470.00 EA $525.00 EA $675.00
b LF $15. 00 LF NO BID LF $704.47 LF $18.00 LF $14. 00 LF $6.50 LF $20. 00 LF $6.50 LF NO BID LF $16. 50 LF $7.55 LF $14.00 LF $15. 85
c EA $110.00 EA NO BID EA $18.38 EA $225.00 EA $100.00 EA $52.90 EA $125.00 EA $53.00 EA NO BID EA $103.40 EA $62.00 EA $75.00 EA $105.00
d LF $1.75 LF NO BID LF $226.66 LF $3.25 LF $1.60 LF $0.80 LF $2.00 LF $0.80 LF NO BID LF $1.75 LF $0.95 LF $2.50 LF $3.05
86
a LF $1.00 LF NO BID LF $3.31 LF $0.45 LF $0.85 LF $0.40 LF $1.20 LF $0.40 LF NO BID LF $0.90 LF $0.45 LF $0.38 LF $0.50
b LF $1.50 LF NO BID LF $0.47 LF $1.40 LF $1.25 LF $1.15 LF $1.50 LF $1.15 LF NO BID LF $1.35 LF $1.30 LF $1.08 LF $1.30
c LF $1.75 LF NO BID LF $1.41 LF $0.55 LF $1.55 LF $0.55 LF $2.00 LF $0.55 LF NO BID LF $1.60 LF $0.65 LF $0.45 LF $0.68
d LF $2.00 LF NO BID LF $0.55 LF $1.70 LF $1.85 LF $1.35 LF $2.00 LF $1.35 LF NO BID LF $1.90 LF $1.60 LF $1.35 LF $1.75
e LF $2.00 LF NO BID LF $1.72 LF $1.70 LF $1.85 LF $1.35 LF $2.00 LF $1.35 LF NO BID LF $1.90 LF $1.60 LF $1.35 LF $1.75
f LF $1.75 LF NO BID LF $0.80 LF $0.80 LF $1.65 LF $0.65 LF $2.00 LF $0.65 LF NO BID LF $1.75 LF $0.75 LF $0.86 LF $1.00
g LF $2.75 LF NO BID LF $2.57 LF $2.50 LF $2.55 LF $1.90 LF $3.00 LF $1.90 LF NO BID LF $2.65 LF $2.20 LF $2.18 LF $2.55
h LF $2.75 LF NO BID LF $1.47 LF $1.45 LF $2.50 LF $1.10 LF $3.00 LF $1.10 LF NO BID LF $2.65 LF $1.25 LF $1.42 LF $2.30
i LF $4.00 LF NO BID LF $3.49 LF $3.45 LF $3.80 LF $2.70 LF $4.00 LF $2.70 LF NO BID LF $4.00 LF $3.15 LF $3.25 LF $3.50
j LF $4.00 LF NO BID LF $1.72 LF $1.70 LF $3.65 LF $2.15 LF $5.00 LF $2.15 LF NO BID LF $3.80 LF $2.50 LF $1.79 LF $2.15
k LF $8.50 LF NO BID LF $6.43 LF $6.30 LF $7.70 LF $4.32 LF $8.00 LF $4.30 LF NO BID LF $8.10 LF $5.05 LF $4.60 LF $5.25
l LF $1.00 LF NO BID LF $0.47 LF $0.45 LF $0.85 LF $0.40 LF $1.25 LF $0.40 LF NO BID LF $0.90 LF $0.45 LF $0.41 LF $0.50
m LF $1.50 LF NO BID LF $1.41 LF $1.40 LF $1.25 LF $1.15 LF $1.50 LF $1.15 LF NO BID LF $1.35 LF $1.30 LF $1.12 LF $1.00
n LF $3.00 LF NO BID LF $1.47 LF $1.45 LF $2.50 LF $1.10 LF $3.00 LF $1.10 LF NO BID LF $2.70 LF $1.25 LF $0.80 LF $2.00
o LF $4.50 LF NO BID LF $3.49 LF $3.40 LF $3.80 LF $2.70 LF $4.00 LF $2.70 LF NO BID LF $4.00 LF $3.15 LF $3.10 LF $3.50
p LF $1.00 LF NO BID LF $0.59 LF $0.60 LF $1.00 LF $0.40 LF $1.50 LF $0.40 LF NO BID LF $1.00 LF $0.45 LF $0.50 LF $0.50
q LF $1.50 LF NO BID LF $1.10 LF $1.10 LF $1.35 LF $1.15 LF $2.00 LF $1.15 LF NO BID LF $1.40 LF $1.30 LF $1.10 LF $1.05
r LF $1.00 LF NO BID LF $0.59 LF $0.60 LF $1.00 LF $0.40 LF $1.50 LF $0.40 LF NO BID LF $1.00 LF $0.45 LF $0.43 LF $0.55
s LF $1.50 LF NO BID LF $1.10 LF $1.10 LF $1.35 LF $1.15 LF $2.00 LF $1.15 LF NO BID LF $1.40 LF $1.30 LF $1.25 LF $1.05
t LF $1.00 LF NO BID LF $0.59 LF $0.60 LF $1.00 LF $0.40 LF $1.50 LF $0.40 LF NO BID LF $1.00 LF $0.45 LF $0.52 LF $0.58
u LF $1.50 LF NO BID LF $1.10 LF $1.10 LF $3.35 LF $1.15 LF $2.00 LF $1.15 LF NO BID LF $1.40 LF $1.30 LF $1.10 LF $1.30
v LF $1.00 LF NO BID LF $0.59 LF $0.60 LF $1.00 LF $0.40 LF $1.50 LF $0.40 LF NO BID LF $1.00 LF $0.45 LF $1.25 LF $0.55
w LF $1.50 LF NO BID LF $1.10 LF $1.10 LF $1.35 LF $1.15 LF $2.00 LF $1.15 LF NO BID LF $1.40 LF $1.30 LF $0.50 LF $1.30
x LF $1.00 LF NO BID LF $0.59 LF $0.60 LF $1.00 LF $0.40 LF $1.50 LF $0.40 LF NO BID LF $1.00 LF $0.45 LF $1.25 LF $0.65
y LF $1.50 LF NO BID LF $1.10 LF $1.10 LF $1.35 LF $1.15 LF $2.00 LF $1.15 LF NO BID LF $1.40 LF $1.30 LF $5.50 LF $1.25
z EA $6.50 EA NO BID EA $5.21 EA $5.10 EA $5.80 EA $5.40 EA $7.50 EA $5.50 EA NO BID EA $5.75 EA $6.30 EA $38.50 EA $5.75
aa EA $90.00 EA NO BID EA $36.76 EA $36.00 EA $85.00 EA $59.40 EA $100.00 EA $60.00 EA NO BID EA $85.80 EA $69.00 EA $75.00 EA $47.00
ab EA $90.00 EA NO BID EA $91.89 EA $90.00 EA $85. 00 EA $102.00 EA $100.00 EA $103.00 EA NO BID EA $85.80 EA $120.00 EA $450.00 EA $85. 00
ac SETS $450.00 SETS NO BID SETS $483.94 SETS $470.00 SETS $425.00 SETS $380.00 SETS $500.00 SETS $378.00 SETS NO BID SETS $426.80 SETS $440.00 SETS $77.00 SETS $500.00
ad EA $200.00 EA NO BID EA $226.66 EA $220.00 EA $165.00 EA $54.00 EA $250.00 EA $54. 00 EA NO BID EA $178.20 EA $63.00 EA $23.50 EA $82.00
ae SY $25. 00 SY NO BID SY $24. 50 SY $25.00 SY $22. 00 SY $5.40 SY $35. 00 SY $5.50 SY NO BID SY $23. 10 SY $6.30 SY $23.70 SY $27. 50
87 HR $325.00 HR $280.00 HR $556.46 HR NO BID HR $350.00 HR $340.00 HR $290.00 HR $425.00 HR $350.00 HR $450.00 HR $470.00 HR $370.00 HR $575.00
88 HR $350.00 HR $300.00 HR $573.58 HR NO BID HR $400.00 HR $340.00 HR $290.00 HR $425.00 HR $350.00 HR $450.00 HR $470.00 HR $370.00 HR $595.00
89 HR $400.00 HR NO BID HR $586.22 HR NO BID HR $450.00 HR $385.00 HR $350.00 HR $445.00 HR $375.00 HR $500.00 HR $680.00 HR $410.00 HR $885.00
kgonzalez@waypointci.com
561. 510.3800
stevejr@bdimarineandsite.com
WAYPOINT CONTRACTING
81-4602789
Doral, FL
Yes
Yes
Katrina Gonzalez
786. 608.1406
SOUTH FLORIDA BUILDING
47-3298344
Hobe Sound, FL
Yes
Yes
Stephen Zippi
561. 588.6681
45-4469049
West Palm Beach, FL
Yes
Yes
nancy@randdpaving.com
RANGER CONSTRUCTION
59-2098662
West Palm Beach, FL
Yes
Yes
F. Scott Fowler
561. 793.9400
estimating@rangerconstruction.com
R& D PAVING, LLC
Nancy G. Rosso
561. 686.3948
edo@murraylogan.com
Yes
Chase Rogers
561.640.3503
SCHEDULE OF VALUES
howard@foster-marine.net
Van C. Williams
YesYes Yes
Traffic Paint Lines
Black, 6"
Arrows and Messages - White (Furnish and Install)
White or Yellow, 12"
MURRAY LOGAN CONST
59-1208353
West Palm Beach, FL
Yes
Handicap message
Straight arrow
Straight/Turn arrows; combination
Merge message
RXR message
Yes
Raised Reflective Pavement Markers - Thermoplastic
White, 4"
Red and amber; bi-directional
Amber; bi-directional
White and red; bi-directional
Yellow, 4"
White, 6"
Raised Reflective Pavement Markers - Epoxy
White and red; bi-directional
School message
Only message
U-Turn message
Bike lane symbol (diamond, arrow)
Blue, 6"
Adjust manhole to grade
Jack and bore - 4"
Directional bore - 4"
Jack and bore - 6"
Directional bore - 6"
White, 24"
Arrows and Messages - White Only, Furnish & Install
PAVEMENT MARKING
Thermoplastic Pavement Marking, Compound Lines
White, 6"
Yellow, 6"
Lake canal bank restoration (wash out repair)
F&I, Type SIII asphalt overlay - 1"
White, 8"
White, 12"
White, 18"
Yellow, 18"
Mill existing pavement (3/4" - 1" avg)
Pavement replacement w/2" Type S
FDOT guard rail with no end treatment
FDOT guard rail with end treatment
Re-grade swales - up to 1,000 CY
Re-grade swales - over 1,000 CY
Canal wash out repair (sand and silt)
Turn arrow
Canal excavation (60' ROW) - up to 1,000 CY
Canal excavation (100' ROW) - up to 1,000 CY
Canal excavation (0' ROW) - over 1,000 CY
Canal excavation (100' ROW) - over 1,000 CY
F&I, Bahia sod - up to 1,000 SF
F&I, Bahia sod - over 1,000 SF
F&I, Floratam sod - up to 1,000 SF
F&I, Floratam sod - over 1,000 SF
F&I, FDOT seed and mulch mix
Furnish operator, water truck and irrigate sod or seed mix
Special saw cuts for pavement and concrete
Removal and disposal of existing driveway culvert pipe
F&I, pull wire within conduit
Installation only of conduit - 2" (18" - 24" depth)
F&I, conduit - 4" (18" - 24" depth)
Installation 2' x 2' pull boxes
F&I, tracing wire within conduit (#12 Cu)
Supply, place and compact clean fill
F&I, conduit - 2" (18" - 24" depth)
F&I, natural stone riprap w/filter fabric
F&I, broken concrete riprap w/filter fabric
Supply and install sand-cement riprap w/filter fabric
F&I, conduit - 6" (18" - 24" depth)
F&I, conduit - 2" (24" - 36" depth)
Installation only of conduit - 2" (24" - 36" depth)
F&I, conduit - 4" (24" - 36" depth)
F&I, conduit - 6" (24" - 36" depth)
F&I, 2' x 2' pull boxes (includes weeps and ground rods)
F&I, FDOT Type "F" curb - by hand
F&I, FDOT Type "F" curb - by machine
F&I, ADA-compliant welded aluminum handrail
F&I, FDOT Type "A" curb - by hand
F&I, FDOT Type "A" curb - by machine
F&I, FDOT Type "B" curb - by hand
F&I, FDOT Type "D" curb - by hand
F&I, FDOT Type "B" curb - by machine
F&I, 6" stamped concrete with wire
F&I, 8" pervious concrete
F&I, FDOT concrete bumper guard
F&I, ADA-compliant detectable surface
F&I, FDOT Type "E" curb - by hand
F&I, FDOT Type "E" curb - by machine
F&I, FDOT Shoulder Gutter - by machine
F&I, FDOT asphaltic concrete curb
F&I, 4" stamped concrete with wire
Yes
Shawn Cunningham
jciabattari@ferreiraconstruction.com
F&I, 4" stamped concrete without wire
shawn@flyingscotinc.com
F&I, FDOT Valley Gutter - by hand
F&I, 6" stamped concrete with wire
Thomas Uhrig
561. 471.4100
Vendor Contact
Addenda Acknowledged (Yes/No):
Vendor Contact Phone Number
F&I, FDOT valley Gutter - by machine
F&I, FDOT Shoulder Gutter - by hand
Red and amber; bi-directional
Amber; bi-directional
Edward OLeary
jwctom@jwcheatham.comrudy@heavycivilinc.com
White or Yellow, 18"
F&I, 6" concrete with polypropylene fiber mix reinforce
F&I, 6" concrete without wire
Removal, saw cut, and disposal of 6" thick concrete
F&I, 6" concrete with wire
White, 24"
HINTERLAND GROUP
20-5156844
Riviera Beach, FL
Yes
HEAVY CIVIL, INC.JW CHEATHAM, LLC
20-1928479
West Palm Beach, FL
Yes
FLYING SCOT
65-1070173
Wellington, FL
Yes
info@hinterlandgroup.com
F&I, 6" pervious concrete
Yes
Todd Kneisel
954.597.6443
FERREIRA CONSTRUCTION
22-333495
Branchburg, NJ
Yes
46-5439171
Pompano Beach, FL
Yes
F&I, 4" concrete with wire
Vendor Contact Email
DESCRIPTION
F&I, 4" concrete without wire
jackie@deevaninc.comsteve@dseakins.com
FOSTER MARINE CONT
59-1054370
Wellington, FL
561.683.0034
Yes
Yes
R. Howard Wight
Lake Park, FL
59-1691997
Lake Park, FL
Removal, saw cut, and disposal of 4" thick concrete
Vendor FEIN
Yes
Corporation Address (State):
Are Submittal Forms Complete?Yes
65-0101816
ITB No.:
Bid Title:
Prepared by:
VENDOR NAME
D.S. EAKINSCONSTCORPNWhllidhihlihliddill ( dif li bl f d bl f i )
Bid Opening Date: August 28, 2020 @ 3:00 P.M.
DEEVAN, INC.
F&I, 4" concrete with polypropylene fiber mix reinforce
Straight/Combo Arrow
Turn arrow
Message (Only; School; Merge and Straight Arrow)
6" Numbers (Per Digit)
8" Numbers (Per Digit)
F&I, FDOT Type "D" curb - by machine
Yellow, 6"
White, 18"
D. Steven Eakins, Jr.
561. 842.0001
John Ciabattari
772. 286.5123
Yes
561.966.0089561.844.5518
White, 12"
10" Numbers (Per Digit)
12" Numbers (Per Digit)
24" Numbers (Per Digit)
Yellow, 18"
White , 24"
Fire Lane and No Parking Messages - Yellow
4" Letters (Per Letter)
6" Letters (Per Letter)
8" Letters (Per Letter)
Pavement marking removal
Preformed (Cold) Plastic (Furnish and Install)
White, 24"
Message (Only; School; Merge; U-Turn; Bike Lane; etc.)
Turn arrow
White or Yellow, 6"
White, 8"
12" Letters (Per Letter)
4' Letters (Per Letter)
Traffic Paint
Thermoplastic
Cold (Preformed) Plastic
Construction Tape
Pavement markers
Preformed (Cold) Plastic (Install Only)
Message (Only; School; Merge; Ramp; U-Turn; etc.)
Turn arrow
Miscellaneous (Furnish and Install)
Thermoplastic Rumble Strips (Index 518)
9" Contrast tape
Flexible Delineators (All Types)
Foil Back Tape
Items for FDOT Projects Only
6" Solid White Paint
6" Solid White Thermoplastic
8" Solid Yellow Paint
8" Solid White Thermoplastic
8" Solid Yellow Thermoplastic
12" Solid White Paint
12" Solid White Thermoplastic
18" Solid White Paint
18" Solid White Thermoplastic
24" Solid White Paint
18" Solid Yellow Paint
18" Solid Yellow Thermoplastic
6x10 Skips Yellow Thermoplastic
Reflective pavement Markers
Directional Arrows Paint
Directional Arrows Thermo
Construction Crew "B"
2x4 Skips White Paint
2x4 Skips White Thermoplastic
6x10 Skips White Paint
6x10 Skips White Thermoplastic
10x30 Skips White Paint
10x30 Skips White Thermoplastic
2x4 Skips Yellow Paint
2x4 Skips Yellow Thermoplastic
Construction Crew "C"
AREAS OF SPECIFIC WORK
Bike lane Symbol w/Arrows Cold Plastic
Pavement Messages Paint
Reflective Paint - Island Nose - White
CREWS AND EQUIPMENT
Construction Crew "A"
6x10 Skips Yellow Paint
24" Solid White Thermoplastic
6" Solid Yellow Paint
6" Solid Yellow Thermoplastic
ITB2020-124PS
Miscellaneous Public Works Projects
Km! Ra
WAYPOINT CONTRACTING
81-4602789
SOUTH FLORIDA BUILDING
47-329834445-4469049
RANGER CONSTRUCTION
59-2098662
R& D PAVING, LLCMURRAYLOGANCONST
59-1208353
HINTERLAND GROUP
20-5156844
HEAVY CIVIL, INC.JW CHEATHAM, LLC
20-1928479
FLYING SCOT
65-1070173
FERREIRA CONSTRUCTION
22-333495 46-5439171
FOSTER MARINE CONT
59-105437059-1691997VendorFEIN 65-0101816
ITB No.:
Bid Title:
Prepared by:
VENDOR NAME
D.S. EAKINSCONSTCORPNWhllidhihlihliddill ( d if li bl f d bl f i )
Bid Opening Date: August 28, 2020 @ 3:00 P.M.
DEEVAN, INC.
90 HR $450.00 HR NO BID HR $586.22 HR NO BID HR $450.00 HR $385.00 HR $350.00 HR $445.00 HR $375.00 HR $500.00 HR $680.00 HR $470.00 HR $975.00
91 HR $299.00 HR NO BID HR $573.58 HR NO BID HR $350.00 HR $340.00 HR $290.00 HR $425.00 HR $350.00 HR $450.00 HR $470.00 HR $365.00 HR $550.00
92 HR $50.00 HR $60.00 HR $134.03 HR NO BID HR $50.00 HR $250.00 HR $45. 00 HR $40. 00 HR $55.00 HR $50.00 HR $220.00 HR $62.00 HR $175.00
93 SF $6.50 SF NO BID SF $4.33 SF NO BID SF $9.00 SF $4.00 SF $8.00 SF $6.00 SF $12.00 SF $20.00 SF $7.80 SF $2.10 SF $12.75
94 HR $80.00 HR NO BID HR $123.44 HR NO BID HR $75.00 HR $61.00 HR $58. 00 HR $78.00 HR $65.00 HR $85.00 HR $76.00 HR $72.00 HR $85.00
95 TN $140.00 TN NO BID TN 169..07 TN NO BID TN $140.00 TN $125.00 TN $225.00 TN $120.00 TN NO BID TN $122.00 TN $120.00 TN $135.00 TN $295.00
96 SY $4.50 SY NO BID SY $2.74 SY NO BID SY $3.00 SY $2.05 SY $8.00 SY $4.00 SY NO BID SY $2.50 SY $8.40 SY $2.00 SY $12. 50
97 PER DAY $20. 00 PER DAY NO BID PER DAY $24. 74 PER DAY NO BID PER DAY $15. 00 PER DAY $11. 00 PER DAY $65. 00 PER DAY $14. 00 PER DAY $175.00 PER DAY $15. 00 PER DAY $100.00 PER DAY $95.00 PER DAY $45. 00
98 PER DAY $30. 00 PER DAY NO BID PER DAY $24. 51 PER DAY NO BID PER DAY $30. 00 PER DAY $22.00 PER DAY $85.00 PER DAY $23.00 PER DAY $250.00 PER DAY $27.00 PER DAY $100.00 PER DAY $100.00 PER DAY $55. 00
99 PER DAY $75.00 PER DAY NO BID PER DAY $0.66 PER DAY NO BID PER DAY $0.30 PER DAY $25.00 PER DAY $1.00 PER DAY $50.00 PER DAY $100.00 PER DAY $0.25 PER DAY $130.00 PER DAY $100.00 PER DAY $20.00
100 PER DAY $0.75 PER DAY NO BID PER DAY $1.97 PER DAY NO BID PER DAY $0.50 PER DAY $1.10 PER DAY $5.00 PER DAY $0.60 PER DAY $2.00 PER DAY $0.30 PER DAY $1.00 PER DAY $15.00 PER DAY $345.00
101 PER DAY $1.00 PER DAY NO BID PER DAY $1.97 PER DAY NO BID PER DAY $0.60 PER DAY $1.65 PER DAY $5.00 PER DAY $0.90 PER DAY $6.00 PER DAY $0.55 PER DAY $5.00 PER DAY $175.00 PER DAY $52.00
102 PER DAY $75. 00 PER DAY NO BID PER DAY $566.32 PER DAY NO BID PER DAY $5.00 PER DAY $33. 00 PER DAY $200.00 PER DAY $60. 00 PER DAY $50. 00 PER DAY $75.00 PER DAY $500.00 PER DAY $225.00 PER DAY $65. 00
103 PER CENT 10%PER CENT NO BID PER CENT $6,000.00 PER CENT 18%PER CENT 15%PER CENT 10%PER CENT 10%PER CENT 10%PER CENT $10 PER CENT 15%PER CENT 11%PER CENT $10 PER CENT 15. 70%
1 HR $250.00 HR NO BID HR $166.73 HR $200.00 HR $250.00 HR $200.00 HR $150.00 HR $200.00 HR $180.00 HR $150.00 HR $240.00 HR $180.00 HR $285.00
2 HR $350.00 HR NO BID HR $261.49 HR $260.00 HR $350.00 HR $300.00 HR $220.00 HR $300.00 HR $220.00 HR $200.00 HR $320.00 HR $220.00 HR $428.00
3 HR $80.00 HR $90.00 HR $126.42 HR $80.00 HR $80.00 HR $81.00 HR $95.00 HR $90.00 HR $70.00 HR $65.00 HR $96.00 HR $72.00 HR $87.50
4 HR $75.00 HR $80.00 HR $93.87 HR $60.00 HR $75.00 HR $72.00 HR $75.00 HR $80.00 HR $55.00 HR $50.00 HR $85.00 HR $65.00 HR $72.50
5 HR $65. 00 HR NO BID HR $87.07 HR NO BID HR $60. 00 HR $60. 00 HR $75.00 HR $75. 00 HR $65. 00 HR $100.00 HR $50.00 HR $48.00 HR $70. 00
6 HR $65. 00 HR $45. 00 HR $44. 03 HR $40.00 HR $40. 00 HR $30. 00 HR $35. 00 HR $32. 00 HR $36. 00 HR $35. 00 HR $40.00 HR $40.00 HR $47. 50
7 HR $35. 00 HR $35. 00 HR $40. 65 HR $30.00 HR $35. 00 HR $26.00 HR $30. 00 HR $25. 00 HR $26. 00 HR $28. 00 HR $35. 00 HR $30.00 HR $38. 95
8 HR $150.00 HR NO BID HR NO BID HR NO BID HR $175.00 HR $85. 00 HR $100.00 HR $120.00 HR $125.00 HR $100.00 HR $140.00 HR $80.00 HR $175.00
9 HR $80. 00 HR $60. 00 HR $85.07 HR $60.00 HR $85. 00 HR $30. 00 HR $65.00 HR $80. 00 HR $75. 00 HR $75.00 HR $95. 00 HR $65.00 HR $95. 00
10 HR $80. 00 HR NO BID HR $88. 40 HR NO BID HR $85. 00 HR $35. 00 HR $65. 00 HR $115.00 HR $85. 00 HR $100.00 HR $90.00 HR $65.00 HR $95. 00
11 HR $140.00 HR $130.00 HR $127.62 HR NO BID HR $140.00 HR $100.00 HR $125.00 HR $145.00 HR $130.00 HR $175.00 HR $170.00 HR $60.00 HR $165.00
12 HR $80.00 HR NO BID HR $123.46 HR $80.00 HR $75.00 HR $65.00 HR $75.00 HR $78.00 HR $65.00 HR $85.00 HR $76.00 HR $70.00 HR $80.00
13 HR $100.00 HR NO BID HR $139.86 HR NO BID HR $150.00 HR $110.00 HR $85. 00 HR $115.00 HR $90. 00 HR $120.00 HR $110.00 HR $100.00 HR $115.00
14 HR $80. 00 HR NO BID HR $13. 56 HR NO BID HR $25. 00 HR $60. 00 HR $45. 00 HR $60. 00 HR $50. 00 HR $100.00 HR $72.00 HR $65.00 HR $65. 00
15 HR $50. 00 HR $60. 00 HR $50. 85 HR NO BID HR $50. 00 HR $100.00 HR $45. 00 HR $40. 00 HR $60. 00 HR $50. 00 HR $190.00 HR $55.00 HR $75. 00
16 HR $50. 00 HR $30. 00 HR $35. 53 HR NO BID HR $30. 00 HR $80. 00 HR $45. 00 HR $58. 00 HR $45. 00 HR $75. 00 HR $63.00 HR $15.00 HR $75. 00
17 HR $50.00 HR NO BID HR $38.62 HR NO BID HR $30. 00 HR $150.00 HR $50.00 HR $50.00 HR $50.00 HR $50.00 HR $100.00 HR $25.00 HR $95. 00
18 HR $50. 00 HR NO BID HR $13. 26 HR NO BID HR $25. 00 HR $50. 00 HR $30. 00 HR $50. 00 HR $50. 00 HR $75. 00 HR $50.00 HR $20.00 HR $78. 00
19 HR $50. 00 HR NO BID HR $16.15 HR $35.00 HR $15.00 HR $20. 00 HR $40.00 HR $50. 00 HR $35. 00 HR $50.00 HR $25. 00 HR $20.00 HR $70. 00
20 HR $30.00 HR NO BID HR $6.19 HR $35.00 HR $10.00 HR $6.00 HR $10.00 HR $30.00 HR $25.00 HR $25.00 HR $25.00 HR $10.00 HR $32.50
21 HR $40.00 HR NO BID HR $11.15 HR $35.00 HR $20.00 HR $25.00 HR $20.00 HR $30.00 HR $35.00 HR $25.00 HR $25.00 HR $5.00 HR $45.00
22 HR $70. 00 HR NO BID HR $40. 65 HR $100.00 HR $90. 00 HR $45. 00 HR $60. 00 HR $85. 00 HR $80. 00 HR $75. 00 HR $90.00 HR $50.00 HR $90. 25
23 HR $25. 00 HR NO BID HR $14.59 HR $25.00 HR $20. 00 HR $10. 00 HR $25.00 HR $30. 00 HR $35. 00 HR $25.00 HR $25. 00 HR $9.00 HR $45. 00
24 HR $30. 00 HR NO BID HR $4.99 HR $30.00 HR $20. 00 HR $10. 00 HR $30. 00 HR $30. 00 HR $30. 00 HR $25. 00 HR $25.00 HR $12.00 HR $40. 00
a
b
c
Stephen Zippi
561.510.3800
stevejrbdimarineandsite.com
Katrina Gonzalez
786.608.1406
kgonzalez@waypointci.com
Nancy G. Rosso
561.588.6681
nancy@randdpaving.com
Jason Daley
561.793.9400
jason.daley@rangerconstruction.cominfo@hinterlandgroup.com
Howard Wight Rudy Polselli
edo@murraylogan.com
561.471.4100 561.718.9443
jwctom@jwcheatham.com
Tom Uhrig
shawn@flyingscotinc.com howard@foster-marine.net
John Ciabattari Shawn Cunningham
561.722.1486
rudy@heavycivilinc.com
561.373.2995
D. Steven Eakins, Jr.Van C. Williams
steve@dseakins.com van@deevaninc.com jciabattari@ferreiraconstruction.com
Chase Rogers
SCHEDULE OF EQUIPMENT AND OPERATOR RATES
Edward OLeary
561.842.0001 561.844.5518 772.286.5123 561.723.5812
Email Address
Asphalt Removal and Restoration
Dump Truck (15 - 20 CY)
Construction Crew "D"
Infiltration Drainage Crew
Wellpoint System
ANNUAL ASPHALT MILLING AND PAVING
3-Man Crew w/Pickup Truck
5-Man Crew w/Pickup Truck
Supervisor
Foreman
Welder
Skilled L:aborer
561.640.3503
Day Laborer (Unskilled)
Gradall
Skid Loader
Rubber Tire backhoe/Loader
Plate Tamper
Track backhoe
Dump Truck
Flatbed w/Tractor
Flatbed
Wellpoint System
Jet Pump
Chain Saw/Debris Clearing Hand Equipment
Hydraulic Submersible Pump
Welding machine
Contractor's Representative
Telephone Number
Portable Generator
Quick Cut Saw
Asphalt/Concrete Saw
Steel Wheel Roller
MOT, Rental of Barricades, Type III
MOT, Rental of Jersey Barrier
Materials Mark-Up (for items not in contract up to $50K)
Asphalt Paving, per 1-inch paving/overlay
Asphalt Milling, per1-inch mill
MOT, Rental of Arrow Board, Electric
MOT, Rental of Message Board, Electric
MOT, Rental of Traffic Cones, 36-inch high (per 50 cones)
MOT, Rental of Barricades, Type II
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 2
DATE: May 15, 2024
TO: All Potential Bidders
SOLICITATION NO.: ITB2024-160PS
TITLE: Miscellaneous Public Work Projects
DUE DATE: Friday, June 7, 2024 @ 3:00PM
This Addendum is and does become a part of the above-mentioned solicitation.
The following questions were received from a potential bidder and the responses are provided as shown
below.
Question 1: Bid Item 70: F&I Type SIII Asphalt overlay 1". Shouldn't this item be incorporated into bid
items 132 through 140?
Response: No, please provide bid per line item as specified.
Question 2: Bid Items 62 & 63: Swale regrading. Shouldn't this unit of measurement be SY? There is
little to no excavation involved when regrading swales.
Response: No, please provide bid per line item as specified.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
Km! Ra
CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP, FCCM, PMP
Purchasing and Contracts Director
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 1
DATE: May 8, 2024
TO: All Potential Bidders
SOLICITATION NO.: ITB2024-160PS
TITLE: Miscellaneous Public Work Projects
DUE DATE: Friday, June 7, 2024 @ 3:00PM
This Addendum is and does become a part of the above-mentioned solicitation.
The following questions were received from a potential bidder and the responses are provided as shown
below.
Question 1: Is it necessary to bid [on] all the items?
Response: You should only bid on the items your company provides.
Question 2: Will there be an allowance for documented material increases after 1 year?
Response: There are no price adjustments allowed over the 3-year term of the contract.
Question 3: Will the city pay for performance and payment bonds if required?
Response: Yes.
Question 4: On the schedule of equipment item #12 - What size dump truck?
Response: 18 Yard Dump Truck.
Question 5: Item #119 - How thick is the asphalt to be removed?
Response: Price should be based on 1 inch thick.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
Km! Ra
CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP, FCCM, PMP
Purchasing and Contracts Director
Page 1 of 23
City of Palm Beach Gardens
10500 North Military Trail, Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
INVITATION TO BID
ITB2024-160PC
MISCELLANEOUS PUBLIC WORKS PROJECTS
DUE DATE AND TIME
FRIDAY, JUNE 7, 2024, @ 3:00PM (LOCAL TIME)
TABLE OF CONTENTS
SECTION TITLE PAGE
Legal Advertisement 2
1. Special Terms and Conditions 3
2. Statement of Work 20
3. Pricing Schedule 23
INSTRUCTIONS
This Invitation to Bid is available on the Mercell USA e-procurement platform at
https://app.negometrix.com/buyer/3543 and the City's Purchasing webpage at
www.pbgfl.com/purchasing. All addenda, changes, and any additional information will be released
through these portals.
Bids must be submitted through the e-procurement platform identified above. Any packages delivered to
City Hall in response to this solicitation will not be accepted or acknowledged.
The deadline for submission of bids is Friday, June 7, 2024, at 3:00 pm (local time). At that time, all
responses will be downloaded from the e-procurement platform and publicly announced at a Virtual Bid
Opening. The link for the Virtual Bid Opening can be found at www.pbgfl.com/purchasing.
It is the responsibility of the contractor to ensure all relevant information is included in its response. All
contractors are advised to carefully examine the requirements of this Invitation to Bid. Any questions
regarding the completeness or substance of the requirements shall be submitted in writing via the e -
procurement platform.
This Invitation to Bid is subject to the City’s General Terms and Conditions, which are available for review
at www.pbgfl.com/purchasing. By submitting a bid to this Invitation to Bid, the contractor agrees to be
bound by the City’s General Terms and Conditions.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 2 of 23
City of Palm Beach Gardens
10500 North Military Trail, Palm Beach Gardens, FL 33410
LEGAL ADVERTISEMENT
ITB2024-160PS
MISCELLANEOUS PUBLIC WORK PROJECTS
The City of Palm Beach Gardens, Florida, invites bids from qualified contractors who can
provide construction services on an as-needed basis for certain categories of miscellaneous
public work projects, in accordance with the terms, conditions and specifications of this
Invitation to Bid. This Invitation to Bid is available on the Mercell USA electronic procurement
platform at https://app.mercell.com/buyer/3543. The City will release all addenda, changes,
and any additional information through this platform, and the City's Purchasing webpage at
www.pbgfl.com/purchasing.
Bids must be submitted through the electronic procurement platform identified above. Any
packages delivered to City Hall in response to this solicitation will not be accepted or
acknowledged.
The deadline for submission of bids is Friday, June 7, 2024, at 3:00 pm (local time). At that
time, all responses will be downloaded from the e-procurement platform and publicly
announced at a Virtual Bid Opening. The link for the Virtual Bid Opening can be found at
www.pbgfl.com/purchasing.
It is the responsibility of the contractor to ensure all relevant information is included in its
response. All contractors are advised to carefully examine the requirements of this Invitation
to Bid. Any questions regarding the completeness or substance of the requirements shall be
submitted in writing via the e-procurement platform.
The City of Palm Beach Gardens reserves the right to accept or reject any or all bids, in whole
or in part, with or without cause, to waive any irregularities and/or technicalities, and to award
the contract on such terms and conditions it deems will best serve the interests of the City.
CITY OF PALM BEACH GARDENS
Patricia Snider, CMC, City Clerk
Publish: Palm Beach Post
Friday, April 26, 2024
ITB2024-160PS
Miscellaneous Public Works Projects
Page 3 of 23
SECTION 1
SPECIAL TERMS AND CONDITIONS
1.1 PURPOSE
The purpose of this solicitation is to pre-qualify bidders for a contractor pool/vendor pool, and to
establish unit prices and rates for miscellaneous public works and minor construction projects.
This initial solicitation provides for the submission of documents and forms intended to verify that
the bidder meets or exceeds the minimum criteria set forth in this solicitation. Bidders must also
submit pricing and rates based on the format and schedule shown in the pricing section of this
Invitation to Bid.
The Pricing Schedule must be submitted in Excel format.
All bidders who meet or exceed the criteria established in this solicitation shall be placed in a Pre-
Qualification Vendor Pool to be accessed by City departments in order to perform miscellaneous
public works and minor construction projects for the City of Palm Beach Gardens, Florida.
ANTICIPATED PROCUREMENT SCHEDULE
Event Date
Invitation to Bid Advertised Friday, April 26, 2024
Pre-Bid Conference and Site Visit N/A
Due Date and Time for Bids Friday, June 7, 2024 by 3:00PM
Evaluation Process Begins June 2024
Evaluation Process Ends July 2024
Award of Contract August/September 2024
1.2 PRE-BID CONFERENCE AND SITE VISIT
Intentionally Omitted
1.3 TERM OF CONTRACT: THREE YEARS
The contract shall commence upon the date of the duly executed Agreement and shall remain in
effect for three (3) years, and until such time as the public work projects acquired in conjunction
with this Invitation to Bid, have been completed and accepted by the City.
1.4 OPTIONS TO RENEW
Intentionally Omitted
1.5 METHOD OF AWARD: PRIMARY AND SECONDARY CONTRACTORS PER ITEM – LOWEST PRICE
The City will award the contract to the two (2) responsive, responsible bidders who offer the
lowest price on an item-by-item basis, as primary and secondary awardees.
While the method of award prescribes the method for determining the lowest responsive,
responsible bidders, the City will award this contract to the bidder offering the lowest price as the
primary contractor and will award to the bidder offering the second-lowest price as the secondary
contractor respectively.
The primary contractor shall have the first responsibility for performing the work. If the primary
contractor fails to perform the work the City may terminate the contractor from the contract and
shall have the right to assign the work to the secondary contractor. The termination of the
primary contractor may result in the secondary contractor being promoted to the role of primary
ITB2024-160PS
Miscellaneous Public Works Projects
Page 4 of 23
contractor at the City’s sole determination and discretion. If the City promotes the secondary
contractor to the role of primary contractor, the City may offer to award a contract to the bidder
offering the third-lowest price as the new secondary contractor provided that bidder honors its
original pricing.
If the primary and secondary contractors are unable to perform the work, the City may, at its sole
discretion, request another vendor on the contract to perform the work.
Award to multiple bidders is made for the convenience of the City and does not exempt the
primary contractor from fulfilling its contractual obligations. Failure of any contractor to perform
in accordance with the terms and conditions of the contract may result in that contractor being
deemed in breach of contract. The City may terminate the contract with that vendor for default
and charge the vendor re-procurement costs, if applicable.
Notwithstanding the Method of Award, the City reserves the right to make subsequent job awards
under this contract to either the primary or secondary contractor, on a project-by-project basis,
based on the workload of each contractor and the time that contractor may take to complete the
project.
MINIMUM REQUIREMENTS FOR AWARD
To be considered eligible for contract award the bidder must meet the following minimum
requirements:
o Have no delinquent indebtedness to the City of Palm Beach Gardens or other federal,
state, or municipal agencies.
o Be regularly and consistently engaged in providing the same or similar services to those
requested in this solicitation.
o Have adequate financial resources, or the ability to obtain such resources as required
during performance of the contract.
o Be able to comply with the required or proposed delivery or performance schedule.
o Have a satisfactory record of performance with the City or other public entities.
Contractors who are or have been found deficient in current or recent contract
performance (when the number of contracts and the extent of the deficiency of each is
considered, in the absence of evidence to the contrary) shall be presumed unable to meet
this requirement. Past unsatisfactory performance shall ordinarily be sufficient to justify
a finding of non-responsibility.
o Bidders performing work for the City at the time responses to this solicitation are received
may be deemed non-responsible and not considered for award of this solicitation should
their current performance be rated as less than satisfactory by the City. Previous award
of work does not guarantee future award. The bidder must perform satisfactorily and
professionally on all City work undertaken.
o Have a satisfactory record of integrity and business ethics.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 5 of 23
o Must possess all licenses and certifications required by the appropriate regulatory
agencies for the contractor’s area of expertise and for the work to be performed.
o Contractors must not have any previous findings of fault that subjected the contractor to
penalties by regulatory agency; or be the subject of any current investigations where
disposition is pending by a regulatory agency.
o Be otherwise qualified and eligible to receive an award under applicable laws and
regulations.
1.6 PRICING SHALL BE FIXED AND FIRM
The pricing submitted by the bidder shall remain fixed and firm during the contract term, and shall
not be subject to any adjustments, except as may be provided elsewhere in the contract.
1.7 PRICE ADJUSTMENTS
Intentionally Omitted
1.8 DELIVERY REQUIREMENTS: COMPLETION OF WORK FROM DATE OF PURCHASE ORDER
For each public works or minor construction project under this contract, the contractor shall state
in its offer at the time requested, the number of calendar days from the date of the purchase
order in which it will guarantee to complete the work. Time for completion may be considered a
factor in determining the contractor for a project, if so stipulated by the City atthat time.
1.9 EXAMINATION OF CITY FACILITIES OR EQUIPMENT
Intentionally Omitted
1.10 LIQUIDATED DAMAGES
Prior to the performance of any work under this contract, the City may establish liquidated
damages for a specific work project based on the unique factors and specifications of that project.
The City will notify the contractor, in writing, if liquidated damages are to be assigned to a specific
project, and the daily estimated amount of such damages.
Notwithstanding the requirements of this section, the City reserves the right to not establish
liquidated damages for any of the projects performed under this contract, as the City determines
in its best interests.
1.11 INSURANCE
If awarded a contract pursuant to this solicitation, the contractor shall not commence
performance of any work until certification or proof of insurance has been received and approved
by the City’s Risk Coordinator or designee.
The required insurance coverage is to be issued by an insurance company authorized and licensed
to do business in the State of Florida, with the minimum rating of B+ or better, in accordance with
the latest edition of A.M. Best’s Insurance Guide. This insurance shall be documented in
certificates of insurance which provide that the City of Palm Beach Gardens shall be notified at
least 30 days in advance of cancellation, non-renewal, or adverse change. The receipt of
certificates or other documentation of insurance or policies or copies of policies by the City or by
any of its representatives, which indicate less coverage than is required, does not constitute a
waiver of the contractor’s obligation to fulfill the insurance requirements herein. All deductibles
must be acceptable to the City of Palm Beach Gardens.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 6 of 23
The contractor shall submit a current Certificate of Insurance, naming the City of Palm Beach
Gardens as an additional insured and listed as such on the insurance certificate. It is the
contractor’s responsibility to provide to the City new certificates of insurance upon expiration of
the current.
The contractor shall provide insurance coverage as follows, and shall carry:
i. Workers’ Compensation Insurance – as required by law.
ii. Employer’s Liability Insurance -
Bodily Injury by Accident $1,000,000 Each Accident
Bodily Injury by Disease $1,000,000 Policy Limit
Bodily Injury by Disease $1,000,000 Each Employee
iii. Contractor Pollution Liability Insurance - $1,000,000 per claim.
iv. Comprehensive General Liability Insurance - $1,000,000 per occurrence combined single
limit for Bodily Injury Liability and Property Damage Liability.
a. Premises and/or Operations on an occurrence basis.
b. Independent contractors.
c. Products and/or Completed Operations Liability on an occurrence basis.
d. Explosion, Collapse, and Underground Coverages.
e. Broad Form Property Damage.
f. Broad Form Contractual Coverage applicable to this specific Agreement, including
any hold harmless and/or indemnification agreement.
g. Personal Injury Coverage with Employees and Contractual Exclusions removed
with minimum limits of coverage equal to those required for Bodily Injury Liability
and Property Damage Liability.
v. Automobile Liability Insurance - for owned, non-owned and hired vehicles - $1,000,000
per occurrence, combined single limit for Bodily Injury Liability and Property Damage
Liability.
vi. Contractors Pollution Legal Liability - hazardous and materials excavation in the amount
of $2,000,000 each occurrence. Coverage for claims against the City for damage to
environmental conditions resulting from alleged or actual violations of Environmental
Laws occurring in the course of performing contractor’s services.
If no deductible for insurance is referenced above, the City reserves the right to require such
deductibles which shall be determined by its Risk Management Coordinator, but not less than
25, 000 per claim.
1.12 CONSTRUCTION AND PERFORMANCE BOND
Prior to the performance of any work under this contract, the City may require a performance
bond for such work based on the unique factors and specifications of each project. The City will
notify the contractor, in writing, if a performance bond is required for a specific project, and the
requirements shall be based on the following:
ITB2024-160PS
Miscellaneous Public Works Projects
Page 7 of 23
The contractor shall duly execute and deliver to the City a Performance Bond or
Unconditional Irrevocable Letter of Credit in an amount equal to 110% of the total project
price, payable to the City, as surety for faithful performance under the terms and
conditions of the contract. The Performance Bond or Unconditional Irrevocable Letter of
Credit shall be delivered to the City within fifteen (15) days of being requested, and prior
to any commencement of work.
The Performance Bond must be executed by a surety company of recognized standing,
authorized to do business in the State of Florida, and having a resident agent. If a letter
of credit is chosen, it must be in a form acceptable to the City, drawn on a bank acceptable
to the City, and issued in favor of the City. Bonds may not be canceled, terminated, or
revised unless the City has been provided with thirty (30) days’ advanced written notice
of such action by the surety. The surety must insert the registered agent to accept service
of process in the State of Florida, directly on each bond document.
Acknowledgement and agreement are given by both parties that the performance bond
or letter of credit amount is not intended to be or shall be deemed to be in the nature of
liquidated damages, nor is it intended to limit the liability of the contractor to the City in
the event of a material breach of the contract agreement by the contractor.
If the contractor fails to deliver the performance bond or irrevocable letter of credit within this
specified time, including granted extensions, the City shall declare the contractor in default of the
contractual terms and conditions, and the contractor shall be terminated from the contract, and
the City shall not accept any offer from that contractor for a twelve-(12) month period following
such default.
1.13 CERTIFICATIONS
Any bidder submitting an offer in response to this solicitation shall, at the time of such offer, hold
a valid certificate of competency for the relevant trade to be performed issued by the State or
County examining board qualifying the bidder to perform the work proposed. If work for other
trades is required in conjunction with this solicitation and will be performed by a subcontractor(s),
an applicable certificate of competency issued to the subcontractor(s) shall be submitted with the
bidder’s offer; provided, however, the City may at its option and in its best interest allow the
bidder to supply the subcontractor(s) certificate to the City during the bid evaluation or work
assignment period.
1.14 BID BOND
Intentionally Omitted
1.15 METHOD OF PAYMENT: INVOICE FOR COMPLETED WORK
Upon completion of a project, and inspection and acceptance of the work by the City, the
contractor shall submit an invoice to the City for payment. The date of the invoice shall not exceed
thirty (30) calendar days from the completion of the work. Under no circumstances shall the
invoice be submitted to the City in advance of the delivery and acceptance of the work. The
invoice shall contain the following basic information: the contractor’s name and address, invoice
number, date of invoice, description of the work performed and location of the project, the
contract number, purchase order number, and any discounts.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 8 of 23
On a project-by-project basis and based on the estimated completion time for a project, the City
may, at its own discretion, agree to pay progress payments for work that has been reviewed,
inspected, and accepted by the City Engineer or designee. Progress payments will only be made
in such rare circumstances when the City determines that such payments are in its best interests.
All payments shall be made in accordance with the Florida Prompt Payment Act, Section 218,
Florida Statutes, upon presentation of a proper invoice by the contractor.
1.16 PERFORMANCE OF WORK
The contractor shall perform work in a professional manner and to the highest industry standards.
The contractor shall at all times be cognizant of the need to abide and adhere to all applicable
occupational safety and health rules and regulations. No section of the work may be performed
by the contractor or a subcontractor of the contractor unless such person has the experience,
equipment, knowledge, and resources to perform the work safely and properly. The City shall
have the right, without penalty, to stop any task or aspect of work if the City believes, in its
professional opinion, that the execution of the work is improper in any manner.
1.17 COMPLETION OF WORK FROM DATE OF PURCHASE ORDER/NOTICE TO PROCEED
Intentionally Omitted
1.18 CLEAN UP
The contractor shall remove all unusable materials and debris from the work areas at the end of
each workday and dispose of them in an appropriate manner. Upon final completion, the
contractor shall thoroughly clean up all areas where work has been involved as mutually agreed
with the City’s authorized representative.
Any items or products that are City-owned property shall be returned to the City unless those
items have been deemed of no value to the City. If items or products have been deemed of no
value, the contractor shall dispose of the items or products at no cost to the City.
1.19 WARRANTY REQUIREMENTS
In addition to all other warranties that may be supplied by the contractor, the contractor shall
warrant its products and service against faulty labor or defective material, for a minimum period
of one year from the date of substantial completion of the labor and materials by the City. This
warranty requirement shall remain in force for the full period; regardless of whether the
contractor is under contract with the City at the time of defect. Any payment by the City on behalf
of the goods or services received from the contractor does not constitute a waiver of these
warranty provisions.
1.20 ADDITIONAL FACILITIES OR LOCATIONS
Intentionally Omitted
1.21 HOURLY RATE
Any hourly rate quoted shall be deemed to provide full compensation to the contractor for labor,
equipment use, travel time, and any other element of cost or price. This rate is assumed to be at
straight time for all labor, except as otherwise noted.
1.22 RELEASE OF CLAIM REQUIRED
Pursuant Section 255.05, Florida Statutes all payments to the subcontractors shall be made by the
contractor within ten (10) days of receipt of the payment from the City. Except for the first
ITB2024-160PS
Miscellaneous Public Works Projects
Page 9 of 23
payment, the contractor shall pay all its subcontractors and suppliers who have performed any
work or supplied any materials for the work within ten (10) days after receipt of the payment by
the contractor for monies due such subcontractors and suppliers because of a percentage of the
work completed. The contractor shall provide the City with duly executed affidavits
subcontractor’s statement of satisfaction) or releases of claim from all subcontractors and
suppliers who have performed any work or supplied any materials for the project as of that date.
The affidavit or release shall certify that said subcontractors and suppliers have been paid their
proportionate share of all previous payments to the contractor. Inthe event such affidavits cannot
be furnished, the contractor may submit an executed consent of surety to requisition payment,
identifying the subcontractors and suppliers with the amounts for which the statement of
satisfaction cannot be furnished. If the contractor fails to provide a consent of surety to requisition
payment, the amount in dispute will be withheld until either the statement of satisfaction is
furnished, or the consent of surety to requisition payment is furnished.
1.23 PRE-CONSTRUCTION CONFERENCE
The contractor may be required to conduct a Pre-Construction Conference for City
representatives prior to the start of any construction work contemplated under this solicitation.
The location of this Pre-Construction Conference shall be mutually determined by the City and
the contractor, but must be in south Florida. Any costs incurred by City officials in conjunction
with the pre-construction conference will be borne by the City.
1.24 SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED
As part of its bid submittal, the bidder shall identify any subcontractors that will be used in the
performance of the proposed contract, their capabilities and experience, and the portion of the
requirements to be done by the subcontractor. The competency of the subcontractor(s) with
respect to experience, skill, responsibility, and business standing shall be considered by the City
when making the award in the best interest of the City. If the bidder fails to identify all
subcontractors in its bid, the City may allow the bidder to submit this documentation during the
evaluation or work assignment period if such an action is in the best interest of the City. The City
shall have the right to deny use of a subcontractor(s) with or without cause.
1.25 RECORDS, ACCOUNTS, AND STATEMENTS
The contractor shall keep on its premises, or such other place approved by the City, current, true,
accurate, and complete records and accounts of all services provided to the City, and shall give
the City or City’s representative access during reasonable business hours and upon five (5)
business days’ notice to examine and audit such records and accounts. Such records shall be
maintained, as an independent certified public accountant would need to examine to certify a
statement of the contractor’s business with the City pursuant to generally accepted auditing
standards.
1.26 COMPLIANCE AND CONDUCT
The contractor shall at all times comply with all rules, regulations, and ordinances of the City and
other governmental agencies having jurisdiction. The contractor shall further take all precautions
and extreme care to conduct its activities in a safe, professional, and prudent manner with respect
to its agents, employees, members, visitors, and participants.
By accepting a contract pursuant to this solicitation, the contractor agrees to comply with the
provisions of Section 448. 095, Fla. Statutes, "Employment Eligibility." This includes but is not
limited to utilization of the E-Verify System to verify the work authorization status of all newly
ITB2024-160PS
Miscellaneous Public Works Projects
Page 10 of 23
hired employees and requiring all subcontractors to provide an affidavit attesting that the
subcontractor does not employ, contract with, or subcontract with, an alien unauthorized to work
in the USA. Failure to comply will result in termination of this contract, or if a subcontractor
knowingly violates the above-referenced statute, such subcontractor must be terminated
immediately.
1.27 SUPERIORITY OF OTHER FORMS OR DOCUMENTS
If the City is required by the contractor to execute any other forms or documents in relation to
the contract resulting from this solicitation, the terms, conditions, and requirements in this
solicitation shall take precedence to any and all conflicting or modifying terms, conditions, or
requirements of the contractor’s forms or documents. Additionally, in the event of a conflict
between the terms and conditions set forth in this solicitation document and any attachments or
exhibits hereto, the terms and conditions set forth herein shall prevail. The contract documents
shall have precedence in this order, the agreement, this solicitation, and then the vendor’s
response to this solicitation.
1.28 FAILURE TO DELIVER OR COMPLETE WORK
Should the contractor fail to deliver or complete the work on a timely basis, and within the
schedule established by the City, it is hereby agreed and understood that the City reserves the
authority to cancel the contract with the contractor and secure the services of another contractor
to perform the work. If the City exercises this authority, the City shall be responsible for paying
the contractor for any work that was completed and accepted in accordance with the contract
specifications.
The City may, at its option, demand payment from the contractor, through an invoice or credit
memo, for any additional costs over and beyond the original contract price, which were incurred
by the City, as a result of having to secure the services of another contractor to complete the
work.
1.29 PROTECTION
The contractor shall take all necessary precautions to protect the work area to avoid unnecessary
noise, confusion, dust, or dirt, sedimentation, turbidity, erosion and protect the health and safety
of occupants of buildings and surrounding work areas. When equipment and other items are
removed during the performance of the work, it shall be the contractor’s responsibility to check
with appropriate City personnel to obtain the required approval before moving any equipment
and/or other items.
1.30 DAMAGE AND INJURY
The contractor is responsible for any damage to equipment or property by its employees and
subcontractors during the course of performing any work under this contract and shall repair or
replace the damaged item to the satisfaction of the City. The contractor shall, at its own expense,
replace and/or repair any damaged material such that the damaged materials are restored to
their original condition.
1.31 SAFETY REQUIREMENTS
The contractor shall be solely and completely responsible for fully complying with all applicable
federal, state, and local laws and regulations. No product shall be used in any manner inconsistent
with its labeling. Protective clothing, equipment and devices shall, at a minimum, conform to
Occupational Safety and Health Administration (OSHA) standards for the products being used.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 11 of 23
1.32 SAFETY AND PROTECTION
The contractor shall be solely and completely responsible for initiating, maintaining, and
supervising all safety precautions and programs in connection with the work. The contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent injury to, all employees on the work site and other persons, including but not limited to,
the general public who may be affected thereby. The contractor shall be responsible for providing
and for the placement of barricades, tarps, plastic, flag tape and other safety/traffic control
equipment required to protect the public, surrounding areas, equipment, and vehicles. The safety
of the public is of prime concern to the City, and all costs associated for ensuring such safety are
the responsibility of the contractor.
The contractor shall at all times enforce strict discipline and good order among its employees and
shall not employ on the work any unfit person or anyone not skilled in the task assigned to them.
The contractor shall supervise and direct the work, using their best skill and attention.
The contractor shall be responsible to protect and preserve all buildings, structures, and utilities
whether such utilities are underground, above ground, or on the surface) that are in the general
vicinity of the work site, from any damage that could foreseeably result from the work being
performed by the contractor.
The contractor shall be responsible for the protection of all personnel against hazards and/or
injuries due to their operations at the work site.
1.33 PUNCH LIST
Pursuant to the provisions of Florida Statutes 218.735, the contractor shall coordinate with the
City, upon substantial completion of any construction work, to develop a punch list of tasks
needed to bring the project to final completion and acceptance. The contractor and City shall
make good faith efforts to develop and agree on the final listing within the timeframes established
in the statute.
1.34 CHANGES
The City may at any time, as the need arises, order changes within the scope of the work without
invalidating the contract. If such changes increase or decrease the amount due under the
contract, or the time required for performance of the work, an equitable adjustment shall be
authorized by Change Order.
The City may, at any time, make changes to the details of the work. The contractor shall proceed
with the performance of any changes in the work so ordered by the City, unless the contractor
believes that such changes entitle him to a change in the contract price or time, or both, in which
event he shall give the City immediate written notice thereof after the receipt of the ordered
change. Thereafter, the contractor shall document the basis for the change in contract price or
time within ten (10) calendar days. All changes resulting in a request for added time must be
accompanied by a Time Impact Analysis.
Changes in the scope of work may be accomplished by change order, construction change
directive, or field order. Any one of these documents shall be interpreted as further instructions
from the City.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 12 of 23
A change order shall be based upon an agreement between the City and the contractor; a
construction change directive may or may not be agreed to by the contractor; a field order for a
minor change in the work may be issued by the City.
Changes in the work shall be performed under applicable provisions of the contract documents,
and the contractor shall proceed promptly, unless otherwise provided in the change order,
construction change directive, or field order.
1.35 CHANGE ORDERS
A change order is a document prepared by the City and contractor, stating their agreement upon
all of the following:
a. change in the scope of work.
b. the amount of the adjustment in the price to do the work, if any; and
c. the extent of the adjustment in the time to complete the work, if any.
The issuance of a change order shall be full and final settlement for any issue or item addressed
in the change order. No change order will be accepted or processed with any reservation of rights
notations or clauses.
UNFORESEEN MATERIAL COSTS ADJUSTMENT REQUESTS
The City may consider material costs adjustment requests due to unforeseen market conditions
increases or decreases) at its sole discretion.
Labor adjustments will not be accepted.
The following items are required for consideration of material costs adjustments:
1. Original material price quote containing the date (must be after bid release date and prior
to bid submission), project title, bid number, quantity, and unit price.
2. New material price quote containing the date, project title, bid number, quantity, and
unit price.
3. Documentation from the supplier or an independent source confirming the price change
for the specified product.
4. Signed and notarized statement from the supplier confirming that the original pricing was
used to bid on the project.
5. Signed and notarized statement from the contractor that the original pricing was used to
bid on the project.
For material costs adjustments initiated by the City, the City reserves the right to rely on
independent commodity pricing and/or information from other suppliers or an accepted public
source. In such cases, the contractor shall provide any pricing information received from its
supplier to the City for review.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 13 of 23
1.36 CONSTRUCTION CHANGE DIRECTIVES
A construction change directive is a written order prepared and signed by the City directing a
change in the work and stating a proposed basis for adjustment, if any, in the price of the work or
completion time, or both. The City may by issuing a construction change directive, without
invalidating the contract, order changes in the work within the general scope of the contract
consisting of additions, deletions or other revisions, the cost to perform the work, and completion
time being adjusted accordingly if affected by the change.
A construction change directive will be used in the absence of agreement on the terms of a change
order.
If the construction change directive provides for an adjustment to the contract price, the
adjustment shall be based on one of the following methods and precedence:
a. unit prices stated in the bid.
b. unit prices agreed upon through previous amendments to the contract.
c. by mutual acceptance of a lump sum properly itemized and supported by sufficient
substantiating data to permit evaluation by the City; or
d. by actual cost, to be determined in a manner agreed upon by the contractor and the City,
and including a mutually acceptable fixed or percentage fee (if any).
Upon receipt of a construction change directive, the contractor shall promptly proceed with the
change in the work involved and shall immediately advise the City of the contractor’s
disagreement with the method, if any, provided in the construction change directive for
determining the proposed adjustment in the price or completion time.
If the contractor does not respond promptly or disagrees with the method for adjustment in the
contract price, the method and the adjustment shall be determined by the City on the basis of
reasonable expenditures and savings of those performing the work attributable to the change,
including, in case of an increase in the contract price, a reasonable allowance for overhead and
profit. In such case, the contractor shall keep and present, in such form as the City may prescribe,
an itemized accounting together with appropriate supporting data.
Unless otherwise provided in the contract documents, costs along with detailed documentation
for any changes shall be limited to the following:
a. costs of labor directly related to the change being requested, including social security, old
age and unemployment insurance, fringe benefits required by agreement or custom, and
workers or workmen’s compensation insurance.
b. costs of materials, supplies, and equipment, including cost of transportation, whether
incorporated or consumed.
c. rental costs of machinery and equipment, exclusive of hand tools, whether rented from
the contractor or others.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 14 of 23
d. costs of premiums for all bonds and insurance. Proof of change and additional premium
not to exceed 2% for the performance bond) by the issuing bonding and insurance
companies must be provided.
e. permit fees, and sales, use or similar taxes related to the work; and
f. the contractor may add 12.5% (for overhead and profit) to the cost for work performed
by his own forces, and 5% (for overhead and profit) to the cost for work performed by
subcontractors. The subcontractor may add 10% (for overhead and profit) to the cost for
work performed by his own forces.
Overhead shall include the following: superintendent wages, project manager wages,
supervision, wages of timekeepers, watchmen, clerks and administrative staff, small
tools, incidentals, general office expense, travel time, fringe benefits and workers’ or
workman’s compensation insurance for same, and all other expenses not included in the
direct cost.
When the City and the contractor agree with the adjustments in the contract price and
contract time, or otherwise reach agreement upon the adjustments, such agreement shall
be effective immediately and shall be recorded by preparation and execution of an
appropriate change order.
Prior to the final determination of cost to the City and a completely executed change
order, amounts not in dispute may be included in applications for payment.
1.37 MINOR CHANGES IN THE WORK
The City shall have authority to order minor changes in the work consistent with the intent of the
contract and/or scope of the project. Such changes shall be effected by the issuance of a field
order and shall be binding on the City and contractor. The contractor shall carry out such written
orders promptly.
1.38 PERMITS AND FEES
The contractor shall apply for and pay for all required permits and fees for work projects under
this contract, including those for the City, County, State, or any applicable regulatory authority.
The City will waive all permit fees payable to the City, but the proposer must complete and submit
the permit applications.
The City’s Master Fees and Charges Schedule is available at
https://www.pbgfl.com/DocumentCenter/View/27, for review. By submitting a bid in response
to this solicitation, the contractor acknowledges and agrees that the City has provided all the
information it has on all applicable permits and fees for work to be performed under this
contract.
1.39 ACCESS AND AUDIT OF RECORDS
The City reserves the right to require the contractor to submit to an audit by an auditor of the
City’s choosing. Subject to reasonable advance notice, the contractor shall provide, at its place of
business during regular business hours, access to all of its records that relate directly or indirectly
to this contract. The contractor shall retain all records pertaining to this contract and upon request
make them available to the City for five (5) years following expiration of the contract. The
ITB2024-160PS
Miscellaneous Public Works Projects
Page 15 of 23
contractor agrees to provide such assistance as may be necessary to facilitate the review or audit
by the City to ensure compliance with applicable accounting and financial standards.
1.40 OFFICE OF THE INSPECTOR GENERAL
Palm Beach County has established the Office of the Inspector General, which is authorized and
empowered to review past, present, and proposed City programs, contracts, transactions,
accounts, and records. The Inspector General (IG) has the power to subpoena witnesses,
administer oaths, require the production of records, and monitor existing projects and programs.
The IG may, on a random basis, perform audits on any City contracts or agreements.
1.41 LICENSES, PERMITS AND FEES
The contractor shall hold all licenses and/or certifications, obtain and pay for all permits and/or
inspections, and comply with all laws, ordinances, regulations, and building code requirements
applicable to work performed under this contract. Damages, penalties, and/or fines imposed on
the City or the contractor for the contractor’s failure to obtain and maintain required licenses,
certifications, permits, and/or inspections shall be borne by the contractor.
1.42 FORCE MAJEURE
The City and the contractor are excused from the performance of their respective obligations
under this contract when and to the extent that their performance is delayed or prevented by any
circumstances beyond their control, including fire, flood, explosion, strikes or other labor
disputes, natural disasters, public emergency, war, riot, civil commotion, malicious damage, act
or omission of any governmental authority, delay or failure or shortage of any type of
transportation, equipment, or service from a public utility needed for their performance, provided
that:
a. The non-performing party gives the other party prompt written notice describing the
particulars of the force majeure, including, but not limited to, the nature of the
occurrence and its expected duration, and continues to furnish timely reports with
respect thereto during the period of the force majeure.
b. The excuse of performance is of no greater scope and of no longer duration than is
required by the force majeure.
c. No obligations of either party that arose before the force majeure causing the excuse of
performance are excused as a result of the force majeure; and
d. The non-performing party uses its best efforts to remedy its inability to perform.
Notwithstanding the above, performance shall not be excused for a period in excess of two
months, provided that in extenuating circumstances the City may excuse performance for a longer
term. The economic hardship of the contractor shall not constitute force majeure. The
completion time for an affected work project shall be extended by a period equal to that during
which either party’s performance is suspended under this section.
1.43 PUBLIC RECORDS
Pursuant to Chapter 119, Florida Statutes, the contractor shall comply with the public records law
by keeping and maintaining public records required by the City of Palm Beach Gardens in order to
perform the service. Upon request from the City’s custodian of public records, the contractor
shall provide the City with a copy of the requested records or allow the records to be inspected
ITB2024-160PS
Miscellaneous Public Works Projects
Page 16 of 23
or copied within a reasonable time at a cost that does not exceed the cost schedules provided in
Chapter 119, Florida Statutes, or as otherwise provided by law. The contractor shall ensure that
public records that are exempt or confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law for the duration of the contract term
and following completion of the contract. Upon completion of the contract, the contractor shall
transfer, at no cost to the City, all public records in possession of the contractor or keep and
maintain public records required by the City of Palm Beach Gardens in order to perform the
service. If the contractor transfers all public records to the City upon completion of the contract,
the contractor shall destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. If the contractor keeps and maintains public
records upon completion of the contract, the contractor shall meet all applicable requirements
for retaining public records. All records stored electronically must be provided to the City of Palm
Beach Gardens, upon request from the City’s custodian of public records, in a format that is
compatible with the information technology systems of the City of Palm Beach Gardens.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT THE OFFICE OF THE CITY CLERK
LOCATED AT 10500 NORTH MILITARY TRAIL, PALM BEACH GARDENS,
FLORIDA 33410, PHONE NUMBER (561) 799-4122, EMAIL ADDRESS:
PSNIDER@PBGFL.COM.
1.44 OWNER DIRECT PURCHASES
For each project, the City reserves the right to require the contractor to assign some or all of its
subcontracts or other agreements with material, including equipment, and suppliers directly to
the City. Any materials purchased by the City pursuant to such an assignment of a material supply
subcontract or agreement shall be referred to as "Owner Direct Purchases" (ODP) and the
responsibilities of both the City and the contractor relating to such ODP shall be governed by the
terms and conditions of this clause, which shall take precedence over other conditions and terms
of the contract where inconsistencies or conflicts exist.
Material suppliers shall be selected by the contractor using competitive bidding/proposals. Supply
contracts shall be awarded by the contractor to the supplier whose bid/proposal is most
advantageous to the City, price and other factors considered. The contractor shall include the
price for all construction materials in its bid for each project. The bid pricing shall also include all
Florida State sales and other taxes normally applicable to such material and equipment.
The City may consider purchasing any item of work or material but does not expect to issue
purchase orders for less than $5,000. The City’s purchasing of selected construction materials will
be administered on a deductive Change Order basis, and the amount for the work or materials
will be deducted from the main purchase order that was issued to the contractor.
For each project, the contractor shall include the names of the subcontractors for the project in
its initial proposal to the City. The contractor shall also include the area of work to be performed
by the subcontractors, as well as a description of the materials to be supplied, estimated
quantities, and prices.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 17 of 23
Upon request from the City, and in a timely manner, the contractor shall prepare a purchasing
request form that shall, in form and detail acceptable to the City, specifically identify the materials
which the City may, in its discretion, elect to purchase directly. The purchasing request form shall
include: a. the name, address, telephone number and contact person for the material supplier; b.
manufacturer or brand, model or specification number of the item; c. quantity needed as
estimated by the contractor; d. the price quoted by the supplier for the materials identified
therein; e. any sales tax associated with such quote; f. delivery dates as established by the
contractor; g. any reduction in the contractor's cost for any Payment Bond and/or Performance
Bond; h. shipping, handling and insurance costs; i. detail concerning bonds or letters of credit
provided by the supplier if included in their proposal; and j. any special terms and conditions that
have been negotiated with the supplier relative to payment terms, discounts, rebates, warranty,
credits or other terms and conditions which will revert to the City. The contractor shall include
copies of vendors' quotations and specifically reference any terms and conditions, which have
been negotiated with the vendors concerning letters of credit, terms, discounts, or special
payments.
After receipt of the purchasing request form, the City shall prepare a purchase order for all items
of material, which the City chooses to purchase directly. The purchase order shall be sent to the
vendor with a copy sent to the contractor. Pursuant to the purchase order, the vendor shall
provide the required quantities of material at the price established in the vendor's quote to the
contractor, excluding any sales tax associated with such price. The purchase order shall also
require the delivery of the ODP on the delivery dates provided by the contractor in the purchasing
request form.
In conjunction with the execution of the purchase orders by the suppliers, the contractor shall
execute and deliver to the City one or more deductive Change Orders, referencing the full value
of the ODP to be provided by the supplier from whom the City elected to purchase material
directly, plus all sales taxes associated with such materials in the contractor's bid to the City, plus
any savings to the contractor in the cost of any Payment and Performance Bonds associated with
such ODP. To compensate the contractor for the warranty enforcement obligation the
contractor's overhead and profit associated with ODP shall not be deducted from the contract.
The contractor shall be fully responsible for all matters relating to the procurement of materials
furnished by and incorporated into the project in accordance with these terms and conditions
including, but not limited to, assuring the correct quantities, placing the order in a timely manner,
and assuring coordination of purchases, providing, and obtaining all warranties and guarantees
required by the contract, inspection, and acceptance of the goods at the time of delivery. The
contractor shall coordinate delivery schedules, sequence of delivery, loading orientation, and
other arrangements normally required by the contractor for the particular materials furnished.
The contractor shall provide all services required for the unloading, handling, and storage of
materials through installation. The City assumes the risk of loss of building material through their
incorporation into the installation.
As ODP are delivered to the jobsite, the contractor shall visually inspect all shipments from the
suppliers, and sign off on the receiving reports for material delivered. The contractor shall assure
that each delivery of ODP is accompanied by documentation adequate to identify the purchase
order against which the purchase is made. This documentation may consist of a delivery ticket
and an invoice from the supplier conforming to the purchase order together with such additional
information as the City may require. The contractor shall then forward the receiving report to the
City to match up with the invoice for payment.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 18 of 23
The contractor shall ensure that ODP conform to the specifications and determine prior to
incorporation into the project if such materials are patently defective, and whether such materials
are identical to the materials ordered and match the description on the bill of lading. If the
contractor discovers defective or non-conformities in ODP upon such visual inspection, the
contractor shall not utilize such nonconforming or defective materials in the project and instead
shall promptly notify the City of the defective or nonconforming condition so that repair or
replacement of those materials can occur without any undue delay or interruption to the project.
If the contractor fails to perform such inspection and otherwise incorporates into the work such
defective or nonconforming ODP, the condition of which it either knew or should have known by
performing an inspection, the contractor shall be responsible for all damages to the City resulting
from the contractor's incorporation of such materials into the project, including liquidated or
delay damages.
The contractor shall maintain records of all ODP it incorporates into the work from the stock of
ODP in its possession. The contractor shall account monthly to the City for any ODP delivered into
the contractor's possession, indicating portions of all such materials which have been
incorporated into the work.
The contractor shall be responsible for obtaining and managing all warranties and guarantees for
all materials and products as required by the contract. All repair, maintenance or damage-repair
calls shall be forwarded to the contractor for resolution with the appropriate supplier, vendor, or
subcontractor. Additionally, ODP items shall be warranted by the contractor as part of the
contractor's warranty. The contractor agrees and understands that it shall undertake all warranty
enforcement and other related duties of the City for its Owner Direct Purchase equipment and
materials. To that end, the contractor expressly agrees it shall make no distinction in discharging
such warranty duties between Owner Direct Purchase equipment and materials and equipment
and materials otherwise supplied by the contractor.
Notwithstanding the transfer of ODP by the City to the contractor's possession, the City shall
retain legal and equitable title to any and all ODP.
The transfer of possession of ODP from the City to the contractor shall constitute a bailment for
the mutual benefit of the City and the contractor. The City shall be considered the bailor and the
contractor the bailee of the ODP. ODP shall be considered returned to the City for purposes of
their bailment at such time as they are incorporated into the project.
The City will purchase and maintain builders risk insurance sufficient to protect against any loss
of or damage to ODP. Such insurance shall cover the full value of any ODP not yet incorporated
into the project during the period between the time the City first takes title to any of such ODP
and the time when the last of such is incorporated into the Project. The contractor shall purchase
and maintain builders’ risk, all risk, insurance based on the completed value of project, less the
City's ODP values. The contractor must name the City of Palm Beach Gardens as additional insured
on its policy.
The City shall not be liable for any interruption or delay in the project, for any defects or other
problems with the project, or for any extra costs resulting from any delay in the delivery of, or
defects in, ODP. The contractor's sole or exclusive remedy shall be an extension of the contract
time for such reasonable time as determined by the City.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 19 of 23
The contractor shall review invoices submitted by all suppliers of ODP delivered to the project
sites and either concur or object to the City's issuance of payment to the suppliers, based upon
the contractor's records of materials delivered to the site and any defects detected in such
materials.
In order to arrange for the prompt payment to the supplier, prompt submittal of a copy of the
applicable purchase order as receiving report, invoices, delivery tickets, written acceptance of the
delivered items, and such other documentation as may be reasonably required by the City. Upon
receipt of the appropriate documentation, the City shall prepare payment to the supplier based
upon the data provided. This payment will be released and remitted directly to the supplier. The
contractor agrees to assist the City to immediately obtain partial or final release of waivers as
appropriate.
At the end of the project, the contractor will be provided with a deductive Change Order for the
costs incurred by the City to provide all ODP not covered by previous change orders. Salvage
materials shall be stored or removed from the site at the City's direction, or may be turned over
to the contractor by the City for salvage or disposal at the contractor's option.
1.45 DEFAULT
In the event the contractor defaults in the performance of the contract, the City shall have the
following options:
i. The City will give the contractor written notice of default. If the default is not
corrected within the time allowed in the notice, the City may terminate the
contract by providing written notice.
ii. The City shall be entitled to recover any and all claims for damages, at law or in
equity, that may be due to the City from the contractor’s default.
iii. The City may perform such work as it deems necessary to cure the default or
subsequent default and charge the contractor for the full cost of labor and
materials expended, plus 30% of such costs for administrative overhead.
The acceptance of all or part of monies due for any period after a default shall not be deemed as
a waiver of any of these options, or a waiver of the default or subsequent default of the same or
any other term, covenant, and condition.
The City shall not be liable for any claim of damages for lost profit by the contractor should the
City terminate the contract, whether such termination was with or without cause.
1.46 LEGAL AND PROPER APPLICATION OF PRODUCT
The contractor shall be solely and completely responsible for fully complying with all applicable
regulations, federal, state, and local laws that may cover the use and application of any material
or product used during the performance of wok on this contract. No product shall be used in any
manner inconsistent with its labeling. Protective clothing, equipment and devices shall, as a
minimum, conform to Occupational Safety and Health Administration (OSHA) standards for the
products being used.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 20 of 23
SECTION 2
STATEMENT OF WORK
2.1 PROJECT SCOPE
It is the intent of the City to contract with multiple vendors to provide miscellaneous public works
and minor construction services, as required, on a task-by-task/project-by-project basis for
repairs, replacements, and/or installations of municipal infrastructure, which may include, butnot
be limited to, pavement repair/replacement, stormwater improvements, sidewalks, curbs,
driveways, and similar work, based on unit priced bids submitted as part of this Invitation to Bid.
Bids will be accepted for all or part of the list of bid items.
There is no guarantee of work.
2.2 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH ACT
The contractor certifies that all equipment and materials used for work performed under this
Invitation to Bid shall conform to all applicable O.S.H.A. requirements. The contractor further
certifies that if any equipment or materials delivered are subsequently found to be deficient in
any O.S.H.A requirements in effect on date of delivery, all costs necessary to bring the equipment
and materials into compliance with the aforementioned requirements shall be borne by the
contractor.
2.3 MATERIALS
All materials supplied by the contractor under the provisions of the contract shall be new
materials of the kind and character required to properly perform the work. Defective equipment
or material damaged in the course of installation or tests shall be replaced or repaired in a manner
satisfactory to the City. All materials and equipment to be furnished under this solicitation shall
be the standard product of a manufacturer regularly engaged in the production of such material
and shall be the manufacturer's current standard design.
2.4 CONTRACTOR’S REPRESENTATIVE
Bidders shall provide the name, address, and phone number of the person(s) to be contacted for
the placement of an order and the coordination of work projects. A contact for regular work hours
and after-hours, weekends, and holidays should be submitted with the bid.
2.5 STATEMENTS OF WORK
For each subsequent project under this contract, the City will provide the contractor with a
written and complete Statement of Work specific to that project. If available, drawings and other
documentation will be provided to assist the contractor with properly estimating reasonable costs
to perform the work, based on the prices and rates established in the contract.
2.6 FOUNDATION NOTES
a. All footing excavations shall be clean and free of debris, standing water and loose soil
prior to placement of concrete.
b. All footing excavations shall be inspected and approved by the City prior to placement of
concrete.
c. The contractor shall familiarize itself with the scope of the work and soil and water
conditions before proceeding with the work.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 21 of 23
d. All fill material shall be approved for use in advance of placement by the City. No fill shall
be placed over frozen, muddy, or other deleterious material. No fill may be placed over a
previous lift that has not been adequately compacted and accepted by the City.
e. It is the contractor’s responsibility to ensure the stability of all structures during
construction.
2.7 PROTECT ADJACENT AREAS
The contractor shall install and maintain dust and noise barriers to keep dirt, dust, and noise from
being transmitted to adjacent areas. The contractor will be required to provide fencing,
windscreen, safety, and wayfinding signage as approved by the City. The contractor shall remove
protection and barriers after the construction work is completed.
2.8 TESTING
The expense of all initial tests and test reports shall be borne by the City. Any costs associated
with re-testing due to failed tests shall be borne by the contractor.
2.9 PROTECT EXISTING STRUCTURES
The contractor shall protect all areas to remain and existing structures, utilities, sidewalks,
pavements, and other facilities from damage by settlement, lateral movement, undermining,
washout, and other hazards created by any excavation operations.
2.10 EXISTING UTILITIES
The contractor shall locate existing underground utilities in excavation areas. If utilities are
indicated to remain, the contractor shall support and protect services during excavation
operations.
When uncharted or incorrectly charted utilities are discovered, the contactor shall contact the
utility immediately for instructions. The contractor shall provide temporary utility services to
the affected areas. The contractor must provide a minimum of 48 hours’ notice to the City prior
to utility interruption.
2.11 WORKMANSHIP AND INSPECTIONS
All work under this contract shall be performed in a skillful and efficient manner, and the work
executed to the highest industry standards. The contractor and its employees shall be professional
and courteous at all times. The City may, in writing, require the contractor to remove any employee
from work for a reasonable cause, as determined by the City. Further, the City will, from time to
time, make inspections of the work performed under the contract. An inspection by the City does
not relieve the contractor of the responsibility for meeting the work requirements.
2.12 RETAINAGE
To ensure faithful performance of the contract, and as allowed by Florida Statutes, the City may
retain 5% of the earned sum, when payment is due, until 100% of the project is completed. The
amounts withheld may be included in the final payment. Any subcontract that provides for similar
progress payments shall be subject to the same limitations. However, all subcontracts and
material suppliers must be paid in full prior to the City making final payment to the contractor.
2.16 CORRECTION OF DEFECTS
For a period of one year from the date of completion of the work, the contractor is required, at
its expense, to correct any work element that is found not to be in conformance with the work
ITB2024-160PS
Miscellaneous Public Works Projects
Page 22 of 23
requirements or due to faulty materials or installation which may occur. The contractor shall, at
no expense to the City, replace any defective materials during the period of guarantee. The
contractor shall correct such work within five (5) working days after written notice from the City.
2.17 TIME EXTENSIONS FOR WEATHER
The work time/project completion time will not be extended due to inclement weather conditions
that are normal to the general locality of the work site. The contractor must include in its
proposed completion schedule an allowance for workdays (based on a 5-day workweek) which,
according to historical data, may not be suitable for construction work.
2.18 WORK AFTER-HOURS, ON WEEKENDS, AND HOLIDAYS
The City, at its discretion, may allow the contractor to perform work after normal business hours,
on weekends, and on City holidays. The City and contractor shall work together in good faith to
finalize a reasonable schedule that allows the work to be performed expeditiously with the least
amount of disruption as possible.
2.19 COMPLETION OF WORK AND DELIVERY
All work shall be performed, and all deliveries made in accordance with good commercial practice.
The work schedule and completion dates shall be adhered to by the contractor, except in such
cases where the completion date is delayed due to acts of nature, force majeure, strikes, or other
causes beyond the control of the contractor. In such cases, the contractor shall notify the City of
the delays in advance of the original completion date, so that a revised delivery schedule can be
appropriately considered by the City.
2.20 FAILURE TO DELIVER OR COMPLETE WORK
In addition to any provisions for liquidated damages, should the contractor fail to deliver or
complete the work within the time stated in the purchase order, it is hereby agreed and
understood that the City reserves the right to cancel the purchase order and secure the services
of another contractor to complete the work. If the City exercises this right, the City shall be
responsible for paying the contractor only for work which was completed, and items delivered
and accepted by the City in accordance with the work specifications. The City may, at its option,
demand payment from the contractor, through an invoice or credit memo, for any additional costs
over and beyond the original work price which were incurred by the City as a result of having to
secure the services of another contractor.
2.21 ACCIDENT PREVENTION AND BARRICADES
Precautions shall be exercised at all times for the protection of persons and property by the
contractor. All persons performing services or delivering goods under this contract shall conform
to all relevant OSHA, State and City regulations during the course of such an effort. Any fines
levied by the above-mentioned authorities for failure to comply with these requirements shall be
borne solely by the contractor. Barricades shall be provided by the contractor when work is
performed in areas traversed by persons, or when deemed necessary by the City.
2.22 OMISSIONS IN SPECIFICATIONS
The statement of work or description of items contained in the purchase order describes the
various functions and classes of work required as necessary for the completion of the project. Any
omissions of inherent technical functions or classes of work within the specifications and/or
statement of work shall not relieve the contractor from furnishing, installing, or performing such
work where required to the satisfactory completion of the project.
ITB2024-160PS
Miscellaneous Public Works Projects
Page 23 of 23
SECTION 3
PRICING SCHEDULE
3.1 PRICES AND RATES
Bidders must complete the online Pricing Schedule (attached here in detail as Exhibit B, Pricing
Schedule) in the electronic bidding portal.
If the Pricing Schedule is submitted as an uploaded PDF, the City reserves the right to deem the
bidder non-responsive. The Pricing Schedule must be in the Excel format in the online
procurement portal.
3.2 REQUIRED SUBMITTALS
Please upload all other information as PDFs.
a. Subcontractor listing/information, if applicable.
b. Copies of certifications/licenses.
c. Complete, sign, and submit the supplemental FEMA clauses.
3.3 EXHIBITS
The following exhibits are attached and incorporated into this solicitation. The bidder must
complete and submit these forms to the City to be considered for evaluation and award under
this solicitation.
a. Exhibit A – FEMA Mandatory Supplemental Clauses
b. Exhibit B – Pricing Schedule
Page 1 of 8
City of Palm Beach Gardens
10500 North Military Trail, Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
ITB2024-160PS
MISCELLANEOUS PUBLIC WORK PROJECTS
EXHIBIT A
FEMA
MANDATORY SUPPLEMENTAL CLAUSES
Page 2 of 8
1. FEMA GUIDELINES
All work performed under the contract resultant from this solicitation shall be in compliance with
the rules, regulations, and guidelines of the Federal Emergency Management Agency, as
applicable. The Contractor must comply with the terms and conditions of the FEMA supplemental
clauses which are attached to and incorporated into this solicitation.
2. USE OF CONTRACT
Although this contract is intended to primarily support the City’s operations during non-
emergency events, the City reserves the right to obtain relevant goods or services from the
contractors, subject to the existing terms and conditions, for use during hurricane and disaster
events or emergencies.
3. REQUIRED CLAUSES FROM FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
The Federal Emergency Management Agency (FEMA) requires that the following terms and
conditions be incorporated into this contract.
The contractor acknowledges and agrees to adhere to the specific requirements of these clauses.
A. DEFINITIONS
1) Federally Assisted Construction Contract. The regulation at 41 C.F.R. § 60-1.3 defines a
federally assisted construction contract” as “any agreement or modification thereof
between any applicant and a person for construction work which is paid for in whole or
in part with funds obtained from the Government or borrowed on the credit of the
Government pursuant to any Federal program involving a grant, contract, loan,
insurance, or guarantee, or undertaken pursuant to any Federal program involving such
grant, contract, loan, insurance, or guarantee, or any application or modification thereof
approved by the Government for a grant, contract, loan, insurance, or guarantee under
which the applicant itself participates in the construction work.”
2) Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines “construction work” as
the construction, rehabilitation, alteration, conversion, extension, demolition or repair
of buildings, highways, or other changes or improvements to real property, including
facilities providing utility services. The term also includes the supervision, inspection,
and other onsite functions incidental to the actual construction.”
B. ANTI DISCRIMINATION
During the performance of this contract, the contractor agrees as follows:
1. The contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, sex, or national origin. The
contractor shall take affirmative action to ensure that applicants are employed,
and that employees are treated during employment without regard to their race,
color, religion, sex, or national origin. Such action shall include, but not be limited
to the following: Employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The
Page 3 of 8
contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices to be provided setting forth the provisions of
this nondiscrimination clause.
2. The contractor shall, in all solicitations or advertisements for employees placed
by or on behalf of the contractor, state that all qualified applicants will receive
considerations for employment without regard to race, color, religion, sex, or
national origin.
3. The contractor shall not discharge or in any other manner discriminate against
any employee or applicant for employment because such employee or applicant
has inquired about, discussed, or disclosed the compensation of the employee or
applicant or another employee or applicant. This provision shall not apply to
instances in which an employee who has access to the compensation information
of other employees or applicants as a part of such employee’s essential job
functions discloses the compensation of such other employees or applicants to
individuals who do not otherwise have access to such information, unless such
disclosure is in response to a formal complaint or charge, in furtherance of an
investigation, proceeding, hearing, or action, including an investigation
conducted by the employer, or is consistent with the contractor’s legal duty to
furnish information.
4. The contractor shall send to each labor union or representative of workers with
which he has a collective bargaining agreement or other contract or
understanding, a notice, to be provided by the agency contractor office, advising
the labor union or workers' representatives of the contractor’s commitments
under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall
post copies of the notice in conspicuous places available to employees and
applicants for employment.
5. The contractor shall comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
6. The contractor shall furnish all information and reports required by Executive
Order 11246 of September 24, 1965, and by rules, regulations, and orders of the
Secretary of Labor, or pursuant thereto, and will permit access to its books,
records, and accounts by the contracting agency and the Secretary of Labor for
purposes of investigation to ascertain compliance with such rules, regulations,
and orders.
7. In the event of the contractor’s noncompliance with the nondiscrimination
clauses of this contract or with any of such rules, regulations, or orders, this
contract may be canceled, terminated, or suspended in whole or in part and the
contractor may be declared ineligible for further Government Contracts or
federally assisted construction contracts in accordance with procedures
authorized in Executive Order 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order
Page 4 of 8
11246 of September 24,1965, or by rule, regulation, or order of the Secretary of
Labor, or as otherwise provided by law.
8. The contractor shall include the provisions of paragraphs (1) through (8) in every
subcontract or purchase order unless exempted by rules, regulations, or orders
of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246
of September 24, 1965, so that such provisions will be binding upon each
subcontract contractor. The contractor shall take such action with respect to any
subcontract or purchase order as may be directed by the Secretary of Labor as a
means of enforcing such provisions including sanctions for noncompliance:
Provided, however, that in the event the Contractor becomes involved in, or is
threatened with, litigation with a subcontractor contractor as a result of such
direction, the contractor may request the United States to enter into such
litigation to protect the interests of the United States.
C. COMPLIANCE COPELAND ANTI-KICKBACK ACT
1) The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements
of 29 C.F.R. Part 3 as may be applicable, which are incorporated by reference into this
contract.
2) Subcontracts. The contractor or subcontractor shall insert in any subcontract the clause
above and such other clauses as FEMA may require, and a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime
contractor shall be responsible for the compliance by any subcontractor lower tier
subcontractor with all of these Contract clauses.
3) Breach. A breach of the Contract clauses above may be grounds for termination of the
contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R.§
5.12.
D. WORK HOURS AND SAFETY STANDARDS ACT
Compliance with Work Hours and Safety Standards Act.
1) Overtime requirements. No contractor or subcontractor for any part of the contract work
which may require or involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which he or she is employed on
such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-halftimes the basic
rate of pay for all hours worked in excess of forty hours in such workweek.
2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (1) of this section the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract
for the District of Columbia or a territory, to such District or to such territory), for
liquidated damages. Such liquidated damages shall be computed with respect to each
Page 5 of 8
individual laborer or mechanic, including watchmen and guards, employed in violation of
the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar
day on which such individual was required or permitted to work in excess of the standard
workweek of forty hours without payment of the overtime wages required by the clause
set forth in paragraph (1) of this section.
3) Withholding for unpaid wages and liquidated damages. The City of Palm Beach Gardens
shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on
account of work performed by the contractor or subcontractor under any such contract
or any other Federal contract with the same prime subcontractor, or any other federally-
assisted contract subject to the Contract Work Hours and Safety Standards Act, which is
held by the same prime contractor, such sums as may be determined to be necessary to
satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph (2) of this section.
4) Subcontractors. The contractor or subcontractor shall insert in any subcontract the
clauses set forth in paragraph (1) through (4) of this section and a clause requiring the
subcontractor to include these clauses in any lower tier subcontractors. The prime
contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.
E. CLEAN AIR ACT
1) The contractor agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
2) The contractor agrees to report each violation to the City of Palm Beach Gardens and
understands and agrees that the City of Palm Beach Gardens will, in tum, report each
violation as required to assure notification to the Federal Emergency Management
Agency, and the appropriate Environmental Protection Agency Regional Office.
3) The contractor agrees to include these requirements in each subcontract exceeding
100, 000 financed in whole or in part with Federal assistance provided by FEMA.
F. FEDERAL WATER POLLUTION CONTROL ACT
1) The contractor agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251
et seq.
2) The contractor agrees to report each violation to the City of Palm Beach Gardens and
understands and agrees that the City of Palm Beach Gardens will, in tum, report each
violation as required to assure notification to the Federal Emergency Management
Agency, and the appropriate Environmental Protection Agency Regional Office.
3) The contractor agrees to include these requirements in each subcontract exceeding
100,000 financed in whole or in part with Federal assistance provided by FEMA.
Page 6 of 8
G. SUSPENSION AND DEBARMENT
1) This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2 C.F.R. Part
3000. As such the contractor is required to verify that none of the subcontractor, its
principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905)
are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
2) The contractor must comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000,
subpart C and must include a requirement to comply with these regulations in any lower
tier covered transaction into which it enters.
3) This certification is a material representation of fact relied upon by the City of Palm Beach
Gardens. If it is later determined that the contractor did not comply with 2 C.F.R. Part 180,
subpart C and 2 C.F.R. Part 3000, subpart C, in addition to remedies available to the City
of Palm Beach Gardens, the Federal Government may pursue available remedies,
including but not limited to suspension and/or debarment.
4) The contractor agrees to comply with the requirements of 2 C.F.R. Part 180, subpart C
and 2 C.F.R. Part 3000, subpart C while this offer is valid and throughout the period of any
contract that may arise from this offer. The contractor or contractor further agrees to
include a provision requiring such compliance in its lower tier covered transactions.
H. BYRD ANTI-LOBBYING AMENDMENT, 31 U.S.C. § 1352 (AS AMENDED)
Contractors who apply or bid for an award of $100,000 or more shall file the required
certification. Each tier certifies to the tier above that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to
influence an officer or employee of any agency, a member of Congress, officer or
employee of Congress, or an employee of a member of Congress in connection with
obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352.
Each tier shall also disclose any lobbying with non-Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from tier
to tier up to the recipient.
APPENDIX A, 44 C.F.R. PART 18- CERTIFICATION REGARDING LOBBYING Certification for
Contracts, Grants, Loans, and Cooperative Agreements
The contractor must review and agree to the Certification Regarding Lobbying.
I. PROCUREMENT OF RECOVERED MATERIALS
1) In the performance of this contract, the contractor shall make maximum use of products
containing recovered materials that are EPA- designated items unless the product cannot
be acquired-
i) Competitively within a timeframe providing for compliance with the contract
performance schedule.
Page 7 of 8
ii) Meeting contract performance requirements; or
iii) At a reasonable price.
2) Information about this requirement is available at EPA's Comprehensive Procurement
Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is
available at http://www.epa.gov/cpg/products.htm.
J. ACCESS TO RECORDS
The following access to records requirements applies to this Contract:
1) The contractor agrees to provide the City of Palm Beach Gardens, the FEMA
Administrator, the Comptroller General of the United States, or any of their authorized
representatives access to any books, documents, papers, and records of the contractor
which are directly pertinent to this Contract for the purposes of making audits,
examinations, excerpts, and transcriptions.
2) The contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
3) The contractor agrees to provide the FEMA Administrator or his authorized
representatives access to construction or other work sites pertaining to the work being
completed under the Contract.
K. DISASTER RESPONSE SERVICES (DRS) SEAL, LOGO, AND FLAGS
The contractor shall not use the DRS seal(s), logos, crests, or reproductions of flags or likenesses
of DRS agency officials without specific FEMA pre- approval.
L. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS
This is an acknowledgement that FEMA financial assistance will be used to fund the contract only.
The contractor shall comply with all applicable federal law, regulations, executive orders, FEMA
policies, procedures, and directives.
M. NO OBLIGATION BY FEDERAL GOVERNMENT
The Federal Government is not a party to this contract and is not subject to any obligations or
liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter
resulting from the contract.
N. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS
The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to the contractor’s actions pertaining to this contract.
Page 8 of 8
By signing this document, the contractor certifies that it satisfies all legal requirements as an entity to do
business with the City of Palm Beach Gardens, including all Conflict of Interest and Code of Ethics
provisions, and to be bound by the terms and conditions of the FEMA Supplemental Clauses.
Contractor’s Name:
Contractor’s Principal Address:
Primary Telephone Number: _____________________________________
Email Address: ________________________________________________
Federal Employer Identification Number: _________________________________________
Signature: __________________________________________________________________
Signature of authorized official)
Print Name: ___________________________________________
Title: _________________________________________________
Date: _________________________________________________
1.Invitation to Bid Package
7 (6 Mandatory Requirement) - 7/7
1.1.Terms and Conditions
Group - 1 Questions - 1/1
1.1.1.Do you agree to the General Terms and Conditions that are applicable to all vendors, contractors, or individuals, who provide goods
and/or services to the City of Palm Beach Gardens, Florida? (see attached)
By selecting "yes" you are agreeing to the General Terms and Conditions
By selecting "no" your response may be deemed non-responsive.
Yes/No response - Mandatory Requirement
Y e s
No
MR missed
Flying Scot Inc:
Yes
1.2.Invitation to Bid
Group - 1 Questions - 1/1
1.2.1.By selecting "yes" you are agreeing that you have read the required Invitation to Bid
By selecting "no" your response may be deemed non-responsive.
Yes/No response - Mandatory Requirement
Y e s
No
MR missed
Flying Scot Inc:
Yes
1.3.Required Affidavits and Forms
Group - 2 Questions - 2/2
QuestionnaireT10219 - Export offer 22464 - Exported on Jun 07, 2024 (Fri), 3:09 PM 1/4
1.3.1.AFFIDAVITS AND FORM S
All affidavits and forms attached below must be acknowledged and the Incorporation Affidavit must be re-uploaded after being completed
by an official having legal authorization to contractually bind the Bidder. These affidavits and forms represent a binding commitment upon
the Bidder to provide the goods or services offered to the City.
1. Notification of Public Entity Crimes Law
2. Notification of Public Records Law
3. Drug-Free Workplace
4. Conflict of Interest Disclosure
5. Non-Collusion Affidavit
By submitting an offer for this Invitation to Bid, the Bidder acknowledges to reading and accepting the provisions and requirements of the
above forms as legally and contractually binding on the Bidder.
INCORPORATION AFFIDAVIT
The Incorporation Affidavit must be completed by an official having legal authorization to contractually bind the Bidder and be duly
stamped and signed by a Notary Public and submitted with your bid.
Please read all forms attached and then download, fill out, and upload a signed and notarized Incopor ation Addidav it, also found below.
Document upload - Mandatory Requirement
Flying Scot Inc:
PBG itb 2024 160pc incorporation aff..(604626).pdf
1.3.2.By selecting "Yes" the bidder acknowledges receipt of ALL addenda. Once selected, the bidder will be prompted to enter their name, date,
and time. This will se rv e as an e le ctronic signature . By selecting "No" your response will be disqualified.
Yes/No response - Mandatory Requirement
Y e s - triggers
No
MR missed
Flying Scot Inc:
Yes
Conditional question when answer is Yes:
Ple ase e nte r your name , date , and time of day in the Fill-Out option be low. This se rv e s as a le gally binding e le ctr onic
signature .
BY SIGNING, THE PROPOSER AGREES TO ALL TERM S AND CONDITIONS OF THIS SOLICITATION AND THE RESULTING
CONTRACT AND AGREEM ENT.
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF PROPOSER TO BE BOUND BY THE TERM S OF ITS
PROPOSAL, FOR NOT LESS THAN 90 DAY S, AND THE PROPOSER’S UNEQUIVOCAL OFFER TO BE BOUND BY THE TERM S AND
CONDITIONS SET FORTH IN THIS SOLICITATION. FAILURE TO SIGN THIS SOLICITATION WHERE INDICATED ABOVE BY AN
AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-RESPONSIVE. THE CITY M AY , HOWEVER, IN ITS SOLE
DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED DOCUM ENT WHICH UNEQUIVOCALLY BINDS THE
PROPOSER TO THE TERM S OF ITS PROPOSAL.
Open text response - Mandatory Requirement
Flying Scot Inc:
Shawn Cunningham 06/04/2024 2pm
QuestionnaireT10219 - Export offer 22464 - Exported on Jun 07, 2024 (Fri), 3:09 PM 2/4
Please Note:
FORMATS OF BONDS AND OTHER FORMS
If the Request for Proposals requires any bonds, the sample formats and wording that are acceptable to the City can be found at
www.pbgfl.com/purchasing for the following documents:
1. Performance Bond
2. Payment Bond
3. Letter of Credit
4. Proposal Bond
5. Construction Bond
6. Draft Agreement for Goods or Services
1.4.Exhibits and Attachments
Group - 1 Questions - 1/1
1.4.1.Please download the following Exhibits attached below, as outlined in the Scope of Services.
By selecting "yes" you are agreeing that you have reviewed the attached exhibits
By selecting "no" your response may be deemed non-responsive.
Yes/No response - Mandatory Requirement
Y e s
No
MR missed
Flying Scot Inc:
Yes
1.5.Electronic Signature
Group - 1 Questions - 1/1
QuestionnaireT10219 - Export offer 22464 - Exported on Jun 07, 2024 (Fri), 3:09 PM 3/4
1.5.1.Ele ctronic Signatur e
All references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by
means of clicking the "Submit" button (or other similar symbol or process) attached to or logically associated with the response created by
the respondent within the City's Platform. The Supplier agrees that the action of electronically submitting its response constitutes:
an electronic signature on the response, generally,
an electronic signature on any form or section specifically calling for a signature, and
an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement.
an affirmative acknowledgement that any employee submitting the response under the Suppliers account has been authorized to
submit such a response.
BY SIGNING THIS DOCUMENT, THE PROPOSER AGREES TO ALL TERMS AND CONDITIONS OF THIS SOLICITATION AND THE
RESULTING CONTRACT AND AGREEMENT. THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF
PROPOSER TO BE BOUND BY THE TERMS OF ITS PROPOSAL, FOR NOT LESS THAN 90 DAYS, AND THE PROPOSER’S
UNEQUIVOCAL OFFER TO BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS SOLICITATION. FAILURE TO SIGN THIS
SOLICITATION WHERE INDICATED ABOVE BY AN AUTHORIZED REPRESENTATIVE SHALL RENDER THE PROPOSAL NON-
RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY PROPOSAL THAT INCLUDES AN EXECUTED
DOCUMENT WHICH UNEQUIVOCALLY BINDS THE PROPOSER TO THE TERMS OF ITS PROPOSAL.
Yes/No response - Mandatory Requirement
Y e s - triggers
No
MR missed
Flying Scot Inc:
Yes
Conditional question when answer is Yes:
Ple ase e nte r your name , date , and time of day in the Fill-Out option be low. This se rv e s as a le gally binding e le ctr onic
signature .
Open text response - Mandatory Requirement
Flying Scot Inc:
Shawn Cunningham 06/04/2024 2pm
1.6.UPLOAD INFORMATION HERE
Group - 1 Questions - 1/1
1.6.1.PLEASE UPLOAD YOUR COMPLETED EXHIBIT B, PRICING SCHEDULE, AT THIS LOCATION.
THE PRICING SCHEDULE M UST BE IN EXCEL.
YOU SHOULD ALSO UPLOAD COPIES OF LICENSES, AND OTHER DOCUMENTS, ETC. AT THIS LOCATION.
Document upload
Flying Scot Inc:
PBG ITB2024-160PS, Exhibit B, Prici..(604627).xlsx PBG itb2024
160ps bid posting(604630).pdf PBG itb2024 160ps insurance
certific..(604631).pdf PBG itb2024 160ps bid(604629).pdf PBG
itb2024 160ps addendum 1 2 and 3(604628).pdf PBG itb2024
160ps submittals a b and c(604632).pdf
QuestionnaireT10219 - Export offer 22464 - Exported on Jun 07, 2024 (Fri), 3:09 PM 4/4
ITB2024-160PSSection3, Pricing Schedule (Excel)
NO.DESCRIPTION QUANTITY UNIT UNITPRICE
SCHEDULE OFVALUES AND RATES
Areas
ofSpecificWork1Removalsawcutanddisposalof4" thick concrete 1000 SF $1.75
2 Removal sawcut anddisposal of6" thick concrete 1000 SF $2.25
3 F&I4" concrete withwire 1000 SF $3.00
4 F&I, 4" concrete without wire 1000 SF $3.00
5 F&I, 4" concretewithpolypropylenefibermixreinforce 1000 SF $3.00
6 F&I, 6" concrete withpolypropylene fibermixreinforce 1000 SF $4.00
7 F&I, 6" concrete withwire 1000 SF $4.00
8 F&I, 6" concrete without wire 1000 SF $4.00
9 F&I, 6" perviousconcrete 1000 SF Nobid
10 F&I, 4" stamped concrete withwire 500 SF $14.00
11 F&I, 4" stamped concrete withoutwire 500 SF $15.00
12 F&I, 6" stamped concrete withwire 500 SF $17.00
13 F&I, 6" stamped concrete withoutwire 500 SF $16.00
14 F&I, 8" pervious concrete 1,000 SF Nobid
15 F&I, FDOTconcrete bumper guard 50 EA Nobid
16F&I, ADA-compliantdetectablesurface 50 SF Nobid
17 F&I, ADA-compliant welded aluminum handrail, FDOTStandard Index862 - 42"100 LF Nobid
18 F&I, FDOTType "A" curb - byhand 200 LF Nobid
19 F&I, FDOTType "A" curb - bymachine 200 LF Nobid
20 F&I, FDOTType "B" curb - byhand 200 LF Nobid
21 F&I, FDOTType "B" curb - bymachine 200 LF Nobid
22 F&I, FDOTType "D" curb - byhand 200 LF Nobid
23F&I, FDOTType "D" curb - bymachine 200 LF Nobid
24 F&I, FDOTType "E" curb - byhand 200 LF Nobid
25 F&I, FDOTType "E" curb - bymachine 200 LF Nobid
26 F&I, FDOTType "F" curb - byhand 200 LF Nobid
27 F&I, FDOTType "F" curb - bymachine 200 LF Nobid
28 F&I, FDOTValleyGutter - byhand 200 LF Nobid
29 F&I, FDOTvalley Gutter - bymachine 200 LF Nobid
30 F&I, FDOTShoulderGutter - byhand 200 LF Nobid
31 F&I, FDOTShoulder Gutter - bymachine 200 LF Nobid
32 F&I, FDOTasphaltic concrete curb 500 LF Nobid
33 F&I, conduit - 2" (18" - 24" depth)1,000 LF Nobid
34 Installationonlyofconduit - 2" (18" - 24" depth)1,000 LF Nobid
35 F&I, conduit - 4" (18" - 24" depth)500 LF Nobid
36 F&I, conduit - 6" (18" - 24" depth)500 LF Nobid
37 F&I, conduit - 2" (24" - 36" depth)1,000 LF Nobid
38 Installation onlyofconduit - 2" (24" - 36" depth)1,000 LF Nobid
39 F&I, conduit - 4" (24" - 36" depth)500 LF Nobid
40 F&I, conduit - 6" (24" - 36" depth)500 LF Nobid
41 F&I, 2' x2' pullboxes (includes weeps andground rods)20 EA Nobid
42 Installation 2' x2' pullboxes 20 EA Nobid
43 F&I, pullwirewithinconduit 3,000 LF Nobid
44 F&I, tracingwirewithinconduit (#12Cu)500 LF Nobid
45 Supply, placeandcompact cleanfill 2,000 CY Nobid
46 StopSignw/ StreetNameBladesMounted onNewPost (R-140A-D)20 EA Nobid
47 StakedSiltFence 5,000 LF Nobid
48 F&I, natural stoneriprapw/filterfabric 50 TN Nobid
49 F&I, broken concrete riprapw/filterfabric 50 TN Nobid
50 Supplyandinstallsand-cement riprapw/filterfabric 50 CY Nobid
51 Specialsawcutsforpavement andconcrete 200 LF $5.00
52 Removal anddisposal ofexistingdriveway culvert pipe 10 LF Nobid
53 Regular Excavation (Including Removal & Disposal)1,000 CY Nobid
54 F&I, Bahiasod - upto1,000SF 1,000 SF Nobid
55 F&I, Bahiasod - over1,000SF 20,000 SF Nobid
56 F&I, Floratam sod - upto1,000SF 1,000 SF Nobid
57 F&I, Floratam sod - over1,000SF 20,000 SF Nobid
58 F&I, FDOTseedandmulchmix 20,000 SF Nobid
59 Furnish operator, watertruckandirrigatesodorseedmix 8 HR Nobid
60 FDOTguardrailwithnoendtreatment, FDOTStandard Index400 100 LF Nobid
61 FDOTguardrailwithendtreatment, FDOTStandard Index400 100 LF Nobid
62 Re-gradeswales - upto1,000CY 1,000 CY $20.00
63 Re-gradeswales - over1,000CY 4,000 CY $19.00
64 Canalwashoutrepair (sandandsilt)10 CY Nobid
65 Canalexcavation (60' ROW) - upto1,000CY 1,000 CY Nobid
66 Canalexcavation (100' ROW) - upto1,000CY 1,000 CY Nobid
67 Canalexcavation (0' ROW) - over1,000CY 4,000 CY Nobid
68 Canalexcavation (100' ROW) - over1,000CY 4,000 CY Nobid
69 Lakecanalbankrestoration (washoutrepair)10 CY Nobid
70 F&I, TypeSIIIasphalt overlay - 1"7,000 TN Nobid
71 Millexistingpavement (3/4" - 1" avg)10,000 SY Nobid
72 Pavement replacement w/2" TypeS 1,000 SY Nobid
d hl h 10 EA Nobid
74 Adj t lb ithi 10 EA Nobid
l 10 EA Nobid
76 Jackandbore - 4"200 LF Nobid
77 Directional bore - 4"200 LF Nobid
78 Jackandbore - 6"200 LF Nobid
79 Directional bore - 6"200 LF Nobid
80 12" stabilized subgrade LBR40 - SmallQuantity 1to100SY 100 SY Nobid
81 12" stabilized subgrade, LBR40 5,000 SY Nobid
82 Optional BaseGroup4, 6, 9SmallQuantity 1to100SY 100 SY Nobid
83 Optional BaseGroup6TYPEB-125inplacetoline & grade (includes excavation compaction andmaterial removal)2,500 SY Nobid
84 Optional BaseGroup6cemented coquina shellbasecompacted to98% AASHTO T180, LBR100, primed & sanded, inplacetoline & grade (Includes excavation)1,500 SY Nobid
85 OptionalBaseGroup4CementedCoquina (LBR100)1,000 SY Nobid
86 Optional BaseGroup9Cemented Coquina (LBR100)1,000 SY Nobid
87 Guardrail, galvanized, W-beamwithtimberpostinstalled toFDOTSpecs.1,000 LF Nobid
88 Guardrail, galvanized, W-beamwithgalvanized steelpostinstalled toFDOTSpecs.500 LF Nobid
89 CatchBasin DitchBottom InletType-C < 5'6 EA Nobid
90 CatchBasin, DitchBottom InletType-E < 6'6 EA Nobid
91 Guardrail EndAnchorage Treatment, ParallelSegment, Installed toFDOTIndex536 8 EA Nobid
92 GuardrailEndAnchorageTreatmentFlaredSegmentInstalledtoFDOTIndex536 8 EA Nobid
93 RCP/Equivalent ERCP, 15" - 24" SmallQuantity, 1to50LF 50 LF Nobid
94 RCP/Equivalent ERCP, 30" - 36" SmallQuantity 1to50LF 50 LF Nobid
95 15" CMP 400 LF Nobid
96 18" CMP 400 LF Nobid
97 24" CMP 400 LF Nobid
98 30" CMP 100 LF Nobid
99 36" CMP 100 LF Nobid
100 12" X18" Elliptical RCP 500 LF Nobid
101 14" X23" Elliptical RCP 500 LF Nobid
102 15" RCP 400 LF Nobid
103 18" RCP 400 LF Nobid
104 24" RCP 400 LF Nobid
105 30" RCP 100 LF Nobid
106 36" RCP 100 LF Nobid
107 15" HDPE 400 LF Nobid
108 18" HDPE 400 LF Nobid
109 24" HDPE 400 LF Nobid
110 30" HDPE 100 LF Nobid
111 36" HDPE 100 LF Nobid
112 2" PVC 100 LF Nobid
113 3" PVC 100 LF Nobid
114 4" PVC 100 LF Nobid
115 6" PVC 100 LF Nobid
102 Mitered EndSection (15" RCP)6 EA $ 25000
103 MiteredEndSection (18" RCP)6 EA $ 30000
104 Mitered EndSection (24" RCP)6 EA $ 35000
105 MiteredEndSection (30" RCP)6 EA $ 40000
106 Mitered EndSection (36" RCP)6 EA $ 50000
107 Mitered EndSection (12x18RCP)2 EA $ 30000
108 Mitered EndSection (14x23RCP)2 EA $ 35000
109 Concrete EndWalls (Typ. PerFDOTStandard lndex #250)100 CY $ 50000
110 RoadwayOpenCut-60" WideX5' DeepIncludingBackfill & Base (TypPerMartinCountyStandardDetailR-31A & R-31B)5 EA Nobid
111 Roadway OpenCut-60" WideX5' DeepIncluding Backfill & Base (TypPerMartin CountyStandard DetailR-31A & R-31B) - Without 50' Overlay 5 EA Nobid
112 StrawBales (18X18X36)100 EA Nobid
113 Floating Turbidity Barrier 100 LF Nobid
114 Standard mailboxand/orstandard trafficcontrol sign (singlepost) removal & relocate 10 EA Nobid
115 Type-F (6x40) TrafficLoop 4 EA Nobid
116 As-Builts/2-ManSurveyCrew 80 HR Nobid
117 Infiltration Drainage Crew 300 HR Nobid
118WellpointSystem 300 HR Nobid
119 Asphalt Removal andRestoration 10,000 SF Nobid
Pavement Marking
120 Thermoplastic Pavement Marking, Compound Lines
a Thermo Plastic SmallQuantity Lessthan1,000LF (
Yellow/WhiteSolid/Skip6" 18")
1,000 LF Nobid
b ThermoPlastic (YellowSkip6") 10-30or3-9 10 GM Nobid
c ThermoPlastic (WhiteSkip6") 10-30or3-9 10 GM Nobid
d ThermoPlastic (YellowSkip6" ) 10-30or3-9 1,000 LF Nobid
e ThermoPlastic (WhiteSkip6" ) 10-30or3-9 1,000 LF Nobid
f Thermo Plastic (YellowSolid6")15,000 LF Nobid
g Thermo Plastic (WhiteSolid6" )15,000 LF Nobid
h ThermoPlastic (YellowSolid8")1,000 LF Nobid
i Thermo Plastic (WhiteSolid8" )1,000 LF Nobid
j ThermoPlastic (WhiteSolid12")1,000 LF Nobid
k Thermo Plastic (WhiteSolid18")500 LF Nobid
l ThermoPlastic (YellowSolid18")500 LF Nobid
m Thermo Plastic ( StopBar12')100 EA Nobid
n Thermo Plastic (Arrows)10 EA Nobid
o Thermo Plastic (Railroad)4.00 EA Nobid
121ArrowsandMessages - WhiteOnly, Furnish & Install
a Turnarrow 50 EA Nobid
b Straightarrow 30 EA Nobid
c Straight/Turnarrows; combination 20 EA Nobid
d Mergemessage 10 EA Nobid
e RXRmessage 8 EA Nobid
f Schoolmessage 10 EA Nobid
g Onlymessage 6 EA Nobid
h U-Turnmessage 10 EA Nobid
i Bikelanesymbol (diamond, arrow)20 EA Nobid
j Handicap message 40 EA Nobid
122RaisedReflectivePavementMarkers - Thermoplastic
a Redandamber; bi-directional 200 EA Nobid
b Amber; bi-directional 400 EA Nobid
c Whiteandred; bi-directional 1,600 EA Nobid
123 Raised Reflective Pavement Markers - Epoxy
a Redandamber; bi-directional 200 EA Nobid
b Amber; bi-directional 30 EA Nobid
c Whiteandred; bi-directional 40 EA Nobid
124 TrafficPaintLines
a White, 4"20,000 LF Nobid
b Yellow, 4"10,000 LF Nobid
c White, 6"20,000 LF Nobid
d Black, 6"200 LF Nobid
e Blue, 6"200 LF Nobid
f Yellow, 6"10,000 LF Nobid
g White, 18"200 LF Nobid
h White, 12"2,000 LF Nobid
i Yellow, 18"200 LF Nobid
j White , 24"1,000 LF Nobid
125ArrowsandMessages - White (FurnishandInstall)
a Straight/Combo Arrow 20 EA Nobid
b Turnarrow 50 EA Nobid
c Message (Only; School; MergeandStraight Arrow)10 EA Nobid
d 6" Numbers (PerDigit)10 EA Nobid
e 8" Numbers (PerDigit)10 EA Nobid
f 10" Numbers (PerDigit)10 EA Nobid
g 12" Numbers (PerDigit)10 EA Nobid
h 24" Numbers (PerDigit)10 EA Nobid
126FireLaneandNoParkingMessages - Yellow
a 4" Letters (PerLetter)40 EA Nobid
b 6" Letters (PerLetter)40 EA Nobid
c 8" Letters (PerLetter)40 EA Nobid
d 12" Letters (PerLetter)40 EA Nobid
e 4' Letters (PerLetter)100 EA Nobid
127Pavementmarkingremoval
a TrafficPaint 200 SF Nobid
b Thermoplastic 500 SF Nobid
c Cold (Preformed) Plastic 10 SF Nobid
d Construction Tape 500 LF Nobid
e Pavementmarkers 400 EA Nobid
128 Preformed (Cold) Plastic (InstallOnly)
a White, 24"100 LF Nobid
b Message (Only; School; Merge; U-Turn; BikeLane; etc.)20 EA Nobid
c Turnarrow 40 EA Nobid
129Preformed (Cold) Plastic (FurnishandInstall)
a WhiteorYellow, 6"500 LF Nobid
b White, 8"200 LF Nobid
c WhiteorYellow, 12"400 LF Nobid
d WhiteorYellow, 18"200 LF Nobid
e White, 24"100 LF Nobid
f Message (Only; School; Merge; Ramp; U-Turn; etc.)20 LF Nobid
g Turnarrow 50 LF Nobid
130 Miscellaneous (FurnishandInstall)
a ThermoplasticRumbleStrips (Index518)15 EA Nobid
b 9" Contrast tape 200 LF Nobid
c FlexibleDelineators (AllTypes)30 EA Nobid
d FoilBackTape 200 LF Nobid
131ItemsforFDOTand/orCityapprovedProjects
a 6" SolidWhitePaint 10,000 LF Nobid
b 6" SolidWhiteThermoplastic 10,000 LF Nobid
c 8" SolidYellowPaint 500 LF Nobid
d 8" SolidWhiteThermoplastic 1,000 LF Nobid
e 8" SolidYellowThermoplastic 1,000 LF Nobid
f 12" SolidWhitePaint 800 LF Nobid
g 12" SolidWhiteThermoplastic 800 LF Nobid
h 18" SolidWhitePaint 200 LF Nobid
i 18" SolidWhiteThermoplastic 200 LF Nobid
j 24" SolidWhitePaint 800 LF Nobid
k 24" SolidWhiteThermoplastic 800 LF Nobid
l 6" SolidYellowPaint 5,000 LF Nobid
m 6" SolidYellowThermoplastic 5,000 LF Nobid
n 18" SolidYellowPaint 200 LF Nobid
o 18" SolidYellowThermoplastic 200 LF Nobid
p 2x4SkipsWhitePaint 3,000 LF Nobid
q 2x4SkipsWhiteThermoplastic 3,000 LF Nobid
r 6x10SkipsWhitePaint 3,000 LF Nobid
s 6x10SkipsWhiteThermoplastic 3,000 LF Nobid
t 10x30SkipsWhitePaint 1,500 LF Nobid
u 10x30SkipsWhiteThermoplastic 1,500 LF Nobid
v 2x4SkipsYellowPaint 1,000 LF Nobid
w 2x4SkipsYellowThermoplastic 1,000 LF Nobid
x 6x10Skips YellowPaint 1,500 LF Nobid
y 6x10SkipsYellowThermoplastic 1,500 LF Nobid
z ReflectivepavementMarkers 400 EA Nobid
aa DirectionalArrowsPaint 20 EA Nobid
ab DirectionalArrowsThermo 20 EA Nobid
ac BikelaneSymbol w/Arrows ColdPlastic 30 SETS Nobid
ad PavementMessagesPaint 10 EA Nobid
ae Reflective Paint - IslandNose - White 4 SY Nobid
AnnualAsphaltMillingandPaving
132AsphaltPaving, per1-inchpaving/overlay, AsphaltType - SP9.5LevCorSIII 7,000 TN Nobid
133 TypeSP-95Traffic-CAsphalticConcreteplacebypavingmachineincludingtackmaterial & compaction (SmallQuantityassignment20tonsorless)20 TN Nobid
134 TypeSP-9.5Traffic-CAsphaltic Concrete placebypavingmachine, including tackmaterial & compaction (20tonto50tonassignments)500 TN Nobid
135 TypeSP-9.5Traffic-CAsphalticConcreteplacebypavingmachine, includingtackmaterial & compaction (51tonto150tonassignments)1,000 TN Nobid
136 TypeSP-95Traffic-CAsphalticConcreteplacebypavingmachineincludingtackmaterial & compaction (151tonto499tonassignments)2,500 TN Nobid
137 TypeSP-12.5Traffic-CAsphaltic Concrete placebypavingmachine, including tackmaterial & compaction (SmallQuantity assignment 20tonsorless)20 TN Nobid
138 TypeSP-12.5Traffic-CAsphalticConcreteplacebypavingmachine, includingtackmaterial & compaction (10tonto50tonassignments)500 TN Nobid
139 TypeSP-125Traffic-CAsphalticConcreteplacebypavingmachineincludingtackmaterial & compaction (51tonto150tonassignments)1,000 TN Nobid
140 TypeSP-12.5Traffic-CAsphalticConcreteplacebypavingmachine, includingtackmaterial & compaction (151tonto499tonassignments)2,500 TN Nobid
ll hl ( l dbh d d d d l )100 TN Nobid
hl d bl l db k h ( hl )( )1000 TN Nobid
143 AsphaltMillingper1-inchmill; IncludingmobilizationTTC & allincidentalwork & equipmenttoincludehaulingoffstockpilingorotherwisedisposingofmaterial 10000 SY
NobidMOTRentalofArrowBoardElectricUNITPERDAYNobid
145 MOTRentalofMessageBoardsElectric UNIT PERDAY Nobid
146MOTRentalofTrafficCones36-inchHigh (per50cones)50 PERDAY Nobid
lf d 50 ED Nobid
148 MOTRentalofBarricadesTypeII UNIT PERDAY Nobid
149 MOTRentalofBarricadesTypeIII UNIT PERDAY
NobidMOTRentalofJerseyBarrierUNITPERDAYNobid
l 1 ED Nobid
152WkZ Si 30 ED Nobid
ll ( ) 504 LF-WK Nobid
154 Materials Mark-up (foritemsnotincontract valuedupto $100000)$50000 %$10
1 3-ManCreww/PickupTruck HR $
26025-ManCreww/PickupTruck HR $
3753SupervisorHR$
554ForemanHR$
655WelderHRNobid6SkilledL:aborer HR $
407DayLaborer (Unskilled)HR $
358GradallHRNo bid
SCHEDULEOFEQUIPMENTANDOPERATORRATES
1
9 SkidLoader HR $
9010RubberTirebackhoe/Loader HR
Nobid11TrackbackhoeHRNobid12DumpTruckHR $
9513Flatbedw/Tractor HR
Nobid14FlatbedHRNobid15WellpointSystemHRNobid16JetPumpHRNobid17HydraulicSubmersiblePumpHRNobid18WeldingmachineHRNobid19PortableGeneratorHR $
5520QuickCutSaw HR $
5521Asphalt/Concrete Saw HR $
5522SteelWheelRoller
HR20023PlateTamperHR5524DumpTruck (15 - 20CY)HR $95
25 Chain Saw/Debris Clearing Hand Equipment HR $65
a Contractor'sRepresentative(s)
b TelephoneNumber(s)
c EmailAddress(es)
1 FDOTStandardPlansIndex102 Temporary TrafficControl (TTC) formerlyknownasMaintenance ofTrafficmustmeetlatestFDOTStandardPlans (FY202324) 2 Mobilization istobeincludedintheunitpricing
3 Wh it R d Sh ld T t t t ifidA hlt it it tti ld d tt tt tilldditi4Temporarystripingtobeincludedinthermoplasticunitpricesandshallnotbebilledseparately
5.
BiditemslabeledSmallQuantityareforsmall-scaledprojectswherethemobilization andadministration costsexceednormalmultipliers formaterialandlaborcosts. Theselineitemsareintendedto
incentivize thebiddertorespondtorequestsforproposals onsmall-scaleprojects. Theremaininglistedbiditemquantitiesareanaveragequantityforatypicalprojectscaleunderthiscontract.
BiddersaretoprovideabidfortheaveragequantityasshownontheBidForm. TheContractoristoaccountwiththeirbidthatsomeprojectswillhavelessitemquantitiesthanlisted; otherswillhave
ShawnCunningham5617235812
shawn@flyingscotinc.com
2
2.Pricing Schedule
2 (1 Mandatory Requirement) - 2/2
2.1.The Pricing Sche dule is av ailable as Exhibit B unde r Attachme nts.
Ple ase fill out your be st offe r in the attache d Exhibit B, Pricing Sche dule and upload it as part of your bid submittal.
Price - Mandatory Requirement
Flying Scot Inc:
1.00
2.2.Pricing Schedule is attached as Exhibit B, Pricing Schedule
Product list - 2 rows
Flying Scot Inc:
QuestionnaireT10219 - Export offer 22464 - Exported on Jun 07, 2024 (Fri), 3:09 PM 1/1
Description
PLEASE COMPLETE AND UPLOAD EXHIBIT B, PRICING SCHEDULE.
Enter $1 under C: Price above. Your actual bid pricing should be in Exhibit B, Pricing Schedule.
Quantity Price Total
1 $1.00 $1.00
1.00 $0.00
1.00
DocuSign Envelope ID: 2543 1B58-F451-41A2-87C2-F 460O49901 FC
EXHIBIT "B"
City of Palm Beach Gardens
ITB2024-160PS (B)
Miscellaneous Public Wo rks Projects
DocuSign Envelope ID : 25431B58-F451-41A2-87C2-F460O49901FC
r_
11,llOQ",_ •• --.. -·
II 11,ll'OO",_T_ .. _
1, ..,,_,_-r_ ...
l:I .,__.,_T_ .. ,,_
11 ......... ,_-:r_ ..
Jo ........ ,_ ... .,,.,, ... _
1' .,_,OOT,_ ... __ .. _
JI ·~-•-c..-... -...
IO f&l.000,--.. -
1.--r c,.··•·-
rnr••·-
l1 ___ .,, ___ _
SJ-I--•-
l,DOO ..
H ,.._ ___ 1,DOOII
M 1.1.JOOT_.,.. __
w -----------1111 fC>Ol_, .. _.., __ , __ ,_000
11 oor_.,,. ___ f"D01 __ ooo
11 ---·••··-..... u ..... ___ .....,a,
iu, .. -.. _i-_.,
r---
UtlTQ,,_ ... .,.
JA'Ulq
ti ~ .. , ... --,-.• .. ----.--,00•-•11
11 __ .,, _ _, __ ,,._ ...... .-......... JOOT-•HI
1110 .. _, ... _ .. -... ---···'""
o,._, ... _ .. ----., .... .,
u-,ir-..,,o
1 w ,1r-v
1,._..,,oo,_,_,o'iOI
t·---•-11vo..,.,_,..._ __ ._1,,aw,t1
o.,.,,c.ow-,1·-,..,.....-•-!Tw...,_,.,, ___ •1u1•1111
lU ,_..,_(tD"llUlj
IUI .. ___ "-
I" --a,--...., ,,, __
1:••----
i--•,-•H
n
p--.-!-•M
i•••u
j ----•11
r--11"1 __
l_..,,r,
U .00
IUOIHII! ......
DocuSign Envelope 10: 2543 1B58-F451-41A2-87C2-F460049901FC
u,.....i ,.,_,,,.. , .. _,_,.,._
r:a. __
c-•-.. -----...-...----
11 r-wu,,_.c_ c-,..,.,_.,._ ·-----•-1>1,_,.,,.
1-wu1,_<_""""-_.,_, ____ ..._ .... _., c,,,.,;,<.o_,,.
so I ,,,1_, ___ ,._ ... ___ .,..,_, __
MOO .... .., .. _,__
JII -Cot -
1u -•e>1JI.._ _____ _ ...
Certificate Of Completion
Envelop e Id : 25431 B58F45141A287C2 F460D4 990 1FC
Subject : Complete with Doc us ign : City of PB G, IT B2024-160PS (B), Fl yin g Scot.pdf
Source Enve lope:
Doc um e nt Pages: 10
Certifi cate Pages : 4
AutoNav: Enabled
Enve lo pe ld Stamping : Enabled
Sig natures: 1
Initia ls: 0
Tim e Zo ne: (UTC-05 :00 ) Eas tern Time (US & Ca nada)
Record Tracking
Status : Ori gina l
7/5 /2024 11 :55:44 AM
Signer Events
Shawn Edward Cunningham
Shawn@flyin gsco tinc.com
Pre sid ent
Security Leve l: Em a il, Acco unt Authent ica tion
None)
Electronic Record and Sign atu re Dis c losure :
Accepted: 7/5/2 024 12:02:51 PM
Hold er: Carly Lapidus
clapidu s@p bgfl .com
Signature
DocuSlgned by:
L~~.50~
Signature Adoption: Drawn on Dev ice
Using IP Address: 184.96.52.15
Signed us ing mobil e
ID: 7fa7b e78-01 a6-4eb5 -8924-abdee389abac
Company Name : City of Palm Beach Gard ens, FL
In Person Signer Events
Editor Delivery Events
Agent Delivery Events
Intermediary Delivery Events
Certified Delivery Events
Carbon Copy Events
Witness Events
Notary Events
Envelope Summary Events
Envelope Sent
Certified De livered
Signing Comp lete
Completed
Payment Events
Signature
Status
Status
Status
Status
Status
Signature
Signature
Status
Hashed /En crypted
Security Checked
Security Checked
Secu rity Checked
Sta t us
Electronic Record and Signature Disclosure
Sta tu s: Comp leted
Envelope Originator:
Carly Lap idus
10500 N Military Trail
Purcha sin g Departm en t
DocuSign·
Palm Beach Garden s, FL 334 10
clap idus@pbgfl.com
IP Address: 151.132.106.163
Loca ti on: DocuSig n
Timestamp
Sen t: 7/5/2024 11 :57: 11 AM
V iewed : 7/5/2024 12:02:5 1 PM
Sign ed : 7/5/2 024 12:04:29 PM
Timestamp
Times tamp
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
Timestamp
Timestamps
7/5/20241 1:57:11 AM
7/5/2024 12:02 :5 1 PM
7/5/20 24 12:04:29 PM
7/5/2024 12:04:29 PM
Timestamps
El ectro ni c Record a nd Signature Di sc los ure crea ted on: 8/28/2 020 9:33:42 AM
Parties ag reed to : Shawn Edward Cunni ngham
ELECTRONIC RECORD AND SIGNATURE DISCLOSURE
Fro m time to tim e, City of Palm Beach Gardens , FL (we , u s or Co mp any) m ay be required by
law to provide to yo u ce r ta in written notices or di sclosure s. Describ ed below are the terms and
con diti ons for providin g to yo u such notic es and di sclo sures electroni ca ll y through the DocuSign
system. Please r ead the information below carefully and thoroughly , an d if yo u can access this
inform at ion electronically to yo ur satisfaction and agree to thi s Electron ic Record and Signature
Disclo sure (ERSD), pl ease confirm your agreement by se lecting the check-box ne x t to 'I agree to
u se electro nic records and s ignature s' before clickin g 'CONTINUE' w ithin the DocuSign
sys tem.
Getting paper copies
At any time , you may requ est fro m us a paper copy of any record provided or mad e ava il abl e
elec tronically to yo u by us . You w ill have th e ability to download and print do cuments w e send
to you throu gh the DocuSign system during and imm edi ate ly after the s ignin g sessio n and , if you
elec t to create a DocuSig n acco unt, yo u may access th e documents for a limited period of time
us uall y 30 d ays) after such documents a re fir st se nt to yo u . After such time , if yo u wish for u s to
send you p aper copies of any such docwnents from our office to you , yo u will b e charged a
0 .00 per-page fee. You ma y request deliv ery of such paper co pies from u s by following the
procedure de scribed be low.
Withdrawing your consent
If yo u deci de to receive notic es an d di sclosures from u e lectronicall y, yo u may at any tim e
change yo ur mind an d te ll u s that thereafter yo u want to receive required notic es and disclosures
onl y in paper format. How yo u must in form u s of your dec ision to rec eive futur e notices and
di sclo sure in pap er format and withdraw your consent to receive notic es and di sclo sures
e lectronic ally is d escrib e d b e low .
Consequences of changing your mind
If yo u ele ct to receive req uir ed notices an d di sclo sures on ly in p ap er format, it w ill slow the
speed at which we can comp lete certain s teps in transactions with you and de li vering serv ic es to
you becaus e we will need first to send the required notices or disclo sure s to you in paper format,
and then wait until we rece iv e back from yo u your ac knowl edgment of your receipt of such
paper notices or disclo sures . Further, you will no longe r be able to u se the DocuSign system to
receive required notices and consents electronically from u s or to sign electronically documents
from u s.
All notices and disclosures will be sent to you electronically
Unless you tell us otherwise in accordance with the procedures described herein, we will provide
electronically to you through the DocuSign system all required notices, disclosures,
authori zations, acknowledgements, and other documents that are required to be provided or made
available to you during the course of our relationship with you. To reduce the chance of yo u
inadvertently not receiving any notice or disclosure, we prefer to provide all of the required
notices and disclosures to you by the same method and to the same address that you have given
us. Thus, you can receive all the disclosures and notices electronically or in paper format through
the paper mail delivery system. If you do not agree with this process, please let us know as
described below. Please also see the paragraph immediately above that describes the
consequences of your electing not to receive delivery of the notices and disclosures
electronically from us.
How to contact City of Palm Beach Gardens, FL:
You may contact us to let us know of your changes as to how we may contact you electronically,
to request paper copies of certain information from us, and to withdraw your prior consent to
receive notices and disclosures electronically as follows:
To contact us by emai l send messages to: kmra@pbgfl.com
To advise City of Palm Beach Gardens, FL of your new email address
To let us know of a change in your emai l address where we should send notices and disclosures
e lectronically to you , you must send an emai l message to us at kmra@pbgfl.com and in the body
of such request you must state: your previous email address, your new email address. We do not
require any other information from you to change your emai l address.
If you created a DocuSign account, you may update it with your new email address through your
account preferences.
To request paper copies from City of Palm Beach Gardens, FL
To request delivery from us of paper copies of the notices and disclosures previously provided
by us to you electronically, you must send us an email to kmra@pbgfl.com and in the body of
such requ est you must state your email address , full name, mailing address, and telephone
number. We will bill you for any fees at that time, if any.
To withdraw your consent with City of Palm Beach Gardens, FL
To inform us that you no longer wish to receive future notices and disclosures in e lectronic
format yo u may:
i . decline to sign a document from within your signing sess ion, and on the subsequent page,
select the check-box indicating you wish to withdraw your consent, or you may ;
ii. send us an email to kmra@ pb gfl.com and in the body of such request you must s tate your
email, full name, mailing address , and telephone numb er. We do not nee d any oth er information
from you to withdraw consent.. The consequences of your withdrawing consent for online
documents will be that tran actio ns m ay take a lon ge r time to process ..
Required hardware and software
The minimum system requirements for using the DocuSign sys t em may change over time . The
current system requirements are found here: https://support. docusign.com/guides/signer-guide-
signing-system-reguirements .
Acknowledging your access and consent to receive and sign documents electronically
To confum to u s that you can access this information electronicall y, which will be similar to
other electronic notices and disclosure s that we will provide to you , pl ease confinn that you have
read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for
your future reference and access; or (ii) that you are ab le to email this ERSD to an email address
where you will be ab le to print on paper or save it for your future reference and access . Further,
if you consent to receiving notices and disclosures exclusively in electronic format as described
herein , then select the check-box next to 'I agree to u se electronic records and signature s' before
clicking 'CONTINUE' within the DocuSign system.
By selecting the check-box next to 'I agree to u se electro nic reco rds and signatures', you confirm
that:
You can access and read this Electronic Record and Signature Disclosure; and
You can print on paper this Electronic Record and Signature Di sclosure, or save or send
this Electronic Record and Disclosure to a location where you can print it , for future
reference and access ; and
Until or unless you notify City of Palm Beach Gardens , FL as described above, you
consent to receive excl u sive ly through electronic means all notices , disclosures ,
authorizations, acknow ledgements, and other documents that are required to be provided
or made ava ilable to you by City of Palm Beach Gardens, FL during the course of your
relationship with City of Palm Beach Gardens, FL.