Loading...
HomeMy WebLinkAbout2022 12 19 Regular 500 - Emergency Repairs to Northern Way Bridges • REGULAR AGENDA ITEM 500 ,n m=ared CITY COMMISSION AGENDA I DECEMBER 19, 2022 SPECIAL MEETING 1959 TITLE Emergency Repairs to Northern Way Bridges SUMMARY Hurricane Ian dropped over 17 inches of rain in a 24 hour period on the City of Winter Springs. This amount of rain caused substantial damage to two bridges along Northern Way Blvd. Both bridges referred to as "North" and "South" Northern Way sustained serious damage to the bridge approaches, sidewalks and guardrails. Therefore, the State ordered the Bridges closed until repaired. The City worked with Seminole County to identify contractors that had been previously procured through a competitively bid process. This shortened the time it would take to respond to the infrastructure repairs. Southland Construction Inc. was one of these County recommended contractors, and had availability to begin the work the second week of January. Scope of service and quoted amount are attached for review. FEMA reimbursement will be pursued but this procurement process "piggyback" may reduce the probability of successfully obtaining those funds. However, sufficient and appropriate funding is available through the Penny Sale Tax Fund for this type of work. Repairs were quoted at $593,228.24 for both bridges. The additional contingency is potentially damaged below the water line which cannot be seen without further investigation. This quote also includes professional engineering fees, who are required to supervise, and complete final sign-off of the work before reopening the bridges. RECOMMENDATION Staff recommends that the City Commission award Southland Construction, Inc. a contract to repair the Northern Way Bridge in the amount of $593,228.24 and piggyback off Seminole County Contract (CC-3563-21/RTB) plus a contingency of 10% and authorize the City Manager and City Attorney to execute any and all applicable documents. 4 PUBLIC WORKS MINOR PROJECTS CONTINUING CONSTRUCTION AGREEMENT CONSTRUCTION COSTS NOT EXCEEDING$2,000,000 (CC-3563-21/RTB) THIS AGREEMENT is dated as of the day of C , 20_aL, by and between SOUTHLAND CONSTRUCTION, INC., duly authorized to conduct business in the State of Florida, whose address is 172 W. 4th Street, Apopka, Florida 32703, in this Agreement referred to as "CONTRACTOR," and SEMINOLE COUNTY, a charter county and political subdivision of the State of Florida, whose address is Seminole County Services Building, 1101 E. 1St Street, Sanford, Florida 32771, in this Agreement referred to as "COUNTY." COUNTY and CONTRACTOR, in consideration of the mutual covenants in this Agreement set forth, agree as follows: Section 1. Services. COUNTY hereby retains CONTRACTOR to provide continuing construction services for projects with estimated construction costs less than$2,000,000,as further described in the Scope of Services attached to this Agreement as Exhibit A. Required services must be specifically enumerated, described, and depicted in the Work Orders authorizing performance of the specific project,task,or study, a sample of which is attached to this Agreement as Exhibit B. This Agreement standing alone does not authorize the performance of any work or require COUNTY to place any orders for work. Section 2. Term. This Agreement takes effect on the date of its execution by COUNTY and continues for a period of three(3)years and, at the sole option of the parties, may be extended for two (2) additional one (1) year terms. Expiration of the term of this Agreement will have no effect upon Work Orders issued pursuant to this Agreement and prior to the expiration date. The obligations of both parties under such Work Orders will remain in effect until completion of the work authorized by the Work Order. CERTIFIED COPY-GRANT MALOY CLERK OF THE CIRCUIT COURT Public Works Minor Projects ContinuingConstruction CC-3563-21/RTB AND COMPTROLLER ' ( Pae 1 of 16 ) SEMIN COUNTFLORIDA \� Page dY _ DEPUTY CLERK 5 Section 3. Authorization for Services. Authorization for performance of construction services by CONTRACTOR under this Agreement will be in the form of written Work Orders issued and executed by COUNTY and signed by CONTRACTOR. Each Work Order will describe the services required, state the dates for commencement and completion of work, state the date for delivery of services, if any, establish the amount and method of payment, and the amount of liquidated damages, if any. The Work Orders will be issued under and will incorporate the terms of this Agreement.COUNTY makes no covenant or promise as to the number of available projects, nor that CONTRACTOR will perform any project for COUNTY during the term or course of this Agreement. COUNTY reserves the right to contract with other parties for the services contemplated by this Agreement when it is determined by COUNTY to be in the best interest of COUNTY to do so. Section 4. Time for Completion. The services to be provided by CONTRACTOR must be commenced as specified in such Work Orders.as may be issued under this Agreement and must be completed within the time specified in such Work Orders. In the event COUNTY determines that significant benefits would accrue from expediting an otherwise established time schedule for completion of services under a given Work Order, the Work Order may include a negotiated schedule of incentives based on time savings. Section 5. Compensation. (a) COUNTY shall compensate CONTRACTOR for the services provided for under this Agreement on a Fixed Fee basis at the rates as outlined in Exhibit C. When a Work Order is issued on a Fixed Fee basis, then the applicable Work Order Fixed Fee amount will include any and all reimbursable expenses and will be based on the unit pricing attached to this Agreement,or as reduced in the quoting process leading to specific Work Orders. Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 2 of 16 6 (b) COUNTY shall make payments to CONTRACTOR when requested as work progresses for services fiu-nished, but not more than once monthly. Each Work Order must be invoiced separately. CONTRACTOR shall render to COUNTY at the close of each calendar month, an itemized invoice properly dated, describing any services rendered, the cost of the services, the name and address of CONTRACTOR, Work Order Number, Contract Number, and all other information required by this Agreement. The original invoice and one (1) copy must be sent to: Director of County Comptroller's Office Seminole County Board of County Commissioners P.O. Box 8080 Sanford, FL 32772-8080 Two (2) duplicate copies of the invoice shall be sent to: Seminole County Public Works Department 100 E. First Street Sanford,FL 32771 (c) Upon review and approval of CONTRACTOR's invoice, COUNTY shall pay CONTRACTOR the approved amount in accordance with the terms as set forth in Chapter 218, Part VII, Florida Statutes. Section 6. CONTRACTOR's Representations. In order to induce COUNTY to enter into this Agreement, CONTRACTOR makes the following representations: (a) CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, weather, Chapter 220, Part 1, "Purchasing Code," Seminole County Code, and with all local conditions and federal, state, and local laws, utility locations, ordinances, rules, policies and regulations that in any manner may affect cost, progress,or performance of this Agreement. (b) CONTRACTOR declares and agrees that COUNTY may require it to repair, replace, restore, or make all things comply with the Contract Documents, including all work or materials that are found to be defective or fail in any way to comply with the Contract Documents Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 3of16 7 within a period of two (2) years from Acceptance by COUNTY. CONTRACTOR acknowledges that the above two (2) years repair, replace, and restoration period is separate from and additional to CONTRACTOR's warranty that the work has been completed in compliance with the Contract Documents. The two (2) year repair, replace, and restoration period is not a limitation upon CONTRACTOR's other warranties or Material and Workmanship Bond. (c) CONTRACTOR has studied carefully and considered all permit requirements related to performance of the work. CONTRACTOR declares and agrees that all costs related to performing the work in compliance with the requirements of all permits at the Contract Price are included in the Contract Price. CONTRACTOR agrees that CONTRACTOR is solely responsible for payment of all fines and penalties of any nature assessed to CONTRACTOR or COUNTY, or both, by any governmental entity, district, authority, or other jurisdictional entity relating to all permits required for performance of the work. Section 7. Contract Documents. (a) The Contract Documents,which constitute the entire agreement between COUNTY and CONTRACTOR, are made a part of this Agreement and are to be treated and interpreted as a unified whole to the maximum extent possible. The initial Contract Documents consist of the following items, listed in order of precedence below to the extent there may be any conflicts between them: (1) This Agreement and its Exhibits. (2) Any Addenda to COUNTY's Solicitation Package. (3) COUNTY's Solicitation Package, including the General Conditions. (4) Drawings and Plans. (5) Technical Specifications. Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 4 of 16 8 (b) As the Project progresses, additional Contract Documents may become part of the Agreement between COUNTY and CONTRACTOR and will consist of the following: (1) Modifications through Change Orders as provided in the General Conditions or an Amendment to the Agreement, which will supersede the provisions in the Contract Documents affected by the Change Order or Amendment. (2) Performance Bond. (3) Payment Bond. (4) Contractor's Certificate of Insurance and Insurance Policies. (5) Notice to Proceed. (6) Certificate of Substantial Completion. (7) Contractor's Waiver of Lien(Partial). (8) Contractor's Waiver of Lien(Final and Complete). (9) Subcontractor/Supplier's Waiver of Lien(Final and Complete). (10) Certificate of Final Completion. (11) Contractor's Release. (12) Consent of Surety to Final Payment. (13) Material and Workmanship Bond. (c) There are no Contract Documents other than those listed above in this Section. The Contract Documents may only be modified or amended by a change order as provided in the General Conditions or by an Amendment to this Agreement. Section 8. Liquidated Damages. (a) COUNTY and CONTRACTOR recognize that time is essential to the performance of this Agreement, and CONTRACTOR recognizes that COUNTY will suffer financial loss if the work is not substantially completed as described in subsection 14.13 of the General Conditions Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 5 of 16 9 within the time specified below, plus any extensions of time allowed in accordance with Section 12 of the General Conditions. If the work is not completed on time,the parties also recognize the delays, expense, and difficulties involved in proving in a legal or alternative dispute resolution proceeding the damages resulting from the delay in the COUNTY's ability to use the completed Work. Accordingly, CONTRACTOR and CONTRACTOR's Surety agree to pay COUNTY as liquidated damages the amount per day specified in each Work Order issued under this Agremeent for each day CONTRACTOR exceeds the contract time for substantial completion until the work is Substantially Complete. It is agreed that if the work is not completed by the final completion date in accordance with the Contract Documents, CONTRACTOR shall pay COUNTY as liquidated damages for delay one quarter(1/4)of the rate set forth above.The parties acknowledge and agree that the liquidated amounts described in this Section are not a penalty, but instead a reasonable measure of damages based upon the parties' experience in the relevant industry and given the nature of the losses to COUNTY that may result from delay in Substantial or Final Completion. (b) CONTRACTOR shall pay or reimburse, in addition to the liquidated damages specified in this Agreement, COUNTY's actual damages which may include, but are not limited to, expenses for engineering fees and inspection costs arising from CONTRACTOR's failure in meeting either or both the substantial completion and final completion dates. (c) The liquidated damages provided in this Section will apply regardless of whether CONTRACTOR is terminated, is in default, or has abandoned the work. Section 9. Definitions,Assignment, and Binding Effect. (a) Terms used in this Agreement, which are defined in Section 1 of the General Conditions,have the meanings indicated in the General Conditions. Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 6 of 16 10 (b) No assignments by a party of any rights under or interests in the Contract Documents will be binding on another party without the written consent of the party sought to be bound and any such assignment without written consent will be void and of no effect. Specifically but without limitation, monies that may become due and moneys that are due may not be assigned without such consent(except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. (c) COUNTY and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party and the other party's partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. Section 10. CONTRACTOR's Specific Consideration. In consideration of CONTRACTOR's indemnity agreements as set out in the Contract Documents, COUNTY specifically agrees to pay CONTRACTOR the sum of TWO HUNDRED FIFTY AND NO/100 DOLLARS ($250.00). CONTRACTOR acknowledges receipt of the specific consideration for CONTRACTOR's indemnification of COUNTY and that the specific consideration is included in the original Contract Price allocated by CONTRACTOR among all pay items,receipt of which is acknowledged. Section 11. Notices. Whenever either party desires to give notice to the other including, but not limited to, Contract Claims, it must be given by written notice,hand delivered, signed, and dated for receipt, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended at the place last specified. The place for giving of notice will Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 7 of 16 11 remain such until it is changed by written notice in compliance with the provisions of this Section. For the present,the parties designate the following as the respective places for giving of notice: For COUNTY: Seminole County Public Works Director 100 E. First Street Sanford, FL 32771 For CONTRACTOR: Southland Construction, Inc. 172 W. 4th Street Apopka, FL 32703 Section 12. Conflict of Interest. (a) CONTRACTOR shall not engage in any action that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with COUNTY or that would violate or cause others to violate the provisions of Chapter 112, Part III, Florida Statutes, relating to ethics in government. (b) CONTRACTOR hereby certifies that no officer, agent, or employee of COUNTY has any material interest (as defined in Section 112.312 (15), Florida Statutes, as over 5%) either directly or indirectly, in the business of CONTRACTOR to be conducted under this Agreement, and that no such person shall have any such interest at any time during the term of this Agreement. Section 13. Material Breaches of Agreement. (a) The parties recognize that breaches of the Contract Documents may occur and that remedies for those breaches may be pursued under the Contract Documents. The parties further recognize that the safety of the traveling public is of paramount concern. Therefore, the parties agree that any breach of the Contract Documents related to life safety, including but not limited to the maintenance of traffic requirements of the Contract Documents, will be considered a material breach of the Contract Documents. Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 8 of 16 12 (b) Upon a material breach of the Contract Documents related to life safety, as determined by the Project Manager,the Project Manager shall issue a Stop Work Order suspending the work or any specific portion of the work until the conditions are corrected. If the life safety conditions giving rise to the Stop Work Order are not corrected within a reasonable time, as determined by PROJECT MANAGER,then the material breach will entitle COUNTY to terminate this Agreement. The recognition of breaches of the provisions of the Contract Documents related to life safety as material breaches will not be construed as a limitation on other remedies for breaches or material breaches of the Contract Documents. Section 14. Agreement and Work Order in Conflict. Whenever the terms of this Agreement conflict with any Work Order issued pursuant to it, the Agreement will control. Section 15. Public Records Law. (a) CONTRACTOR acknowledges COUNTY's obligations under Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and this statute controls over the terms of this Agreement. Upon COUNTY's request, CONTRACTOR shall provide COUNTY with all requested public records in CONTRACTOR's possession, or shall allow COUNTY to inspect or copy the requested records within a reasonable time and at a cost that does not exceed costs as provided under Chapter 119,Florida Statutes. (b) CONTRACTOR specifically acknowledges its obligations to comply with Section 119.070 1, Florida Statutes, with regard to public records and shall perform the following: Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 9 of 16 13 (1) CONTRACTOR shall keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement. (2) CONTRACTOR shall provide the public with access to public records on the same terms and conditions that COUNTY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes,or as otherwise provided by law. (3) CONTRACTOR shall ensure public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law (c) Upon termination of this Agreement, CONTRACTOR shall transfer, at no cost to COUNTY, all public records in possession of CONTRACTOR, or keep and maintain public records required by COUNTY under this Agreement. If CONTRACTOR transfers all public records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains the public records upon completion of this Agreement, CONTRACTOR must meet all applicable requirements for retaining public records. All records stored electronically must be provided to COUNTY, upon request of COUNTY, in a format that is compatible with the information technology systems of COUNTY. (d) Failure to comply with this Section will be deemed a material breach of this Agreement for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR. CONTRACTOR may also be subject to statutory penalties as set forth in Section 119.10, Florida Statutes. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO CONTRACTOR's DUTY TO PROVIDE Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 10 of 16 14 PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR MAY CONTACT THE CUSTODIAN OF PUBLIC RECORDS, THE SEMINOLE COUNTY PURCHASING AND CONTRACTS MANAGER, AT 407-665-7116, PURCH@SEMINOLECOUNTYFL.GOV, PURCHASING AND CONTRACTS DIVISION, 1301 E. SECOND STREET, SANFORD,FL 32771. Section 16. Governing Law,Jurisdiction, and Venue. The laws of the State of Florida govern the validity, enforcement, and interpretation of this Agreement. The sole jurisdiction and venue for any legal action in connection with this Agreement will be in the courts of Seminole County, Florida. Section 17. Compliance with Laws and Regulations. In providing all services pursuant to this Agreement, CONTRACTOR shall abide by all statutes, ordinances, rules, and regulations pertaining to, or regulating the provision of such services, including those now in effect and subsequently adopted. Any violation of such statutes, ordinances, rules, or regulations will constitute a material breach of this Agreement, and will entitle COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to CONTRACTOR. Section 18. Rights at Law Retained. The rights and remedies of COUNTY provided under this Agreement are in addition to any other rights and remedies provided by law. Section 19. Headings and Captions. All headings and captions contained in this Agreement are provided for convenience only, do not constitute a part of this Agreement, and may not be used to define, describe, interpret or construe any provision of this Agreement. Section 20. E-Verify System Registration. (a) CONTRACTOR must register with and use the E-Verify system to verify the work authorization status of all new employees prior to entering into this Agreement with COUNTY. If COUNTY provides written approval to CONTRACTOR for engaging with or contracting for the Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 11 of 16 15 services of any subcontractors under this Agreement, CONTRACTOR must require certification from the subcontractor that at the time of certification,the subcontractor does not employ,contract, or subcontract with an unauthorized alien. CONTRACTOR must maintain a copy of the foregoing certification from the subcontractor for the duration of the agreement with the subcontractor. (b) If COUNTY has a good faith belief that CONTRACTOR has knowingly violated this Section, COUNTY shall terminate this Agreement. If COUNTY terminates this Agreement with CONTRACTOR, CONTRACTOR may not be awarded a public contract for at least one(1) year after the date on which this Agreement is terminated. If COUNTY has a good faith belief that a subcontractor knowingly violated this Section, but CONTRACTOR otherwise complied with this Section, COUNTY must promptly notify CONTRACTOR and order CONTRACTOR to immediately terminate its agreement with the subcontractor. (c) CONTRACTOR shall execute and return the Affidavit of E-Verify Requirements Compliance, attached to this Agreement as Exhibit G,to COUNTY. Section 21. Addendum. COUNTY and CONTRACTOR shall comply with the terms of Addendum A-Federal Emergency Management Agency(FEMA)Additional Terms for Seminole County Contracts,which is attached to and incorporated in this Agreement. Addendum A controls over any contrary provision elsewhere in this Agreement, but only applies to work performed or services provided by CONTRACTOR as a result of a disaster. Section 22. Indemnification of COUNTY. CONTRACTOR shall indemnify and hold harmless COUNTY, its commissioners,officers, and employees, from liabilities,damages,losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 12 of 16 16 Section 23. Dispute Resolution. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties shall exhaust COUNTY administrative dispute resolution procedures prior to filing a lawsuit or otherwise pursuing legal remedies. COUNTY administrative dispute resolution procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures," Seminole County Administrative Code. COUNTY administrative dispute resolution procedures for contract claims related to this Agreement, other than for proper invoice and payment disputes, are set forth in Section 3.5541, "Contract Claims," Seminole County Administrative Code. (b) In any lawsuit or legal proceeding arising under this Agreement, CONTRACTOR hereby waives any claim or defense based on facts or evidentiary materials that were not presented for consideration in COUNTY administrative dispute resolution procedures set forth in subsection (a) above of which CONTRACTOR had knowledge and failed to present during COUNTY administrative dispute resolution procedures. (c) In the event that COUNTY administrative dispute resolution procedures are exhausted and a lawsuit or legal proceeding is filed,the parties shall exercise best efforts to resolve disputes through voluntary mediation and to select a mutually acceptable mediator. The parties participating in the voluntary mediation shall share the costs of mediation equally. Section 24. All Prior Agreements Superseded. This Agreement incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained in this Agreement and the parties agree that there are no commitments,agreements,or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 13 of 16 17 the terms of this Agreement may be predicated upon any prior representations or agreements, whether oral or written. Section 25. Modifications,Amendments or Alterations. No modification, amendment, or alteration in the terms or conditions contained in this Agreement will be effective unless contained in a written amendment executed with the same formality and of equal dignity with this Agreement. Section 26. Independent Contractor. Nothing in this Agreement is intended or may be construed as in any manner creating or establishing a relationship of co-partners between the parties, or as constituting CONTRACTOR (including its officers, employees, and agents) as an agent, representative, or employee of COUNTY for any purpose or in any manner whatsoever. CONTRACTOR is and will remain forever an independent contractor with respect to all services performed under this Agreement. Section 27. Employee Status. Persons employed by CONTRACTOR in the performance of services and fixnctions pursuant to this Agreement will have no claim to pension, workers' compensation, unemployment compensation, civil service, or other employee rights or privileges granted to COUNTY's officers and employees either by operation of law or by COUNTY. Section 28. Services Not Provided For. No claim for services provided by CONTRACTOR not specifically provided for in this Agreement will be honored by COUNTY. Section 29. Additional Requirements. CONTRACTOR shall comply with the Bid Form attached to this Agreement as Exhibit C, the Trench Safety Act document attached to this Agreement as Exhibit D, and the American with Disabilities Act Affidavit attached to this Agreement as Exhibit E. CONTRACTOR shall use the Construction Forms attached to this Agreement as Exhibit F during the course of this Agreement as appropriate. Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 14 of 16 18 IN WITNESS WHEREOF,the parties have signed this Agreement. All portions of the Co Docu is have been signed or identified by COUNTY and CONTRACTOR. SOUTHLAND CONSTRUCTION, INC. W` ss' r ` By:_ [>G� W DANIEL CARR, President Print Name Date: OJX VC� '' Hiss Print Name SEMINOLE COUNTY, FLORIDA ZL— By: Wit DIANE REED, Procurement Administrator Print Name Date: 5 Wit s s YYLarro�aS_ Print Name For the use and reliance As authorized for execution by the Board of of Seminole County only. County Commissioners at itr 20-JL, regular meeting. Approved as to form and legal sufficiency. i2t�y--Attorney DGS/Ipk/BP 3/8/21 5/7121 7139/21 TAUsers\Legal secretary CSB\Purchasing 20'1\CC-3563(Southland)v2.docx Public Works Minor Projects Continuing Construction (CC-3563-2 l/RTB) Page 15 of 16 19 Attachments: Exhibit A—Scope of Services Exhibit B—Sample Work Order Exhibit C—Rate Schedule (Bid Form) Exhibit D—Trench Safety Form Exhibit E—Americans with Disabilities Act Exhibit F—Construction Forms Exhibit G—Affidavit of E-Verify Requirements Compliance Addendum A- Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Public Works Minor Projects Continuing Construction (CC-3563-21/RTB) Page 16 of 16 20 EXHIBIT A Scope of Services Seminole County is seeking multiple contractors to perform minor construction projects valued less than $2,000,000 for the Public Works Department. No technical specifications or drawings are applicable to the contract. However, if required, specifications and drawing will apply to individual projects issued under specified Work Order. Authorization for performance of services by Contractors under this Contract shall be in the form of written Work Orders. The resultant contract will contain estimated quantities, unit prices, extended totals and total estimated contract amount to furnish all labor, materials, plant, equipment, manpower and other resources, including overhead and profit. These cost shall be the means to price and all Work Orders issued thereunder. 21 BID FORM SEMINOLE COUNTY, FLORIDA FOR THE CONSTRUCTION OF PROJECT: Public Works Minor Projects with Construction Costs Less Than $2,000,000.00 COUNTY CONTRACT NO. CC-3563-21/RTB Name of Bidder: Southland Construction, Inc. Mailing Address: 172 West 4th St Street Address: 172 West 4th St City/State/Zip: __Apopka FI 32703 Phone Number: (407 ) 889-9844 FAX Number: (407 ti 886-4348 E-Mail Address: jraucci@scifl.com Contractor License Number: CGCO03786 TO: Purchasing and Contracts Division of Seminole County, Florida Pursuant to and in compliance with your notice inviting sealed Bids (Invitation for Bid), Instructions to Bidders, and the other documents relating thereto,the undersigned Bidder, having familiarized himself with the terms of the Bidding Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Bidding Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. through / _ _, on file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Bidding Documents. The undersigned Bidder further agrees to pay liquidated damages as described in the Bidding Documents. Bid prices must be stated in words and numbers in accordance with these Instructions to Bidders in the blank space(s) provided for that purpose. Bidder acknowledges that it has read and fully understands all Sections of the Bidding Documents. The undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein;that this Bid is made without collusion with any person, firm or corporation; and agrees, if the Bid is accepted,that he will execute an Agreement with the 00100—Bid Forms(Rev 082020) CC-3563-21/RTB—Public Works Minor Projects with Construction Costs Less Than$2,000,000,00 Page 14 of 95 22 EXHIBIT B CONSTRUCTION MSA WORK ORDER# e_.41 — Seminole County, Florida SCWJI Off 600\17Y Board of County Commissioners Master Agreement No. - Dated: Master Agreement Title: Project Title: Contractor: Address: ATTACHMENTS TO THIS WORK ORDER: [ ] EXHIBITA—Scope of Services/Specifications [ ] EXHIBIT D—Supplemental Conditions ( ] EXHIBIT B—Pricing/Proposal/Fee Schedule [ ] EXHIBIT E- [ ] EXHIBIT C-Drawings/Plans Attachments to this Work Order, as indicated above, are incorporated by reference as if they had been set out in their entirety. Contractor shall complete the Work in accordance with this Work Order, the Attachments, and the Contract Documents, as amended (if applicable). In the event of a conflict between the Contract Documents, as identified in Section 7 of the Master Agreement,the Master Agreement will govern. TIME FOR COMPLETION: The Contractor must substantially complete the Work in accordance with this Work Order,and the Contract Documents, as provided herein, within (_) calendar of the Notice to Proceed date, and must reach Final Completion within (_) calendar of the County's acceptance of Substantial Completion. Contractor's failure to complete the Work in accordance with this schedule is grounds for assessment of liquidated damages, at the rate of ($ ) per day,for each day the Contractor does not meet Substantial Completion, and/or Termination of this Work Order and the Master Agreement for Cause. The County shall compensate the Contractor(a fixed fee of/an amount not-to-exceed) - for satisfactory completion of the Work. Payment(s) must be made to the Contractor in accordance with the Contract Documents. The County shall withhold retainage in the amount of [XX% from payments to the Contractor in accordance with the Master Agreement. IN WITNESS WHEREOF,the parties have executed this Work Order on this day of ' 20 A Notice to Proceed will be issued to the Contractor by the County for the Contractor to begin work. The Completion Time above must be calculated from the Notice to Proceed date. Upon execution by both parties, this Work Order will be incorporated as a Contract Document under the Master Agreement. (THIS SECTION TO BECOMPLETED BYTHE COUNTY) SEMINOLE COUNTY: CONTRACTOR: By By: - - Signature—County Representative Signature—Contractor Representative Date: Date: Printed Name: Printed Name: Title: Title: _ (Authorized by Section 3.554,Seminole County Admin Code) Witness: Witness: Signature Signature Printed Name: Printed Name: OC#: OM#: Construction MSA WO REV 061820 Page 1 of 1 23 D-6- EXHIBIT C "/ IfY CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form I PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN QTY. UNIT BID PRICE TOTAL BID PRICE Mobilization(Percentage of Project Bid Price Subtotal,Excluding Mobilization,Maintenance of Traffic, 101-1 Prevention Control and Abatement of Erosion&Water Pollution,Clearing&Grubbing,Regular LS 0 No Bid Item Excavation,and Maintenance of By-Pass Flow Pay Items,See'Notes 1&2 Below) Maintenance of Traffic(Percentage of Project Bid Price Subtotal,Excluding Mobilization,Maintenance of� 102-1 Traffic,Prevention Control and Abatement of Erasion&Water Pollution.Clearing&Grubbing,Regular i LS 0 No Bid Item -_r--_ Excavation,and Maintenance of By-Pass Flow Pay Items.See'Notes 1&2 Below) 102-3 Commercial Material for Driveway Maintenance CY 20 $ 80,00 $ 1,600.00 102-14 Traffic Control Officer HR 40 $ 5000 $ 2,OOD.00 102-22 Mailenance of Traffic:Temporary Bridge Closure Monitoring,Both end Bridge ED 10 $ 70000 $ 7,000.00 102-61 Business Sign EA 10 $ 0.60 $ 6,00 102-71-13 Temporary Barrier,F&I,low profile,Concrete LF 400 $ 86.00 $ 3440000 102-71-15 Temporary Barrier,F&I,Anchored LF 400 $ 86.00 $ 34,400.00 102-71-16 Temporary Barrier,F&I,Free Standing LF 400 $ 42.00 $ 16,800.00 102-71-23 Temporary Barrer,Relocate,Low Profile Concrete LF 200 $ 14.00 $ 2,800.00 102-71-25 Temporary Barrier,Relocate,Anchored LF 200 $ 28.00 $ 5,600.00 102-71-26 Temporary Barrier,Relocate,Free Standing LF 200 $ 20.00 $ 4,000.00 102-74-1 Channelizing Device-Types I,II,DI,VP,Drum,or LCD ED 180 $ 045 $ 81.00 102-74-2 Channelizing Device,Type III,6' ED 180 $ 0.55 $ 9900 102-74-8 Channelizing Device-Pedestrian LCD(Longitudinal Channelizing Device) FD 500 S 5.00 $ 2,50000 102-76 Arrow Board I Advanced Warning Arrow Panel ED 80 $ 12.00 $ 96000 102.78 Temporary Relroreftective Pavement Marker EA 400 $ 600 $ 2,40000 102-89-1 Temporary Crash Cushion(Redirective Option) LO 2 $ 1,200.00 $ 2.40000 102-99 Changeable Variable Message Sign,Temporary ED 80 $ 32.00 $ 2,56000 102-104 TemporarySignalizationand Mailenance,Intersection ED 5 $ 500.00 $ 2,50000 102-107 Temporary Traffic Detection and Maintenance,Intersection ED 5 $ 35.00 $ 17500 Prevention,Control and Abatement of Erosion&Water Pollution(Percentage of Project Bid Price 104.0-1 Subtotal,Excluding Mobilization,Maintenance of Traffic,Prevention Control and Abatement of Erosion& LS 0 No Bid Item Water Pollution,Clearing&Grubbing,Regular Excavation,and Maintenance of By.Pass Flow Pay Items. See*Notes 1&2 Below.) 104-1 Artificail Covrings/Rolled Erosion Control Products SY 10 $ 500 $ 5000 104-10-3 Sediment Barrier LF 50 $ 3.50 $ 175.00 104-11 Floating Turbidity Barrier LF 100 $ 15.00 $ 1,500.00 104-12 Staked Turbidity Barrier-Nylon Reinforced PVC LF 100 $ 10.00 $ 1,00000 104-15 Soil Tracking Prevention Device EA 1 $ 3,000.00 $ 3,000 OD 104-18 Inlet Protection System EA 5 $ 150.00 $ 75000 107-1 Litter Removal AC 5 $ 16.00 $ 8000 107-2 Mowing AC 5 $ 70,00 $ 350.00 108-1 Monitor Existing Structures-Inspection and Settlement Monitoring LS 0 No Bid Item 108-2 Monitor Existing Structures-Vibration Monitoring LS 0 I No bid Item _ 4 108-3 Monitor Existing Structures-Groundwater Monitoring LS 0 No bid Item Clearing&Grubbing(Percentage of Project Bid Price Subtotal,Excluding Mobilization,Maintenance of 110-1-1 Traffic,Prevention Control and Abatement of Erasion&Water Pollution,Clearing&Grubbing,Regular LS 1 No Bid Item Excavation,and Maintenance of By-Pass Flow Pay Items See'Notes 1&2 Below) 110-4.10 �t"PRP 02SRIC_VQR MI R O T' MORE � oo $ 3,000.00 T3P 4/12/2021 2:38 PM 24 EXHIBIT C StM!M�lQX1MY CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT i PLAN OTY. UNIT BID PRICE TOTAL BID PRICE 110-7-1 Mailbox,Fdl Single EA 5 $ 12500 $ 62500 110-22 Tree Root and Branching Pruning EA 5 $ 25000 110-23 Tree Removal LS/EA 0 No Bid Item 120-1 Regular Excavation CY 400 $ 3000 $ 12,000.00 120-1C Excavation(Contaminated Soil) LS 0 No Bid Item 120-2-2 Borrow Excavation(Truck Measure) CY 500 $ 3600 $ 18.000 00 120-3 Lateral Ditch Excavation CY 300 $ 2200 $ 6,600.00 120.4 Subsoil Excavation CY 300 $ 40-00 $ 12,000.00 120-6 Embankment CY 300 $ 2600 $ 7,800.00 121-70 Flowable Fill CY 10 $ 26000 $ 2,600.00 145-1 Geosynthetic Reinforced Soil Slope SF 500 $ 250 $ 1,250.00 160-4 Type B Stabilization SY 1,400 $ 2500 $ 35,000.00 210-1-1 Reworking Limerock Base,SY SY 500 $ 8.00 $ 4,000.00 210-2 Limerock,New Material for Reworking Base CY 50 $ 5500 $ 2,750.00 285-704 Optional Base,Base Group 04 SY 1,400 $ 2500 $ 35,000.00 285-706 Optional Base,Base Group 06 SY 1,400 $ 28.00 $ 39,200.00 285-709 Optional Base,Base Group 09 SY 1,600 $ 35.00 $ 56,000.00 285-713 Optional Base,Base Group 13 SY 1,400 $ 4000 $ 56,000.00 327-70-1 Milling Existing Asphalt Pavement, i"Avg Depth SY 4,000 $ 9000 $ 360,000.00' 327.70-4 Milling Existing Asphalt Pavement,3"Avg Depth SY 4,000 $ 9500 $ 380,000.00 327-70-5 Milling Existing Asphalt Pavement,2"Avg Depth SY 4,000 $ 9200 $ 368,000.00 327-70.6 Milling Existing Asphalt Pavement. 1-112"Avg,.Depth SY 4,000 $ 9100 $ 364,000.00 327-70-7 Milling Existing Asphalt Pavement,4"Avg Depth SY 2,000 $ 10000 $ 200,000.00 327-70-8 Milling Existing Asphalt Pavement,2-112"Avg Depth SY 2,000 $ 9400 $ 188.000.00 334-1-12 Superpave Asphaltic Concrete,Traffic 8 TN 400 $ 250 00 $ 100,000.00 334-1-13 Superpave Asphaltic Concrete,Traffic C TN 800 $ 25000 $ 200,000.00 334-1-14 Superpave Asphaltic Concrete,Traffic D TN 600 $ 250.00 $ 150,000.00 334-1-52 Superpave Asphaltic Concrete,Traffic B,PG 76-22 TN 400 $ 250.00 $ 100,00000 334.1-53 Superpave Asphaltic Concrete,Traffic C,PG 76-22 TN 800 $ 25000 $ 200,000 00 334-1-54 Superpave Asphaltic Concrete,Traffic 0,PG 76-22 TN 600 $ 250,00 $ 150,00000 334-1-57 Superpave Asphaltic Concrete,Traffic C,High Polymer TN 400 $ 260.00 $ 104,000:00 337-7-80 Asphaltic Concrete Friction Course,Traffic B.FC-9 5,PG 76-22 TN 400 $ 490-00 $ 196,000.00 337-7-81 Asphaltic Concrete Friction Course,Traffic B,FC-12.5,PG 76.22 TN 400 $ 49000 $ 196,000.00 337-7-82 Asphaltic Concrete Friction Course.Traffic C,FC-9.5,PG 76-22 TN 600 $ 490.00 $ 294,000 00 337-7.83 Asphaltic Concrete Friction Course,Traffic C.FC-12 5,PG 76-22 TN 800 $ 490.00 $ 392,000.00 337-7-85 Asphaltic Concrete Friction Course,Traffic D.FC-12 5,PG 76-22 TN 800 $ 490.00 $ 392,000,00 339-1 Miscellaneous Asphalt Pavement TN 10 $ 900.00 $ 9,00000 350-3-5 Plain Cement Concrete Pavement,8" SY 350 $ 120.00 $ 42,000.00 350-3-9 Plain Cement Concrete Pavement,10" SY 300 $ 136.00 $ 40,800 00 350-3-13� Plain Cement Concrete Pavement,12" SY 300 $ 150.00 $ 45,000.00 N INUOUS OONTRA-CTTR UBCTC'WORK-TuV lNOR N T10NPROSE S 4112/2021 2:38 PM 25 EXHIBIT C CC-XXXX-201XXX Public Works Minor Construction Projects Under $2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN CITY. UNIT BID PRICE TOTAL BID PRICE 350-4-5 Reinforced Cement Concrete Pavement, 8" SY 300 $ 125.00 $ 37,500.00 350-4.9 Reinforced Cement Concrete Pavement,10" SY 300 $ 144.00 $ 43,20000 350-30-13 Concrete Pavement for Roundabout Apron,12"Depth SY 800 $ 155.00 $ 124,000 00 400-0-11 Concrete Class NS.Gravity Wall CY 50 S 1,60000 $ 80,00000 400.1.15 Concrete Class I(Miscellaneous) CY 5 $ 35000 $ 1,750.00 400-2-1 Concrete Class Il,Culverts CY 60 $ 1,76000 $ 105,600.00 400-2.10 Concrete Class II,Approach Slabs CY 20 $ 770.00 $ 15,400,00 400-2-11 Concrete Class II,Retaining Walls CY 20 $ 1,600.00 $ 32.00000 400.3-1 Concrete Class III,Culverts CY 60 $ 1,770.00 $ 106,20000 400.4-1 Concrete Class IV,Culverts CY 60 $ 1,80000 $ 108,000.00 400.153 Non Shrink Grout,F81.Misc-Structures Rehab CF 50 $ 27000 $ 13.50000 415.1-1 Reinforcing Steel-Roadway LB 10,000 $ 2.25 $ 22,50000 415-1.3 Reinforcing Steel-Retaining Wall LB 10,000 $ 2.25 $ 22,50000 415-1.6 Reinforcing Steel-Miscellaneous LB 1,000 $ 2.25 $ 2,25000 415-1.9 Reinforcing Steel-Approach Slabs LB 10,000 $ 225 $ 22,500 00 425.1-311 Inlets,Curb,Type P-1,<10' EA 2 $ 5.10000 $ 10,20000 425.1-312 Inlets,Curb.Type P-1,>10' EA 1 $ 6.100.00 $ 6,10000 425.1-315 Inlets,Curb.Type P-1,Partial EA 2 $ 2,500.00 $ 5,00000 425-1-319 Inlets,Curb,Type P-1,Modify EA 1 $ 2,50000 $ 2,50000 425-1-321 Inlets,Curb,Type P-2,<I V EA 2 $ 5,10000 $ 10,20000 425-1-322 Inlets,Curb,Type P-2.>10' EA 1 $ 6,10000 $ 6,10000 425-1-325 Inlets,Curb,Type P-2,Partial EA 1 $ 2,50000 $ 2,50000 425-1.329 Inlets,Curb,Type P-2,Modify EA 1 $ 2,500.00 $ 2,50000 425-1-331 Inlets,Curb,Type P-3,<10' EA 2 $ 5,10000 $ 10,20000 425-1-332 Inlets,Curb,TypeP•3,>10' EA 1 $ 6,10000 $ 6,10000 425-1-335 Inlets,Curb,Type P-3,Partial EA 1 $ 2,50000 $ 2,50000 425-1-341 Inlets,Curb,Type P-4,<10' EA 2 $ 5,100.00 $ 10,200 00 425-1-342 Inlets,Curb,Type P-4,>10' EA 1 $ 6,10000 $ 6,10000 425-1-345 Inlets,Curb,Type P-4,Partial EA 1 $ 2,600.00 $ 2,600.00 425.1.349 Inlets,Curb,Type P-4,Modify EA 1 $ 2,600 DO $ 2,60000 425-1-351 Inlets,Curb,Type P-5.<10' EA 6 $ 5.10000 $ 30,600 00 425-1-352 Inlets,Curb,Type P-5,>10' EA 2 $ 6,10000 $ 12,20000 425.1-355 Inlets,Curb,Type P-5,Partial EA 1 $ 2,600.00 $ 2,60000 425-1-359 Inlets,Curb,Type P-5,Modify EA 1 $ 2.60000 $ 2,60000 425.1-361 Inlets,Curb,Type P-6,<10' EA 4 $ 5,200 00 $ 20,80000 425-1-362 Inlets,Curb,Type P-6,>10' EA 2 $ 6,200 00 $ 12.40000 425-1-365 Inlets,Curb,Type P-6;Partial EA 1 $ 2,70000 $ 2,700.00 425.1-369 ._. Inlets,Curb,Type P-6,Modify �EA 1 $ 2,70000 $ 2,700.00 425-1-011 f Inlets,Curb,Type J-1,<10' EA 1 $ 6,00000 $ 6,000.00 425-1-412 I Inlets,Curb,Type J-1,>10' _EA 1 $ 7,000 DO 1$ 7,00000 FOR `ORKS-i�tb IAO '`-CC) O 'OJECTS 4/12/2021 2:38 PM 26 EXHIBIT C StUrntir��} CC-xxXx-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN OTY, UNIT BID PRICE TOTAL BID PRICE 425.1421 Inlets,Curb,Type J-2,410' EA 1 $ 6.00000 $ 6,000.00 425-1-422 Inlets,Curb,Type J-2,>10' EA 1 $ 7,00000 $ 7.00000 425-1-431 Inlets,Curb,Type J-3,00' 1 EA 1 $ 6,100001$ 6,10000 425-1-432 Inlets,Curb,Type J-3,>10' EA 1 ,$ 7,10000 $ 7.100 00 425-1-441 inlets,Curb,Type J-4,<10' EA 1 $ 6.10000 $ 6,10000 I 425-1-442 Inlets,Curb,Type J4,>10' EA 1 $ 7,10000 $ 7,10000 425.1-451 Inlets,Curb,Type J-5.<10' EA 1 $ 6,100.00 $ 6,10000 425-1452 Inlets,Curb,Type J-5,>10' EA 1 $ 6,600.00 $ 6,600.00 425-1461 Inlets,Curb,Type J-6,<10' EA 1 $ 7.10000 $ 7,10000 425-1-462 Inlets,Curb.Type J-6.>10' EA 1 $ 7,70000 $ 7,70000 425-1-471 Inlets.Curb,Type 7,<10' EA 2 $ 6,500.00 $ 13,00000 425-1-472 Inlets,Curb,Type 7,>10' EA 1 $ 7.40000 $ 7,40000 425-1-473 Inlets,Curb,Type 7,J BOT,<10' EA 1 $ 7,40000 $ 7,40000 425-1-474 Inlets,Curb,Type 7,J BOT,>10' EA 1 $ 8.20000 $ 8.200.00 425-1-475 Inlets,Curb,Type 7,Partial EA 2 $ 2,60000 $ 5,200 00 425-1-481 Inlets,Curb.Type B.00' EA 2 $ 5,20000 $ 10,40000 425-1-482 Inlets,Curb,Type 8,>10' EA 1 $ 6,200 00 $ P 6,200 00 425-1-483 Inlets,Curb,Type 8,J BOT,00' EA 1 $ 5,40000 $ 5,40000 425-1-484 Inlets,Curb,Type 8,J BOT,>10' EA I 1 $ 6,40000 $ 6.40000 425-1-485 Inlets,Curb,Type S.Partial EA I 2 $ 1,80000 $ 3,600 00 425.1-521 Inlets,DT BOT,Type C,<10' EA 4 $ 3.30000 $ 13,200 00 425-1-522 Inlets.DT BOT,Type C.>1D' EA 1 $ 3,60000 $ 3,60000 425-1-523 Inlets,DT BOT,Type C,J BOT,<10' EA 2 $ 3,40000 $ � 6,800 00 425-1-524 Inlets,DT BOT,Type C,J BOT,>10' EA I 1 $ 4,200 00 $ 4,20000 425-1-525 Inlets,DT BOT,Type C,Partial EA 1 $ 2,500 00 $ 2,50000 425-1-531 Inlets,DT BOT,Type C, Modified-Back of Sidewalk,<10' EA 2 $ 3.10000 $ 6,20000 425-1-532 Inlets,DT BOT,Type C.Modified-Back of Sidewalk,>10' EA 1 $ 3,30000 $ 3,300,00 425-1-533 Inlets,DT BOT,Type C.Modified-Back of Sidewalk,J BOT,<10' EA 1 $ 3,30000 $ 3,300.00 425-1-534 Inlets,DT BOT,Type C,Modified-Back of Sidewalk,J BOT,>10' EA 1 $ 3,400.00 $ 3,400 00 425-1-535 Inlets,DT BOT,Type C.Modified-Back of Sidewalk,Partial EA 2 $ 3.50000 $ 7,000.00 425.1.541 Inlets,DT BOT,Type D,<10' EA 2 $ 4,200 00 $ 8,400.00 425-1-542 Inlets,DT BOT.Type D,110' EA 1 $ 4,250.00 I $ 4,250.00 425-1-543 Inlets,DT BOT,Type D.J BOT,<10' EA 2 $ 4,400.00 $ 8.80000 425-1-544 Inlets,DT BOT,Type D,J BOT,>10' EA 1 $ 4,45000 $ 4,450.00 425-1-545 Inlets,DT BOT,Type D,Partial EA 1 $ 2,50000 $ 2,500.00 425-1-551 Inlets,DT BOT,Type E,<10' EA 2 $ 4,200.00 $ 8,40000 425-1-552 Inlets,DT BOT,Type E,>10' EA 1 $ 4,40000 $ 4,400.00 425-1-553 Inlets,OT BOT,Type E,J BOT,<10' EA 2 $ 4,400 00 $ 8,80000 425-1-554 Inlets,DT BOT,Type E,J BOT,>10' EA 1 $ 4,60000 $ 4,600.00 425-1-555 Inlets.DT BOT,Type E,Partial EA 1 $ 2,500.00 $ 2,500.00 U CO-N F' XCi'�WPTlI�L C WURI<- R CO IT R10 TION PROJECTS 411212021 2:38 PM 27 EXHIBIT C StMIM`KNTv CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN OTY. UNIT BID PRICE TOTAL BID PRICE 425-1-561 Inlets,DT BOT,Type F.110' EA 2 $ 4,400,00 $ 8.80000 425-1-562 Inlets,DT BOT,Type F,>10' EA 1 $ 4,90000 $ 4,900.00 425-1.563 Inlets,DT BOT,Type F.J BOT,00' EA 2 $ 4,80000 $ 9,60000 425-1.564 Inlets,DT BOT,Type F,J BOT,>10' EA 1 $ 5,200 00 $ 5,200.00 425-1-565 Inlets,DT BOT,Type F,Partial EA 1 .$ 2,90000 $ 2,90000 425-1.581 Inlets,DT BOT,Type H,<10' EA 2 $ 4,40000 $ 8,80000 425-1-582 Inlets,DT BOT,Type H.>10' EA 1 $ 4,90000 $ 4,900.00 425-1-583 Inlets,DT BOT,Type H,J BOT,<10' EA 1 $ 4,80000 $ 4,800.00 425-1-585 Inlets,DT BOT,Type H.Partial EA 1 $ 2,90000 $ 2.90000 425-1.589 Inlets,DT Bot.Type H,Modified EA 1 $ 6,000.00 $ 6,00000 425-1.701 Inlets,Gutter,Type S,<10' EA 2 $ 4,40000 $ 8,80000 425.1-702 Inlets,Gutter).Type S,>10' EA 1 $ 4,70000 $ 4,700.00 425-1-703 Inlets,Gutter,Type S,J BOT,<10' EA 2 $ 5,200.00 $ 10,40000 425-1-704 Inlets,Gutter,Type S,J BOT,>10' EA 1 $ 5,30000 $ 5,30000 425-1-705 Inlets,Gutter,Type S.Partial EA 1 $ 2,500,00 $ 2,50000 425-1-711 Inlets,Gutter,Type V.<10' EA 2 $ 4.300.00 $ 8,60000 425.1.712 Inlets,Gutter,Type V,>10' EA 1 $ 4,350.00 $ 4,35000 425-1-713 Inlets,Gutter,Type V,J BOT,<10' EA 2 $ 4,400.00 $ 8,80000 425-1-714 Inlets,Gutter,Type V.J BOT,>10' EA 1 $ 5,20000 $ 5.20000 425.1-715 Inlets,Gutter,Type V,Partial EA 1 $ 2,60000 $ 2,60000 425-1-910 Inlets,Closed Flume EA 2 $ 8.00000 $ 16,000,00 425.2-41 Manholes,P-7,<10' EA 4 $ 5,40000 $ 21,600.00 425-2-42 Manholes,P-7,>10' EA 2 $ 5,60000 $ 11,200.00 425.2-43 Manholes,P-7,Partial EA 2 $ 1,80000 $ 3,60000 425-2.61 Manholes,P-8,00' EA 4 $ 5,500,00 $ 22,00000 425.2.62 Manholes,P-8,>10' EA 2 $ 6,00000 $ 12,000.00 425-2-63 Manholes,P-8,Partial EA 2 $ 1.80000 $ 3,60000 425.2-71 Manholes,J-7,<10' EA 2 $ 5,600.00 $ 11,200.00 425-2.72 Manholes,J-7,>10' EA 1 $ 5,800.00 $ 5,80000 425-2-73 Manholes,J-7,Partial EA 2 $ 1,80000 $ 3,600.00 425-2-91 Manholes,J-B,<10' EA 2 $ 5,60006 $ 11,200 00 425-2-92 Manholes,J-8,>10' EA 1 $ 6,000.00 $ 6,00000 425-2-93 Manholes,J-8,Partial EA 2 $ 1,80000 $ 3,60000 425-2-110 Manholes,Repair EA 2 $ 6,000.00 $ 12,000,00 425-3-41 Junction Box,Drainage,P-7,<10' EA 1 $ 5,000.00 $ 5,000.00 425-3.42 Junction Boxes,P-7,>10' EA 1 $ 5,600.00 $ 5,60000 425-3-43 Junction Box,Drainage,P-7,Partial EA 1 $ 1,800.00 $ 1,600.00 425-3.50 Junction Box,Drainage,Repair EA 1 $ 6,000.00 $ 6,000.00 425-3.61 Junction Boxes,J-7,00' EA 1 $ 5,200 00 $ 5,200 00 425.3.63 Junction Box,Drainage,J-7,Partial EA 1 $ 1,800.00 $ 1,800.00 CONT(N -CON'fRAC`f�FF-PUBCI� 4/12/20212:38 PM 28 EXHIBIT C �! r CC-XXXX-201XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION. UNIT PLAN CITY. UNIT BID PRICE TOTAL BID PRICE 425-3-91 Junction Box,Drainage,Utility,<10' EA 1 $ 5,400.00 $ 5.400.00 425.3-92 Junction Box,Drainage,Utility.>10' EA 1 $ 6.000.00 $ 6,000.00 425-4 Inlet,Adjust EA 2 $ 2,500.00 $ 5,000.00 425.5 Manhole,Adjust EA 2 $ 3,00000 $ 6,00000 425-6 Valve Boxes,Adjust EA 4 $ 60000 $ 2.40000 425-7 Manhole Cover-Repiace EA 1 $ 80000 $ 80000 425-10 Yard Drain EA 4 $ 1,400.00 $ 5,600.00 425-15-41 Inlet Tap,Repair,Curb Inlet EA 1 $ 3.00000 $ 3,000.00 425.15-42 Inlet Top.Repair,Ditch Bottom Inlet EA 1 $ 2.50000 $ 2,500.00 425-74.1 Manholes&Inlets.Cleaning&Sealing,<10' EA 5 $ 4.00000 $ 20,000 00 425-78 Inlet Cap,Precast,Replace EA 5 $ 1,500.00 $ 7,50000 425-82 Replace Grate EA 15 $ 1,200 OD $ 18,000 00 430-174-115-A Concrete Pipe Culvert,SD,Class III,15" LF 72 $ 16000 $ 11,520 00 430-174-118-A Concrete Pipe Culvert,SD,Class III,18" LF 200 $ 165.00 $ 33,000 00 430.174-124-A Concrete Pipe Culvert.SD,Class III,24" LF 96 $ 17000 $ 16,320 00 430-174-130-A Concrete Pipe Culvert,SD,Class 111,30" LF 72 $ 17500 $ 12,600 00 430-174-136-A Concrete Pipe Culvert,SD.Class III,36" LF 96 $ 205.00 $ 19,680 00 430-174-142-A Concrete Pipe Culvert,SD,Class III,42" LF 72 $ 240,00 $ 17,280 00 430-174-148-A Concrete Pipe Culvert,SO,Class III,48" LF 72 $ 30000 $ 21,600 00 430-174-154-A Concrete Pipe Culvert,SD,Class III,54" LF 72 $ 35000 $ 25,200.00 430.174-160A Concrete Pipe Culvert,SD,Class 111.60" v LF 72 $ 400.00 $ 28,800.00 430-174-112-B HDPE Pipe Culvert,SD,Smooth Wall,12" LF 48 $ 70.00 $ 3,36000 430.174-115-B HDPE Pipe Culvert,SD,Smooth Wall.15" LF 72 $ 8000 $ 5,760.00 430-174-118-B HDPE Pipe Culvert,SD,Smooth Wall,18" LF 96 $ 85.00 $ 8,160100 430-1.74-124-B HDPE Pipe Culvert,SD,Smooth Wall,24" �— LF 96 $ 90.00 $ 8,640,00 430-174-130-B HDPE Pipe Culvert,SD,Smooth Wall.30" LF 72 $ 100.00 $ 7,200 00 430-174-136-B HDPE Pipe Culvert,SD,Smooth Wall,36" LF 96 $ 12000 $ 11,520.00 430-174-142-B HDPE Pipe Culvert,SD,Smooth Wall,42" LF 72 $ 160.00 $ 11,520.00 430-174-148-B HDPE Pipe Culvert,SD,Smooth Wall,48" LF 72 $ 170,00 $ 12,24000 430-174-154-8 HDPE Pipe Culvert,SD,Smooth Wall,54" LF 72 $ 18500 $ 13,320.00 430474-160-13 HDPE Pipe Culvert,SD,Smooth Wall,60" LF 72 $ 21000 $ 15,120 00 430-174-104-C PVC Pipe Culvert,Schedule 40,Not Encased,4" LF 40 $ 1200 $ 480.00 430-174-106-C PVC Pipe Culvert,Schedule 40,Not Encased,6" LF 40 $ 1500 $ 60000 430-174-108-C PVC Pipe Culvert,Schedule 40,Not Encased,8" LF 40 $ 30,00 $ 1,20000 430.174-215-A Elliptical Concrete Pipe Culvert,SD,Class HE-III,12"x 18" LF 96 $ 130.00 $ 12,480 00 430-174-218-A Elliptical Concrete Pipe Culvert,SD,Class HE-III,14"x 23" LF 96 $ 140.00 $ 13,44000 430-174.224-A Elliptical Concrete Pipe Culvert,SD,Class HE-Ill,19"x 30" LF 96 $ 175.00 $ 16,800 00 430-174-230-A Elliptical Concrete Pipe Culvert,SO,Class HE-III,24"x 38" LF 72 $' 22000 S 15,840 00 430-174-236-A Elliptical Concrete Pipe Culvert,SD.Class HE-III,29"x 45" LF 96 $ 240.00 $ 23,04000 430-174-242-A Elliptical Concrete Pipe Culvert,SD,Class HE-III,34"x 53" LF 72 $ 26500 $ 19,080 00 N'TNUOUS CONTRACT FORIYubZ1C WrS �ArR � 1'F�o 7�A" TS 4112/2021 2:38 PM 29 EXHIBIT C ! �Y CC-XXXX-20/XXX Public Works Minor Construction Projects Under $2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN CITY. UNIT BID PRICE TOTAL BID PRICE 430-174-248-A Elliptical Concrete Pipe Culvert,SD,Class HE-III,38"x 60" LF 72 $ 310.00 $ 22,32000 430-174-254-A Elliptical Concrete Pipe Culvert.SO.Class HE-III,43"x 68" LF 72 $ 33000 $ 23,760 00 430.174-260-A Elliptical Concrete Pipe Culvert,SD.Class HE-III,48"x 76" LF 72 $ 36000 $ 25,920 00 430-175-115-A Concrete Pipe Culvert,SICD,Class III,15" LF 72 $ 160.00 $ 11,520 00 430-175-118-A Concrete Pipe Culvert,SICD,Class III,18" LF 2D0 $ 165.00 $ 33,00000 430-175-124-A Concrete Pipe Culvert,SICD,Class III,24" LF 96 $ 170.01) $ 16,320.00 430-175-130-A Concrete Pipe Culvert,SICD,Class III,30" LF 72 $ 175.00 $ 12,600 00 430-175-136-A Concrete Pipe Culvert,S/CD,Class III,36" LF 96 $ 205,00 $ 19,680 00 430-175-142-A Concrete Pipe Culvert,S/CD,Class III,42" LF 72 $ 24000 $ 17,280 00 430-175-148-A Concrete Pipe Culvert,SICD,Class 81,48" LF 72 $ 30000 $ 21,60000 430-175-154-A Concrete Pipe Culvert,SICD,Class III,54" LF 72 $ 350.00 $ 25,20000 430-175-160-A Concrete Pipe Culvert,SICD,Class III,60" LF 72 $ 40000 $ 28,800 00 430-175-112-B HDPE Pipe Culvert,SICD,Smooth Wall,12" LF 48 $ 7000 $ 3,36000 430-175.115-B HDPE Pipe Culvert,S/CD,Smooth Wall,15" LF 72 $ 8000 $ 5,76000 430.175-118-B HDPE Pipe Culvert,S/CD,Smooth Wall,18" LF 96 $ 8500 $ 8,16000 430.175-124-B HDPE Pipe Culvert.S/CD,Smooth Wall,24" LF 96 $ 90^00 $ 8,64000 430-175-130-B HDPE Pipe Culvert,S/CD,Smooth Wall,30" LF 72 $ 10000 $ 7,200,00 430-175-136-B HDPE Pipe Culvert,SICD,Smooth Wall,36" LF 96 $ 12000 $ 11,520.00 430.175-142-B HDPE Pipe Culvert,SICD,Smooth Wall,42" LF 72 $ 16000 $ 11,520.00 430-175-148-B HDPE Pipe Culvert,S/CD,Smooth Wall,48" LF 72 $ 17000 $ 12,240,00 430.175.154-B HDPE Pipe Culvert.SICD,Smooth Wall,54" LF 72 $ 18500 $ 13,320.00 430-175-160-B HDPE Pipe Culve+t,S/CD,Smooth Wall,60" LF 72 $ 21000 $ 15,120,00 430-175-215-A Elliptical Concrete Pipe Culvert,SICD,Class HE-III,12"x 18" LF 96 $ 13000 $ 12,480,00 430-175-218-A Elliptical Concrete Pipe Culvert,S/CD,Class HE-III,14"x 23" LF 96 $ 140.00 $ 13,440.00 430-175-224-A Elliptical Concrete Pipe Culvert,SICD,Class HE-III,19'k 30" LF 96 $ 17500 $ 16,800.00 430-175-230-A Elliptical Concrete Pipe Culvert,SICD,Class HE-111,24"x 38" LF 72 $ 220,00 $ 15,840.00 430-175-236-A Elliptical Concrete Pipe Culvert,SICD,Class HE-III,29"x 45" LF 96 S 240.00 $ 23,040.00 430-175-242-A Elliptical Concrete Pipe Culvert,SICD,Class HE-III,34"x 53" LF 72 5 265.00 $ 19,080 00 430-175-248-A Elliptical Concrete Pipe Culvert,SICD,Class HE-III,38"x 60" Li: 72 5 310.00 $ 22,320.00 430-175-254-A Elliptical Concrete Pipe Culvert,SICD,Class HE411,43"x 68" LF 72 S 330.00 $ 23,760.00 430-175-260-A Elliptical Concrete Pipe Culvert,SICD.Class HE-III,48"x 76" LF 72 S 360.00 $ 25,920.00 430-400-018 Winged Concrete Endwalls,U-shape.18" EA 2 $ 2,500.00 $ 5,000.00 430.400-024 Winged Concrete Endwalls,U-shape,24" EA 2 $ 3,500.00 $ 7,00000 430-400-030 Winged Concrete Endwalls,U-shape.30" EA 2 $ 4,000.00 $ 8,00000 430-400-036 Winged Concrete Endwalls,U-shape,36" EA 2 $ 22,000.00 $ 44,000.00 430-400.042 Winged Concrete Endwalls,U-shape,42" EA 2 $ 29,900.00 $ 59,800.00 430-400-118 Winged Concrete Endwalls,winged shape,18" EA 2 $ 2,000.00 $ 4,000.00 430-40D-124 Winged Concrete Endwalls,winged shape,24" EA 2 $ 2,500.00 $ 5,000.00 430-400-130 Winged Concrete Endwalls,winged shape,30" EA 2 $ 3,500.00 $ 7,000,00 430-400-136 Winged Concrete Endwalls,winged shape,36" EA 2 $ 5,000.00 $ 10,000,00 Ci51�17RD�O��OA�i�Ct FOR POBOC WC5F�R5�1vfiR�l�C� SPD I�JR'is of C S 4/12/2021 2:38 PM 30 EXHIBIT C CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN QTY. UNIT BID PRICE TOTAL BID PRICE 430.400-142 Winged Concrete Endwalls,winged shape,42" EA 2 $ 7,000.00 $ 14,000.00 430-518-100 Straight Concrete Endwalls,18",Single,Round EA 2 $ 2,000.00 $ 4,000.00 430-524-100 Straight Concrete Endwalls,24".Single, Round EA 2 $ 2,500.00 $ 5,00000 430-524-200 Straight Concrete Endwalls,24",Double,Round EA 2 $ 2.900.00 $ 5,800 00 430-530-100 Straight Concrete Endwalls,30",Single,Round f EA 2 $ 3,00000 $ 6,000.00 430-530.200 Straight Concrete Endwalls,30",Double.Round EA 2 $ 3.500.00 $ 7,000.00 430-536-100 Straight Concrete Endwalls,36",Single, Round EA 2 $ 5,000.00 $ 10,000 00 430-536-200 Straight Concrete Endwalls,36",Double,Round EA 2 $ 5,600.00 $ 11,200 00 '430.542-100 Straight Concrete Endwalls,42",Single, Round EA 2 $ 7,000 00 $ 14,000 00 430-542-200 Straight Concrete Endwalls,42",Double, Round EA 2 $ 6,00000 $ 16,000 00 430-602-125 U-Endwall,With Grate,Index 260/430.010,1:4 Slope,18" EA 2 $ 3,200 00 $ 6,40000 430-602-129 U-Endwall,with Grate,Index 260/430-010,1:4 Slope,24" EA 2 $ 3.30000 $ 6,60000 430-830 Pipe Filling 8 Plugging-Place Out of Service CY 20 $ 52000 $ 10,400.00 430-940-1 Desilting Pipe.0-24" LF 72 $ 600 $ 43200 430-940-2 Desilting Pipe,25-36" LF 72 $ 700 $ 50400 430-940-3 Desilting Pipe,37-48" LF 72 $ 900 $ 64800 430-940-4 Desilting Pipe.49-60" LF 72 $ 1200 $ 86400 430-950 Desilting Concrete Box Culvert Cy 50 $ 30000 $ 15,000.00 430-963-1 PVC Pipe for Back of Sidewalk,4" LF 20 $ 1000 $ 200.00 430-963-2 PVC Pipe for Back of Sidewalk,Non Standard Diameter LF 20 $ 2000 $ 400,00 430-982-123-A Mitered End Section,CD,Concrete Pipe Round,Class III,15" EA 4 $ 1,80000 $ 7,200.00 430-982-125-A Mitered End Section.CO.Concrete Pipe Round,Class III,18" EA 4 $ 1,900.00 $ 7,600.00 430-982-129-A Mitered End Section,CD,Concrete Pipe Round,Class III,24" EA 4 $ 1.95000 $ 7,800.00 430-982-133-A Mitered End Section,CO.Concrete Pipe Round,Class III,30" EA 2 $ 2.00000 $ 4,000.00 ` 430-982-138-A Mitered End Section,CD,Concrete Pipe Round,Class III,36" EA 2 $ 2,900.00 $ 5,800,00 430-982-140-A Mitered End Section,CD.Concrete Pipe Round,Class III,42" EA 2 $ 3,100.00 $ 6,200.00 430.982-141-A Mitered End Section,CD,Concrete Pipe Round,Class III,48" EA 2 $ 3,400.00 $ 6,800.00 430-982-142-A Mitered End Section,CD,Concrete Pipe Round,Class III,54" EA 2 $ 3,600,00 $ 7,200,00 430.982-143-A Mitered End Section,CD,Concrete Pipe Round,Class III,60" EA 2 $ 4,100.00 $ 8,200.00 430982-123-B Mitered End Section,CD,HOPE Pipe Round,Smooth Wall,15" LF 4 $ 700.00 $ 2,800.00 430-982-125-B Mitered End Section,CD,HOPE Pipe Round,Smooth Wall,18" LF 4 $ 800.00 $ 3,200.00 430-962-129-B Mitered End Section,CD,HDPE Pipe Round,Smooth Wall,24" LF 4 $ 900.00 $ 3,600,00 430-982-133-B Mitered End Section,CD,HDPE Pipe Round,Smooth Wall,30" LF 2 $ 1,000.00 $ 2,000.00 430-982-138-B Mitered End Section,CD,HDPE Pipe Round,Smooth Wall,36" LF 2 $ 1,100.00 $ 2,200.00 430.982-140-8 Mitered End Section,CD,HDPE Pipe Round,Smooth Wall,42" LF 2 $ 1,200.00 $ 2,400,00 430-982-141-B Mitered End Section,CD,HOPE Pipe Round,Smooth Wall,48" LF 2 $ 1,300.00 $ 2,600.00 430-982-142-B Mitered End Section,CD,HOPE Pipe Round.Smooth Wall,54" LF 2 $ 1,500.00 $ 3,000.00 430-982-143-B Mitered End Section,CO.HDPE Pipe Round,Smooth Wall,60" LF 2 $ 1,600,00 $ 3,200.00 430-982-623-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-III,12"x 18" EA 4 $ 1,600,00 $ 6,40000 430-982.625-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-III,14"x 23" EA 4 $ 1,700.00 $ 6,800,00 CO-NTI'RUOUSOONYRAC 1 R PUBLIC-WORKS—V I OR SY"RU -- 4/1212021 2:38 PM 31 EXHIBIT C CC-XXXX-20/xxx Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN CITY. UNIT BID PRICE TOTAL BID PRICE 430-982-629-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-III,19"x 30" EA 4 $ 1,900.00 $ 7,60000 430-982-633-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-III,24"x 38" EA 2 $ 2,00000 $ 4.00000 430-982-638-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-III,29"x 45" EA 2 $ 2,900.00 $ 5,800.00 430-982-640-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-III,34"x 53" EA 2 $ 3,60000 $ 7,200.00 430-982-641-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-111,38"x 60" EA 2 $ 4.30000 $ 8.60000 430-982-642-A Mitered End Section.CD,Concrete Pipe Elliptical,Class HE-III,43"x 68" EA 2 $ 4,50000 $ 9,00000 430-982-643-A Mitered End Section,CD,Concrete Pipe Elliptical,Class HE-111,48"x 76" EA 2 $ 5,10000 $ 10,200 00 430.984-123-A Mitered End Section,SD,Concrete Pipe Round,Class 111,15" EA 4 $ 1,80000 $ 7,200,00 430-984-125-A Mitered End Section,SD,Concrete Pipe Round,Class 111,18" EA 4 $ 1,900 00 $ 7,600.00 430.984.129-A Mitered End Section,SD,Concrete Pipe Round,Class Ill,24" EA 4 $ 1,95000 $ 7,800.00 430-984-133-A Mitered End Section,SD,Concrete Pipe Round,Class III,30" EA 2 $ 2,00000 $ 4,000.00 430-984-138-A Mitered End Section,SD,Concrete Pipe Round,Class 111,36" EA 2 $ 2,90000 $ 5,800.00 430-984-140-A Mitered End Section,SD,Concrete Pipe Round,Class 111,42" EA 2 $ 3,10000 $ 6,200.00 430.984-141-A Mitered End Section,SD,Concrete Pipe Round,Class Ill,48" EA 2 $ 3,40000 $ 6,80000 430-984.142-A Mitered End Section,SD,Concrete Pipe Round,Class III.54" EA 2 $ 3.60000 $ 7,200.00 430-984-143-A Mitered End Section,SD,Concrete Pipe Round,Class Ill,60" EA 2 $ 4,10000 $ 8,200.00 430-984.121-8 Mitered End Section,SD,.HDPE Pipe Round,Smooth Wall,12" LF 2 $ 60000 $ 1,200.00 430-984-123-El Mitered End Section,SD,HDPE Pipe Round,Smooth Wall.15" LF 4 $ 70000 $ 2,800.00 430-984-125-B Mitered End Section,SD,HDPE Pipe Round,Smooth Wall,18" LF 4 $ 80000 $ 3,200.00 430-984-129-B Mitered End Section,SD,HDPE Pipe Round,Smooth Wall,24" LF 4 $ 90000 $ 3,60000 430-984-133.8 Mitered End Section,SD,HDPE Pipe Round,Smooth Wall,30" LF 2 $ 1,00000 $ 2,000.00 430-984-138-8 Mitered End Section,SD,HDPE Pipe Round,Smooth Wall,36" LF 2 $ 1,100.00 $ 2,200.00 430-984-140-8 Mitered End Section,SD,HOPE Pipe Round,Smooth Wall,42" LF 2 $ 1,200.00 $ 2,400.00 430-984.141-8 Mitered End Section,SD,HDPE Pipe Round,Smooth Wall,48" LF 2 $ 1,30D.00 $ 2,60000 430-984-142-8 Mitered End Section,SD,HDPE Pipe Round,Smooth Wall,54" LF 2 $ 1,500.00 $ 3,00000 430.984-143-8 Mitered End Section,SD,HDPE Pipe Round,Smooth Wall,60" LF 2 $ 1,600.00 $ 3,20000 430-984-623-A Mitered End Section,SD,Concrete Pipe Elliptical,Class HE-III,12"x 18" F EA 4 $ 1,600.00 $ 6,40000 430-984-625-A Mitered End Section,SD,Concrete Pipe Elliptical,Class HE-111,14"x 23" EA 4 $ 1,700.00 $ 6,80000 430-964-629-A Mitered End Section,SD,Concrete Pipe Elliptical,Class H E-III,19"x 30" EA 4 $ 1,90000 $ 7,60000 430-984-633-A Mitered End Section,SD,Concrete Pipe Elliptical,Class HE-III,24"x 38" EA 2 $ 2,00000 $ 4,00000 430-984-638-A Mitered End Section,SD,Concrete Pipe Elliptical,Class HE-III,29"x 45' EA 2 $ 2,90000 $ 5,800,00 430-984-640-A Mitered End Section,SD,Concrete Pipe Elliptical,Class HE-III,34"x 53" EA 2 $ 3,600.00 $ 7,200.00 430-984-641-A Mitered End Section,SD,Concrete Pipe Elliptical,Class HE-III,38"x 60" EA 2 $ 4,300.00 $ 8,60000 430.984-642-A Mitered End Section,SD.Concrete Pipe Elliptical,Class HE-111,43"x 68" EA 2 $ 4.50000 $ 9,000.00 430-984-643-A Mitered End Section,SD,Concrete Pipe Elliptical,Class HE-111,46"x 76" EA 2 $ 5,10000 $ 10,200.00 430-991-1 Mitered End Section,Replace Stab CY 1 $ 1,600.00 $ 1.600.00 436.1-1 Trench Drain,Standard LF 50 $ 275.00 $ 13,750 00 440-1-10 Underdrain.Type 1 LS 0 No Bid Item 440-1.20 Underdrain,Type 11 LS 0 No Bid Item 440-1-30 Underdrain,Type III LS 0 No Bid Item N INO-OUS`C-OHR CJ80C1717iSl�KS 1Gf G`CtC�S l �iiSFI WJE 4/12/2021 2:38 PM 32 EXHIBIT C Scn►mf�C.lrJ1Y CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN CITY. UNIT BID PRICE TOTAL BID PRICE 440-1-50 Underdrain,Type IV LS 0 No Bid Item 440-70 Underdrain Inspection Box EA 4 $ 900.00 $ 3,600.00 440-73-1 Underdrain Outlet Pipe,4" LF 40 $ 35.00 $ 1,40000 440-73-2 Underdrain Outlet Pipe,6" ` f LF 40 $ 3700 $ 1,480.00 440-73-3 Underdrain Outlet Pipe,8" LF 40 $ 4000 $ 1.60000 440-73-4 Underdrain Outlet Pipe,10" LF 40 $ 4200. $ 1,68000 440-73-5 Underdrain Outlet Pipe.12" LF I 40 $ 4500 $ 1,800 OD 443-70-3 FrenchDrain(18") LF 100 $ 22000 $ 22,00000 443.70-4 French Drain(24") LF I 100 $ 26000 $ 26,000 00 455.88-1 Drilled Shalt,24"Dia LF I 60 $ 1,00000 $ 60,000 00 455-88-2 Drilled Shaft,30"Dia. f LF 60 $ 1,10000 $ 66,000 00 455-88-3 Drilled Shaft,36"Dia, LF 60 $ 1.20000 $ 72,000 00 455.88-4 Drilled Shaft,42"Dia. LF 60 $ 1.50000 $ 90,000 00 455.88-5 Drilled Shalt,48"Dia. LF 60 $ 2,000 DO $ 120,000,00 455-133-2 Sheet Piling Steel.Temporary-Critical SF 1,500 $ 7000 $ 105,000.00 455-133-3 Sheet Piling Steel,F&I Permanenet SF 1,500 $ 9500 $ 142,500,00 515.1-2 Pipe Handrail-Guiderail,Aluminum,F&I LF 150 $ 15000 $ 22,500,00 515-142 Pipe Handrail-Guiderail,Aluminum,Relocate LF I 150 $ 8000 $ 12,000.00 515-2-311 Pedestrian/Bicycle Railing,Aluminum,42"Type 1,Picket Infill Panel LF 150 $ 22000 $ 33,000.00 515-2-312 Pedestrian I Bicycle Railing,Aluminum,42"Type 2,Chain Link Continuous Infill Panel LF 150 $ 23000 $ 34,500.00 515-2-500 Pedestrian/Bicycle Railing,Relocate LF 150 $ 8000 $ 12,000.00 519-78 Bollards,6"Painted Steel Casing Filled with Concrete LF 30 $ 40000 $ 12,000 00 520-1-7 Concrete Curb&Gutter(Type E) LF 300 $ 30,00 $ 9,00000 520-1.8 Concrete Curb&Gutter(Miami) LF 300 $ 30,00 $ 9,00000 520-1-10 Concrete Curb&Gutter(Type F) LF 500 $ 30.00 $ 15,00000 520-2-1 Concrete Curb(Type A) LF 300 $ 30:00 $ 9,000.00 520-2-2 Concrete Curb(Type B) LF 300 $ 30.00 $ 9,00000 520-2-4 Concrete Curb(Type D) LF 300 $ 3000 $ 9,00000 520-2-5 Concrete Curb(Ribbon Curb)(20"W x B"D) LF 80 $ 30.00 $ 2.40000 520-2-8 Concrete Curb(Type RA) LF 400 $ 35.00 $ 14,000 00 520-3 Concrete Valley Gutter LF 80 $ 35.00 $ 2,80000 520-5-11 Concrete Traffic Separator(Type 1)(4'Wide) LF 100 $ 40,00 $ 4.00000 520-5-12 Concrete Traffic Separator(Type 1)(6'W ide) LF 100 $ 4500 $ 4,50000 520-5.16 Concrete Traffic Separator(Type 1)(8 5'Wide) LF 100 $ 65.00 $ 6,50000 520-5.41 Concrete Traffic Separator(Type 1V)(4'Wide) LF 100 $ 3000 $ 3,00000 5205-42 Concrete Traffic Separator(Type IV)(6'Wide) LF 100 $ 3500 $ 3,500.00 520-5-46 Concrete Traffic Separator(Type IV)(8 5'Wide) LF 100 $ 6000 $ 6,000.00 520-6 Shoulder Gutter(Concrete) LF 100 $ 4000 $ _ 4,00000 520-70 Concrete Traffic Separator(Special-Variable Width) SY 60 $ 3500 $ 2,100.00 522-1 Sidewalk&Driveways(Concrete)(4"Thick) SY 1,600 $ 4500 $ 72,000 00 U0USMK" aZ POBCIC"W21� MINOR C l'R10fWT E 4/12/2021 2:38 PM 33 EXHIBIT C 1t1�lh4Xr { .�UPV71 CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN OTY. UNIT BID PRICE TOTAL BID PRICE 522-2 Sidewalk&Driveways(Concrete)(6"Thick) SY 400 $ 65.00 $ 26,000,00 522.30.1 Sidewalk(Articulated Joint System)('TripStop'or Approved Alternative)(41"Thick) LF 50 $ 45.00 $ 2,250.00 522-30.2 Sidewalk(Articulated Joint System)('TripStop'or Approved Alternative)(6"Thick) LF 50 $ 65.00 $ 3,25000 523-1 Patterned Pavement,Vehicular Areas SY 200 $ 110.00 $ 22.000 00 524-1-2 Concrete Ditch Pavement(Non Reinforced)(4"Thick) SY 80 $ 45,00 .$ 3,600.00 524-1.4 Concrete Ditch Pavement(Non Reinforced)(6"Thick) SY 80 $ 65.00 $ 5,200.00 524-1.19 Contrete Ditch Pavement with Weepholes(3")(Fiber Mesh Reinforced) SY 100 $ 47.00 $ 4,700.00 526-1-1 Architectural Pavers,Roadway SY 200 $ 130.00 $ 26,000.00 526-1-2 Architectural Pavers,Sidewalk SY 100 $ 120.00 $ 12,00000 527-2 Detectable Warnings(Preformed Thermoplastic) SF 200 $ 6000 $ 12,00000 530-3-3 RipRap(Rubble)(Bank&Shore) TN 200 $ 200.00 $ 40,000 00 530-3-4 RipRap(Rubble)(Furnish 8 Install)(Ditch Lining) TN 100 $ 19000 $ ^^ - 19,000 00 530-4.6 Articulating Concrete Block Revetment System,Thickness 6" SY 200 $ 14500 $ 29,000 00 530-5-1 Gabion,Up to 1 Fool Thickness LS 0 $ - $ - 530-5.2 Gabion,1 Fool 8 Greater Thickness LS 0 $ $ 530-5.13 Gabion,Basket LS 0 $ - $ 530-74 Bedding Slone TN R 20 $ 17500 $ 3,50000 536-1-1 Guardrail-Roadway,General TL-3 LF 400 $ 3000 $ 12,000 00 536-1-3 Guardrail-Roadway,Double Face LF 300 $ 3500 $ 10,50000 536-6 Pipe Rail for Guardrail LF 150 $ 19.00 $ 2,85000 536-73 Guardrail Removal LF 400 $ 8.00 $ 3.20000 536-85-20. Guardrail End Treatment-Trailing Anchorage EA 4 $ 2,500.00 $ 10,000 00 536-85-24 Guardrail End Anchorage Assembly-Parallel Approach Terminal EA 2 $ 2,800 00 $ 5,60000 536-85-26 Guardrail End Anchorage Assembly(Type CRT) EA 2 $ 2,000.00 $ 4,00000 536-85.27 Guardrail End Anchorage Assembly-Double Face Approach Terminal EA 2 $ 2,50000 $ 5,00000 536-85-29 Guardrail End Anchorage Assembly-Double Face Trailing Anchorage EA 2 $ 2,80000 $ 5,60000 538-1 Guardrail Reset LF 125 $ 2000 $ 2.50000 542-70 Bumper Guards,Concrete for Parking Lot EA 2 $ 6000 $ 12000 550-10.110 Fencing(Type A)(0.0'-5.0'Height)(Standard) LF 300 $ 20.00 $ 6,00000 550-10.210 Fencing(Type B)(U'-5 0'Height)(Standard) LF 300 $ 2500 $ 7,50000 550-10.212 Fencing(Type B)(0.0'-5.0'Height)(with Vinyl Coating) LF 300 $ 3000 $ 9,00000 550-10-218 Fencing(Type B)(0 0'-5 0'Height)(Reset Existing) LF 300 $ 16.00 $ 4,80000 550-10-220 Fencing(Type B)(5.1'-6 0'Height)(Standard) LF 300 $ 2000 $ 6,00000 550-10-222 Fencing(Type B)(5.1'-6.0'Height)(w/Vinyl Coating) LF 300 $ 3100 $ 9,30000 550-10-22B Fencing(Type B)(5.V-6.0'Height)(Reset Existing) LF 300 $ 16.00 $ 4,80000 550-10410 Fencing,Wood Fence,5.0'-6 0" LF 300 $ 30.00 $ 9,00000 550-10-420 Fencing,Wood Fence,5,1-60' LF 300 $ 35.00 $ 10,500.00 550-10.620 Fencing,Vinyl Fence,5 T-6 0' J LF 300 $ 40.00 $ v 12,000 00 550-60-111 Fence Gate(Type A)(Single)(0'-6'Opening) EA 1 $ 320.00 $ 320.00 550-60-123 Fence Gate(Type A)(Double)(12.1'-18.0'Opening) EA 1 $ 750.00 $ 750.00 CONII]tUC)o Cr°RW� �USLICwC) MINOR-MN U ITO-Np IIME� 4112/2021 2:38 PM 34 EXHIBIT C # CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN QTY. UNIT BID PRICE TOTAL BID PRICE 550-60-223 Fence Gale(Type B)(Double)(12.1'-18 0'Opening) EA 1 $ 2,200.00 $ 2.200.00 550-60-234 Fence Gate(Type B)(Sliding/Cantilever)(181'-200'Opening) EA 1 $ 4,000.00 $ 4,00000 550-60-235 Fence Gate(Type(3)(Sliding/Cantilever)(20 1'-24(Y Opening) EA 1 $ 5,00000 $ 5,000.00 550-60-323 Fence Gate(Type B)(w/Vinyl Coating)(Double)(12.1'-18 G Opening) EA 1 $ ^' 4,50000 $ 4,500.00 550-60-334 Fence Gate(Type(3)(w/vinyl Coating)(Sliding/CanBlever)(18.1'-20,0'Opening) EA 1 $ 5,400.00 $ 5,40000 550-60-335 Fence Gale(Type B)(w/Vinyl Coaling)(SlidinglCantilever)(20.1'-24.0'Opening) EA 1 $ 6,000.00 $ 6,000.00 570-1-1 Performance Turf SY 3,000 $ 2.00 $ 6,000,00 570-1-2 Performance Turf(Sod) SY 3,000 $ 8.50 $ 25,500.00 571-1-11 Plastic Erosion Mat(Turf Reinforced Mat)(Type 1) SY 250 $ 1000 $ 2,500.00 630-2-11 Conduit,Furnish&Install,Open Trench LF 200 $ 1600 $ 3,200.00 630-2-12 Conduit,Furnish&Install,Directional Bore LF 200 $ 3500 $ 7,000,00 630-2-14 Conduit.Furnish&Install,Aboveground LF 200 $ 30.00 $ 6,000.00 632-7-1 Signal Cable-New or Reconstructed Intersection,Furnish and Install LF 400 $ 20.00 $ 8,000.00 632-7-2 Signal Cable-Repair/Replace/Other,Furnish and Install LF 200 $ 20.00 $ 4,000.00 632-7-4 Signal Cable,Adjust LF 200 $ 10 00 $ 2,000.00 632-7-6 Signal Cable,Remove-Intersection LF 300 $ 4.00 $ 1,200 00 633A Locate Wire,F&I,Istalled in Conjuction w/Fiber Pulling LF 1,000 $ 1.00 $ 1,000.00 633-1-123 Fiber Optic Cable,FBI,Underground,49-96 Fibers LF 1,000 $ 8,00 $ 8,00000 633-1-320 FiberOplicCable,Inslall,Untlerground !^ LF 100 $ 8.00 $ 800,00 633.2-31 Fiber Optic Connection.Install,Splice EA 300 $ 60.00 $ 18,000.00 633-3-11 Fiber Optic Connection Hardware,F&I,Splice Enclosure EA 3 $ 1,200.00 $ 3,600.00 635-2-11 Pull&Splice Box,FBI,13"x 24"Cover Size EA 10 $ 1,200 O0 $ 12,000.00 635-2-12 Pull&Splice Box,F&I.24"x 36"Cover Size (24"Deep) EA 10 $ 1.400.00 $ 14,000,00 635-2-13 Pull&Splice Box.F&I,39'x 60'Rectangular or 36"Round Cover Size(24"Deep) EA 3 $ 2,600.00 $ 7,80000 635-3-11 Junction Box.Furnish and Install,Aerial EA 4 $ 300.00 $ 1,200,00 635-3-12 Junction Bax,Furnish and Install.Mounted EA 4 $ 70000 $ 2,80000 635-3-40 Junction Box,Furnish and Install,Relocate EA 4 $ 350,00 $ 1,400 00 641-2-60 Prestresses Concrete Pole,Complete Pole Removal-Pedestal/Service Pole EA 1 $ 4,000,00 $ 4.00000 647-D Vacuum Excavation(Soft Dig) EA 8 $ 3,000.00 $ 24,000 00 653-1-11 Pedestrian Signal,Furnish&Install Led Countdown,1 way AS 2 $ 1,500.00 $ 3,00000 653.1-12 Pedestrian Signal,Furnish&Install Led Countdown,2 ways AS 2 $ 2,500.00 $ 5.00000 653-1-40 Pedestrian Signal,Relocate AS 2 $ 600.OD $ 1,20000 653-1-60 Pedestrian Signal,Remove Ped Signal-PolelPeddestal to Remain AS 2 $ 200.00 $ 40000 654.2-11 Rectangular Rapid Flashing Beacon,Furnish&Install-AC Powered,Complete Sign Assembly-Single AS 2 $ 10,000.00 $ 20,000 00 Direction 660.1-104 Loop Detector,Inductive,F&I,Type 4,2 channel,solid state,shelf Mounted,Time delay EA 1 $ 600,00 $ 60000 660-1-109 Loop Detector.Inductive,F&I,Type 9 EA 1 $ 600,00 $ 60000 660-1-110 Loop Detector,Inductive,F&I,Type 10 EA 1 $ 600.00 $ 60000 660-2-101 Loop Assembly-F&I,Type A AS 8 $ 1,000.00 $ 8,00000 660-2-102 Loop Assembly-F&I,Type B AS 4 $ 1,000.00 $ 4,000.00 660-2-106 Loop Assembly-F&I,Type F AS 6 6,000 00 CONT1NUOUS'CCFITP—AC7FOR-PUBLIC'WUR—KS-FA-(fOft—MN. 'TRUC'T ICN"P JECTS C 4/12/2021 2:38 PM 35 EXHIBIT C CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN CITY. UNIT BID PRICE TOTAL BID PRICE 660-3-11 Vehicle Detection System-Microwave,Furnish&Install Cabinet Equipment EA 3 $ 2,00000 $ 6,00000 660-3-60 Vehicle Detection System-Microwave,Remove,Complete System EA 1 $ 40000 $ 40000 660-4-11 Vehicle Detection System-Video,Furnish and Install Cabinet Equ pment EA 2 $ 2,00000 $ 4,00000 660-4-12 Vehicle Deteclion System-Video,Furnish and Install Above Ground Equipment EA 2 $ 4,00000 $ 8,000.00 660A-60 Vehicle Detection System-Video,Remove PI 2 �$ 40000 $ 800.00 665-1-11 Pedetrian Detector.Furnish and Install,Standard EA 2 $ 50000 $ 1,000.00 665.1-40 Pedestrian Detector,Relocate EA 2 $ 20000 $ 400.00 665-1-60 Pedestrian Detector.Remove-Pole7Pedetal to Remain EA 1 $ 200.00 $ 200.00 700-1-11 Single Post Sign,F&I Ground Mount,Up to 12 SF AS 4 $ 400.00 $ 1,600.00 700-1-12 Single Post Sign,F&I Ground Mount,12-20 SF AS 2 $ 1,50000 $ 3,000.00 700-1-13 Single Post Sign,F&I Ground Mount.21-30 SF AS 1 $ 2,50000 $ 2,500.00 700-1.50 Single Post Sign,Relocate AS 6 $ 25000 $ 1,500.00 700-1-60 Single Post Sign,Remove AS 3 $ 6000 $ 180.00 700-1-731 Single Post Sign,F&I Ground Mount,21-30 SF,Powder Coal Back of Sign&Post-Trail Signage AS 1 $ 3,50000 $ 3,500.00 700-2-50 Multi Post Sign,Ground Mount,Relocate AS 1 $ 4,00000 $ 4,000.00 700-3-101 Sign Panel,F&I Ground Mount.Up to 12 SF EA 4 $ 300.00 $ 1,200.00 700-3-102 Sign Panel,F&I Ground Mount,12-20 SF EA 4 $ 1,50000 $ 6,000.00 700-3-103 Sign Panel,F&I Ground Mount,21-30 SF EA i $ 2,00000 $ 2,000.00 700-3-105 Sign Panel,F&I Ground Mount,51-100 SF EA 2 $ 4,000.00 $ 8,000.00 700-3-106 Sign Panel,F&I Ground Mount,101-200 SF EA 2 $ 5,000.00 $ 10,000.00 700-5-11 Internally Illuminated Sign,F&I Overhead Mount,Up to 12 SF EA 2 $ 5,000.00 $ 10,000.00 700-5-50 Internally Illuminated Sign,Relocate EA 2 $ 2,50000 $ 5,000.00 705-10-1 Object Marker,Type 1 EA 6 $ 20000 $ 1,200.00 705-10-2 Object Marker,Type 2 EA 6 $ 200.00 $ 1,200.00 705-104 Object Marker,Type 4 EA 6 $ 200.00 $ 1,200.00 705-11-1 Delineator,Flexible Tubular EA 20 $ 90.00 $ 1.80000 705-11-2 Delineator,Non-Flexible EA 20 $ 100.00 $ 2,000,00 705-11-3 Delineator,Flexible High Visibility Median EA 4 $ 400.00 $ 1,600,00 705-11-4 Delineator,Flexible High Performance 48" EA 4 $ 420.00 $ 1,680.00 706-1-1 Raised Pavement Marker,Type B EA 100 $ 8.00 $ 800.00 710-11-101 Painted Pavement Markings,Standard,While,Solid,6" LF 2,000 $ 200 $ 4,000.00 710-11-102 Painted Pavement Markings,Standard,White,Solid,8" LF 100 $ 2.10 $ 210.00 710-11-123 Painted Pavement Markings,Standard,While,Solid,12"for Crosswalk&Roundabout LF 400 $ 2.50 $ 1,00000 710-11-124 Painted Pavement Markings,Standard,White,Solid,18"for Diagonal or Chevron LF 100 $ 3.00 $ 30000 710-11-125 Painted Pavement Markings,Standard,White,Solid,24"for Stop Line or Crossalk LF 200 $ 6,00 $ 1,200,00 710-11-131 Painted Pavement Markings,Standard,White,Skip,6'10-30 or 3-9 Lane Drop LF 2,000 $ 0.80 $ 1,600,00 710-11-141 Painted Pavement Markings,Standard,White,2-4 DotledGuideline 16-10 Dotted Extension,6" LF 100 $ 0,70 $ 70,00 710-11-144 Painted Pavement Markings,Standard,White,2-2 Dotted Extension Line for Roundabout,12" LF 100 $ 0.75 $ 75.00 710-11-160 Painted Pavement Markings,Standard,While,Message or Symbol EA 4 $ 150.00 $ 600.00 710-11-170 Painted Pavement Markings,Standard,While,Arrows EA 8 $ 12000 $ 960.00 C-0NTIRO� 0BWCOlgrRAC'i'UR PUBLIC-VoURKg"MII-RAN i R0 T10 J-E_CT 4/12/2021 2:38 PM 36 EXHIBIT C ^?!'� CC-XXXX-20/XXX Public Works Minor Construction Projects Under$2,000,000.00 Bid Form PAY ITEM NUMBER ITEM DESCRIPTION UNIT PLAN CITY. UNIT BID PRICE TOTAL BID PRICE 710-11-190 Painted Pavement Markings,Standard,White,Island Nose SF 50 $ 4.50 $ 22500 710-11-201 Painted Pavement Markings,Standard,Yellow,Solid,6" LF 2,000 $ 200 $ 4,00000 710-11.202 Painted Pavement Markings,Standard,Yellow,Solid,8" LF 100 $ 210 $ 21000 710-11-224 Painted Pavement Markings,Standard,Yellow,Solid,for Diagonal or Chevron,18" LF 200 $ 300 $ 60000 710-11.231 Painted Pavement Markings,Standard,Yellow,Skip,6" LF 2,000 $ 070 $ 1.40000 710-11-241 Painted Pavement Markings,Standard,Yellow,24 Dotted Guideline!6-10 Dotted Extension.6" LF 100 $ 080 $ 80.00 710-11.290 Painted Pavement Markings,Standard,Yellow,Island Nose SF 50 $ 4.50 $ 225.00 710-11-331 Painted Pavement Markings,Standard,Black Solid 6" LF 100 $ 2.00 $ 20000 710-11-421 Painted Pavement Markings,Standard,Blue,Solid,6" LF 50 $ 3.00 $ 150.00 710-17 Painted Pavt Markings(Remove) SF 250 $ 3.50 $ 87500 711-11-121 Thermoplastic,Standard,White,Solid,6" LF 2,000 $ 300 $ 6,00000 711-11-102 Thermoplastic.Standard,White,Solid,8" LF 100 $ 3.10 $ 31000 711-11-123 Thermoplastic,Standard,White,Solid,12"for Crosswalk and Roundabout LF 400 $ 350 $ 1,40000 711-11.124 Thermoplastic,Standard,White,Solid,18"for Diagonals and Chevrons LF 100 $ 420 $ 42000 711-11-125 Thermoplastic,Standard,White,Solid,24"for Stop Line and Crosswalk LF 100 $ 620 $ 620.00 711-11.131 Thermoplastic,Standard,White,Skip,6",10-30 Skip or 3-9 Lane Drop LF 2,000 $ 300 $ 6,00000 711-11-141 Thermoplastic,Standard,White,2-4 Dotted Guideline 16-10 Gap Extension,6" LF 100 $ 1.50 $ 150.00 711-11-144 Thermoplastic,Standard,White,2-2 Dotted Extension Line,12"for Roundabout LF 100 $ 350 $ 35000 711-11-160 Thermoplastic,Standard,White,Message or Symbol EA 4 $ 240.00 $ 960.00 711-11.170 Thermoplastic,Standard,White.Arrow EA 8 $ 160.00 $ 1.280.00 711-11-221 Thermoplastic,Standard.Yellow,Solid,6" LF 2,000 $ 300 $ 6,000.00 711-11.222 Thermoplastic,Standard.Yellow,Solid,8" LF 100 $ 3.10 $ 310.00 711-11-224 Thermoplastic,Standard,Yellow,Solid,18"for Diagonal or Chevron LF T 200 $ 4.20 $ 840.00 711-11-231 Thermoplastic,Standard,Yellow,Skip,6" LF 2,000 $ 3:00 $ 6,000.00 711-11-241 Thermoplastic,Standard,Yellow,2-4 Dotted Guide Line/6-10 Dotted Extention Line,6" LF 100 $ 350 $ 350.00 711-14.160 Thermoplastic,Preformed,White,Message EA 4 $ 700.00 $ 2,800.00 711-17-1 Thermoplastic,Remove Existing Thermoplastic Pavement Markings-Surface to Remain SF 250 $ 4.00 $ 1,000.00 715-4-60 Light Pole Complete,Relocate EA 1 $ 4,000.00 $ 4,00000 Maintenance of By-Pass Flow(Percentage of Project Bid Price Subtotal,Excluding Mobilization, 909.104 Maintenance of Traffic,Prevention Control and Abatement of Erosion&Water Pollution,Clearing 8 LS 0 No Bid Item Grubbing,Re far Excavation.and Maintenance of By-Pass Flow Pay Items See'Notes 1&2 Below. TOTAL BID PRICE $ 9,716,109.00 Note 1 Maximum Allowable Percentages for Lump Sum Items:Mobilization,Maintenance of Traffic,Prevention Control and Abatement of Erosion&Water Pollution,Clearing&Grubbing,Regular Excavation,and Maintenance of By-Pass Flow Pay Items to be Determined by Project Manager on a Per Project Basis,Prior to Bid Solicitation for Individual Work Order. Note 2 Project Bid Price for Lump Sum Items:Mobilization,Maintenance of Traffic,Prevention Control and Abatement of Erosion 8 Water Pollution,Clearing& Grubbing,Regular Excavation,and Maintenance of By-Pass Flow Pay Items to be Calculated by Multiplying Subtotal of All Other Pay Items in Bid Solicitation by a Percentage Determined by Contractor,not to Exceed the Maximum Allowable Established for Each Pay Item in Bid Solicitation for individual Work Order. Pricing Submitted By:_Southland Construction, Inc­— Contractor. nc._ _Contractor.Southland Construction Inc. CONTINUOUS CONTRACT FOR PUBLIC WORKS MINOR CONSTRUCTION PROJECTS 4/12/2021 2:43 PM 37 EXHIBIT C BID FORM SEMINOLE COUNTY, FLORIDA FOR THE CONSTRUCTION OF PROJECT:Public Works Minor Projects with Construction Costs Less Than$2,000,000.00 COUNTY CONTRACT NO. CC-3563-21/RTB Name of Bidder: Southland Construction, Inc. ^ Mailing Address: 172 West 4th St� Street Address: 172 West 4th St City/State/Zip: _ Apopka A 32703 `^ Phone Number: r 407 ? 889-9844 FAX Number: ; 407 _ ) 886-4348 E-Mail Address: �raucci?- cifl.com Contractor License Number: C CM3786 TO: Purchasing and Contracts Division of Seminole County, Florida Pursuant to and in compliance with your notice inviting sealed Bids (Invitation for Bid), Instructions to Bidders, and the other documents relating thereto,the undersigned Bidder, having familiarized himself with the terms of the Bidding Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Bidding Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including Addenda Nos. nL_ _____through , on file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth. The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the Bidding Documents. The undersigned Bidder further agrees to pay liquidated damages as described in the Bidding Documents. Bid prices must be stated in words and numbers in accordance with these Instructions to Bidders in the blank space(s) provided for that purpose. Bidder acknowledges that it has read and fully understands all Sections of the Bidding Documents. The undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein;that this Bid is made without collusion with any person, firm or corporation; and agrees, if the Bid is accepted, that he will execute an Agreement with the 00100—Bid Forms(Rev 082020) CC-3563-21/RTB—Public Works Minor Projects with Construction Costs Less Than$2,000,000.00 Page 14 of 95 38 EXHIBIT C COUNTY in the form set forth in the Bidding Documents in strict compliance with all of County requirements. BID FORM Pursuant to and in compliance with this Invitation to Bid, Instructions to Bidders, and all documents relating thereto, the undersigned hereby agrees to furnish all labor, Materials and Equipment required to do the Work in strict accordance with the Bidding Documents and all addenda, if any, issued prior to the date of this Bid at the Total Bid herein as follows: TOTAL AMOUNT OF BID; ` W yo i l c is1•o 0 Numbers (Wf1�.��� � �e� �n �`i x P�� 1�����d ons - (IN WORDS) 1. The Bidder acknowledges that the Total Amount of Bid stated above includes the sum of $250.00 or 1%of the Bid whichever is greater, specific consideration for indemnification. 2. The Bidder acknowledges that the Total Amount of Bid stated above includes compensation for all Work, labor, permits, bonds, insurance, equipment, materials, and any and all incidental costs necessary for the proper execution of the required services. f Y)1 IN WITNESS WHEREOF, BIDDER has hereun -execute t S -$1D FORM tfq. y _day ofd^— 20 2—1 �4 Southland Construction,Inc. % + (Name of BIDDER) ,,,JSi nature of person signing this BID FORM) Joseph L Raucci (Printed name of person signing this BID FORM) Vice President _ (Title of person signing this BID FORM) ACCOMPANYING THIS BID IS ell-bind iA- (insert the word(s)"cashier's check,"bidder's bond,"certified check,"or other security as provided by law) in an amount equal to at least five percent(5%) of the Total Bid, payable to the BOARD OF COUNTY COMMISSIONERS SEMINOLE COUNTY,FLORIDA The undersigned deposits above-named security as a Bid guarantee and agrees that it shall be forfeited to the COUNTY as liquidated damages in case this Bid is accepted by the COUNTY and the undersigned fails to execute an Agreement with the COUNTY as specified in the Contract Documents accompanied by the required Payment and faithful Performance Bonds with Sureties satisfactory to the COUNTY, and accompanied by the required certificates of insurance coverage,and endorsements. Should the COUNTY be required to engage the services of an attorney in connection with the enforcement of this Bid, Bidder promises to pay COUNTY's reasonable attorney's fees and costs (including attorney's fees and costs on appeals) incurred with or without suit. 00100—Bid Forms(Rev 082020) CC-3563-21/RTB—Public Works Minor Projects with Construction Costs Less Than$2,000,000.00 Page 15 of 95 39 EXHIBIT C BID SUBMITTAL CHECKLIST The Bidder acknowledges the receipt,execution, and return of the following forms: Section Form Included El 00100 Bid (addendum acknowledged) Bid Security 00110 Trench Safety Act Form 00120 Bidder Information 00200 Non-Collusion Affidavit of Bidder 00300 Certification of Non-segregated Facilities 00310 Americans with Disabilities Act / 00320 Drug-Free Workplace Form e-- 00330 Public Entity Crimes Form i 00340 Compliance with Public Records Form 00350 Worker's Compensation Compliance Certification / 00710 Insurance Confirmation Copies of required Licenses as required Any and all other documents as requested in Documents FDOT PREQUALIFICATION CLASS VERIFICATIONS Bidders and Subcontractors must be pre-qualified with the Florida Department of Transportation for the following categories at the time of bid submission and remain certified by the entire duration of the Agreement. Prequalification forms must be included with the bid response: Cateciorv: Name of FDOT Pre-Qualified Compan1 Drainage (including all storm drains,pipe culverts)* Southland Construction, Inc. Fencing TBD(Pre-qualified subcontractor) Flexible Paving* Southland Construction, Inc. Grading* Southland Construction, Inc. Pavement Marking TSD(Pre-qualified subcontractor) Roadway Signing Southland Construction,Inc. Traffic Signal TSD(Pre-qualified subcontractor) Sidewalk Southland Construction,Inc. Other Work Classes (*) Prime Contractor required to be pre-qualified in this work class 00100—Bid Forms(Rev 082020) CC-3563-21/RTB—Public Works Minor Projects with Construction Costs Less Than$2,000,000.00 Page 16 of 95 40 EXHIBIT D TRENCH SAFETY ACT lif applicable for this_proiqSLtJ SECTIONS 553.60-553.64, FLORIDA STATUTES NOTICE TO BIDDERS: In order to comply with the Trench Safety Act, the Bidder is required to specify the costs of compliance. These costs are nota separate pay item. The Bidder must also reference the Trench Safety Standards which will be in effect during construction,and assure in writing that the Bidder will comply with the applicable Trench Safety Standards. TRENCH SAFETY _ UNITS OF QUANTITY UNIT EXTENDED MEASURE MEASURE COST COST Safe Slope LF 3,594 3.00 10,782.00 Trench Box LF 1,198 2.00 2,396.00 TOTAL $13,178.00 Joseph.L-Raucci;-'aLice� President Southland Construction, Inc. (,tispresentative Name _ Bidder Name ,41.14/2021 Representative Signature Date 00110—Trench Safety Act(Rev 082020) CC-3563-211RTB—Public Works Minor Projects with Construction Costs Less Than$2,000,000.00 Page 31 of 95 41 EXHIBIT E AMERICANS WITH DISABILITIES ACT AFFIDAVIT The undersigned CONTRACTOR swears that the information herein contained is true and correct and that none of the information supplied was for the purpose of defrauding the COUNTY. The CONTRACTOR will not discriminate against any employee or applicant for employment because of physical or mental handicap in regard to any position for which the employee or applicant for employment is qualified. The CONTRACTOR agrees to comply with the rules, regulations and relevant orders issued pursuant to the Americans with Disabilities Act (ADA), 42 USC s. 12101 et seq. It is understood that in no event shall the COUNTY be held liable for the actions or omissions of the CONTRACTOR or any other party or parties to the Agreement for failure to comply with the ADA. The CONTRACTOR agrees to hold harmless and indemnify the COUNTY, its agents, officers, or employees from any and all claims, demands, debts, liabilities or causes of action of every kind or character, whether in law or equity, resulting from the CONTRACTOR's acts or omissions in connection with the ADA. CONTRACTOR: .S_outbland Construction, Inc. ` ` Signature: Printed Norrie Joseph L Raucci Title: /Vice President Date. 4/14/2021 Affix Corporate Seal (if applicable) STATE OF Florida COUNTY OF Orange Sworn to (or affir ed) and subscrib d before me by mean of ph sic I presence or E1 online notarization, this _day of , 20 , by _( . dna perso making statement) SION�.•. • 2.2; spy, Signature of Notary Public MOYJA SMA #W969729 Print/Type/Stamp Commissioned Name of Notary Public %y�,oa Ban�ed�rJ �`��••�sr� Ohlic U�4' �Xi . Persona l�f/ ... . Produced Identification 1///1r1111t410N� Type of Identification Produced: 00310—ADA Affidavit(Rev 110920) CC-3563-21/RTB—Public Works Minor Projects with Construction Costs Less Than 82,000,000.00 Page 39 of 95 42 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS CONSTRUCTION FORMS EXHIBIT TO THE AGREEMENT TO BE PROVIDED TO THE CONTRACTOR WITH THE AGREEMENT Applicationfor Payment.....................................................................................................C-01 Continuation Sheet for Application for Payment.................................................................C-01 (2) ChangeOrder Form............................................................................................................C-02 ShopDrawing Submittals...................................................................................................C-03 Authorized Field Change (AFC) .........................................................................................C-04 Certificate of Substantial Completion................................................................................C-05 Certificateof Final Completion ..........................................................................................C-06 Contractor's Release..........................................................................................................C-07 Contractor's Waiver of Lien (Partial)...................................................... ..............C-08 Subcontractor's Waiver of Lien (Partial) ...........................................................................C-09 Contractor's Waiver of Lien (Final and Complete)............................................................C-10 Subcontractor's Waiver and Release of Lien (Final)........................................................C-11 Consent of Surety to Final Payment..................................................................................C-12 Any manipulations of these documents would be grounds for fraud and misrepresentation. 43 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS APPLICATION FOR PAYMENT Contract for: Payment Application No.: County Contract No.: CIP No.: CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Total changes approved in previous months by County $ $ Total approved this month $ $ TOTAL $ $ NET CHANGES by Change Order $ 1. ORIGINAL CONTACT SUM ......................................................................... $ 2. NET CHANGE BY CHANGE ORDER............................................................. $ 3. CONTACT SUM TO DATE (Line 1 &Line 2) .................................................... $ 4. TOTAL COMPLETED AND STORED TO DATE................................................ $ 5. RETAINAGE: (a) % of Completed Work.................................... $ (b) % of Stored Material.................................... $ Total Retainage(Lines 5a +5b, or Total in Column 1) ...................................... $ 6. TOTAL EARNED LESS RETAINAGE .............................................................. $ 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT ........................................... $ (Line 6 from Prior Payment Application) 8. CURRENT PAYMENT DUE............................................................................ $ 9. BALANCE TO FINISH INCLUDING RETAINAGE (Line 3 minus Line 6)................... $ The undersigned Contractor certifies that(1)all previous payments for Work performed have been applied to discharge in full all obligations on the Contractor incurred in connection with Work covered by prior payment applications(1 through )under this Agreement; (2)all Materials and Equipment incorporated in the project are free and clear of liens,security interests and encumbrances;(3)all previous payments have been applied to pay in full,minus retainage,all amounts owed to its subcontractors and suppliers;(4)all information provided is true and accurate. CONTRACTOR: DATE: By; (Print) (Signature) STATE OF FLORIDA COUNTY OF Sworn to(or affirmed)and subscribed before me by means of o physical presence or o online notarization, this day of ,20_, by .(name of person making statement) Signature of Notary Public—State of Florida Print/Type/Stamp Commissioned Name of Notary Public Personally Known OR Produced Identification Identification Type: COUNTY: In accordance with the Contract Documents, the undersigned recommend payment as presented. Engineer: Date: Project Manager: __ , _ Date: C-01 —Application for Payment(Rev 100120) 44 W w Q Q Z W w j W w W 2 U = QZ if Q O m � U a G7 00 U W L W F. -i � O W Z Oma OO O a UQ N at D w N O O J J 0 W Q ¢ ¢ O V LLW l D V J J OQ W U) O 0. m W w IL Z Q ¢ d d Z o O w 0 w L V W a ~ LL w o 0 0 Q Y 1-1 U) o m v o ooaW 0 0 � Q + r LL W J 0 v Z d a V E O Z Q L a V W 0m ,o LLJ U) W -i LU a J U O m @ 4� z � LUC > -> cn o W LL � u N Zt H a O � Q n o (� c W LL o O a a W W " Y v � N ZLL c OZN 0 ~ O r U m Z O Z lY0 r 0 7 QO N 1- C w � Z �. Z U 0 V w Z J �'— O `° d � <1 Wt o V v Q ~ � u 45 U- m_ o N XSX a-i W �O a--I N C N A R a L O u N U c C O to u . Q a Q v a� z c 0 c� c c 0 u 0 U 46 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS CHANGE ORDER CONSTRUCTION PROJECTS CONTRACTOR: Date: Contract No.: _ Project Name: Change Order No.: Work Order No.:(if applicable) Original Contract/Work Order Amount: $ Amount prior to this Change Order, if different: $ _ Change Order Amount: ❑Increase ❑ Decrease ❑ No Change $ _ Revised Contract/Work Order Amount including this Change Order: $ Change Order Time: ❑Increase ❑ Decrease ❑ No Change Days Date of Substantial Completion through this Change Order: Date of Final Completion through this Change Order: Waiver: This Change Order constitutes full and mutual accord and satisfaction for the adjustment of Contract/Work Order Price and Time as a result of increases or decreases in costs and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between the County and Contractor that the Change Order represents an equitable adjustment to the Agreement and that Contractor will waive all rights to file a contract claim of any nature on this Change Order. Execution of this Change Order constitutes Contractor's acceptance and satisfaction that it is entitled to no more costs or time,direct,indirect,impact,etc.,pursuant to this Change Order. Acknowledgements:The aforementioned change,and work affected thereby,is subject to all provisions of the original Agreement not specifically changed by this Change Order;and it is expressly understood and agreed by the County and the Contractor that the approval of this Change Order will have no effect on the original Agreement other than matters expressly provided herein. This Change Order does or does not involve changes to the design of the project,which would require the approval and signature of the Architect or Engineer of Record and County Project Manager. County Project Manager: Architect/Engineer of Record: Contractor: Name: Address: Sign: - Date: PURCHASING AND CONTRACTS DIVISION: Signature: Date Procurement Administrator As authorized by Section 3.554, Seminole County Administrative Code WITNESS: WITNESS: ❑ For Board approved Items: Meeting Date: Item# C-02-CHANGE ORDER FORM (Rev 100120) 47 EXHIBIT F Seminole County Board of County Commissioners SHOP DRAWING SUBMITTALS Date: Submittal#: ENGINEER OF RECORD: CONTRACTOR: Attention: Project Manager Project Name: Contract No.: CIP# Contractor: Item Copies Description Previous Specification Plan No. Submission No. Sections Sheet No. I Contractor's Authorized Representative: TO BE COMPLETED BY ENGINEER OF RECORD: Item Resubmit Copies Comments No. Yes No I i Engineer of Record: Date: C-03-Shop Drawing Submittal (Rev 100120) 48 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS AUTHORIZED FIELD CHANGE (AFC) FIELD ORDER NO.: AGREEMENT TITLE: CONTRACT NO.: CIP#: - - I CONTRACTOR: ARCHITECT/ENGINEER: AGREEMENT DATE: CONTRACT DAY: OF Note:An AFC is not an instrument that amends the Contract Documents. This AFC issued by ENGINEER to CONTRACTOR authorizes minor variations in the Work and not a change in the Work. An AFC does not entitle CONTRACTOR to any adjustment in Contract Price or Contract Time. FINAL AS-BUILT PLANS WILL REFLECT AFC. _ I. Minor Variations Authorized: II. Justification I III. Acknowledgements: Mutually agreed to by the CONTRACTOR and the COUNTY. This AFC authorized by: Includes attachments: ARCHITECT/ENGINEER By: Date: Receipt of this AFC: Acknowledged By: CONTRACTOR By. Date: C-04-Authorized Field Change(AFC) (Rev. 100120) 49 EXHIBIT F 2 Pages Form Seminole County Board of County Commissioners CERTIFICATE OF SUBSTANTIAL COMPLETION Construction Projects Contractor: Date: Contract No.: Project Name: Master Agreement(if applicable): _ CIP No.: This Certificate of Substantial Completion applies to all work under the Contract Documents or the following specified parts thereof: To: (Print) Architect/Engineer of Record To: _ (Print) Contractor The work to which this Certificate applies has been inspected by authorized representatives of CONTRACTOR, and ARCHITECT/ENGINEER, and that Work is hereby declared to be substantially completed in accordance with the Contract Documents on: Date of Substantial Completion A list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete and warrant all the Work in accordance with the Contract Documents. All items on the list shall be completed or corrected by CONTRACTOR within calendar days of the above date of Substantial Completion. C-05-CERTIFICATE OF SUBSTANTIAL COMPLETION(Rev 100120) 50 EXHIBIT F 2 Pages Form This Certificate does not constitute an acceptance of Work not in accordance with the Contract Documents nor is it a release of CONTRACTOR's obligations to complete the Work in accordance with the Contract Documents, including "As-Built" drawings. Executed by ARCHITECT/ENGINEER on the day of _ ' 20 ARCHITECT/ENGINEER: Print Name Signature Accepted by CONTRACTOR on the day of , 20 CONTRACTOR: Print Name Signature Executed by County's PROJECT MANAGER on the day of ,20 PROJECT MANAGER: Print Name Signature C-05 -CERTIFICATE OF SUBSTANTIAL COMPLETION(Rev 100 120) 51 EXHIBIT F 2 Pages Form Seminole County Board of County Commissioners CERTIFICATE OF FINAL COMPLETION Construction Projects Contractor: Date: Contract No.: Project Name: Master Agreement(if applicable): CIP No.: This Certificate of Final Completion applies to all work under the Contract Documents. To: (Print) Architect/Engineer of Record To: (Print) Contractor To: Seminole County Board of County Commissioners or Designee The Work to which this Certificate applies has been inspected on (date) by authorized representatives of CONTRACTOR, and ARCHITECT/ENGINEER, and that Work is hereby declared to be finally completed in accordance with the Contract Documents on: Date of Final Completion C-06-CERTIFICATE OF FINAL COMPLETION(Rev 100120) 52 EXHIBIT F 2 Pages Form This Final Completion Certificate constitutes an acceptance of Work excepting latent defects, warranty work, maintenance, and other post Final Completion obligations of the CONTRACTOR under the Contract Documents. Executed by ARCHITECT/ENGINEER on the day of , 20 ARCHITECT/ENGINEER: Print Name Signature Accepted by CONTRACTOR on the day of , 20 CONTRACTOR: Print Name Signature Accepted by SEMINOLE COUNTY on the day of , 20 WITNESSES: BOARD OF COUNTY COMMISSIONERS SEMINOLE COUNTY, FLORIDA Procurement Administrator As authorized by Section 3.554,Seminole County Administrative Code C-06-CERTIFICATE OF FINAL COMPLETION(Rev 100 120) 53 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACTOR'S RELEASE This Release must be submitted simultaneously with the Contractor's request for Final Payment and Subcontractor Affidavits. Agreement Title: County Contract No.: Construction Contract#OR Master Services Agreement#&Work Order# Contractor: CIP No.: BEFORE ME, the undersigned authority in said County and State, appeared (Name of Affiant) who, being duly sworn and personally know to me, deposes and says that he/she is (Title of Affiant)of (Full Legal Company Name),a company and/or corporation authorized to do business under the laws of Florida, which is the CONTRACTOR on (Agreement Title), located in Seminole County, Florida, dated the day of 20_, that the deponent is duly authorized to make this affidavit by resolution of the Board of Directors of said company and/or corporation;that deponent knows of their own knowledge that said Agreement has been complied with in every particular by said CONTRACTOR and that all parts of the Work have been approved by the COUNTY's Architect/Engineer; that there are no bills remaining unpaid for labor, Materials, or otherwise, in connection with said Agreement and Word, and that there are no suits pending against the undersigned as CONTRACTOR or anyone in connection with the Work done and Materials furnished or otherwise under this Agreement. Affiant further says that the final estimate in the amount of$ which has been submitted to the COUNTY simultaneously with the making of this affidavit constitutes all claims and demands against the COUNTY on account of said Agreement or otherwise, and that acceptance of the sum specified in said final estimate in the amount of $ will operate as a full and final release and discharge of the COUNTY from any further claims, demands or compensation by CONTRACTOR under the above Agreement. Deponent further agrees that all guarantees under this Agreement shall start and be in full force from the date of this release as spelled out in the Contract Documents. Affiant State of Florida County of Sworn to(or affirmed)and subscribed before me by means of ❑ physical presence OR ❑ online notarization, this_day of 120 by (Name of Affiant) Signature of Notary Public—State of Florida Print,Type, Stamp Commissioned Name of Notary Public Personally Known OR Produced Identification Type of Identification Produced: C-07-CONTRACTOR'S RELEASE(Rev 100120) 54 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACTOR'S WAIVER OF LIEN (Partial) Copy of Waiver to be submitted with Each Pay Request Agreement Title: County Contract No.: Construction Contract#OR Master Services Agreement#&Work Order# CIP No.: From: _ Full Legal Name of Contractor To: Seminole County Board of County Commissioners Pursuant to the Contract, identified above, entered into on the day of , 20_, between the Contractor and Seminole County for the following project: CONTRACTOR CERTIFIES THAT: 1. All Work covered by Application For Payment No: _ has been performed in accordance with the terms of the Contract Documents; 2. The materialmen, subcontractors, mechanics, and laborers have been paid from previous payments received from the County on account of Work performed; 3. All Material and Equipment obligations of the Contractor have been paid from previous payments received from the County on account of Work performed; and 4. All just and lawful claims of the Contractor arising out of the performance of the Work covered by this Application for Payment have been paid and satisfied. IN WITNESS WHEREOF,the undersigned has signed and sealed this instrument this day of 20 Witness: _ Signature—Contractor's Representative Witness: - Printed Name&Title State of Florida County of Sworn to(or affirmed)and subscribed before me by means of ❑ physical presence OR ❑ online notarization, this day of ,20_, by Name of Person making statement Signature of Notary Public—State of Florida Print,Type, Stamp Commissioned Name of Notary Public Personally Known OR Produced Identification Type of Identification Produced: C-08-CONTRACTOR'S WAIVER OF PARTIAL LIEN (Rev 100120) 55 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS SUB-CONTRACTOR'S WAIVER OF LIEN (Partial) Copy of Waiver to be submitted with Each Pay Request Agreement Title: County Contract No.: Construction Contract#OR Master Services Agreement#&Work Order# CIP No.: From: Full Legal Name of Sub-Contractor To: Seminole County Board of County Commissioners Pursuant to the Contract, identified above, entered into on the day of 20_, between the Contractor and Seminole County for the following project: _ SUB-CONTRACTOR CERTIFIES THAT: 1. The materialmen, subcontractors, mechanics, and laborers have been paid from previous payments received from the County on account of Work performed; 2. All Material and Equipment obligations of the Contractor have been paid from previous payments received from the County on account of Work performed; and 3. All just and lawful claims of the Contractor arising out of the performance of the Work covered by this Application for Payment have been paid and satisfied. IN WITNESS WHEREOF,the undersigned has signed and sealed this instrument this day of 20 Witness: Signature—Sub-Contractor's Representative Witness: Printed Name&Title State of Florida County of Sworn to(or affirmed)and subscribed before me by means of❑ physical presence OR o online notarization, this day of 20_, by Name of Person making statement Signature of Notary Public—State of Florida Print,Type, Stamp Commissioned Name of Notary Public Personally Known OR Produced Identification Type of Identification Produced: C-09-SUB-CONTRACTOR'S WAIVER OF PARTIAL LIEN (Rev 100120) 56 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACTOR'S WAIVER OF LIEN (Final and Complete) Copy of Waiver to be submitted with Final Pay Request Agreement Title: County Contract No.: Construction Contract#OR Master Services Agreement#&Work Order# Contractor: CIP No.: (Affiant),being duly sworn according to law,deposes and states that he/she is the (Title) of (Full Legal Name of Contractor), Contractor in a Contract entered into between the Contractor and Seminole County for the _ (Agreement Title)and that he is authorized to and does make this affidavit on behalf of the Contractor. THE AFFIANT FURTHER DEPOSES AND STATES THAT: 1. All Work has been performed in accordance with the terms of the Contract Documents,the Contractor alone has made all subcontracts, and the Contractor and his subcontractors have purchased all materials and fixtures and employed all labor in the performance of the Work. 2. All laborers, materialmen, mechanics, manufacturers and subcontractors who have furnished any one or all of the following: services, labor, fixtures, or materials have been satisfied and paid in full for the Work performed, and for materials,fixtures, and/or services supplied, and that the Contractor is not indebted to any person or firm in connection with the Work in any amount whatsoever. 3. There are no outstanding claims of any nature, contractual or otherwise, or for any personal injury, death or property damage, arising from or associated with the performance of the Work that might be the basis of any claim, suit, lien or demand that could be asserted against either the County or the Contractor. 4. All Bonds and Insurance policies required by the Contract are presently in effect and shall not be permitted to expire within the time periods stated in the Contract Documents. 5. This affidavit is made for the purpose of inducing the County to make Final Payment, and acceptance of such Final Payment by the Contractor shall release the County from any further liability under the Contract Documents. IN WITNESS WHEREOF,the undersigned has signed and sealed this instrument this day of_ 20 Witness: Signature—Contractor's Representative Witness: Printed Name&Title State of Florida County of Sworn to(or affirmed)and subscribed before me by means of ❑ physical presence OR ❑ online notarization, this day of 20_, by Name of Person making statement Signature of Notary Public—State of Florida Print, Type, Stamp Commissioned Name of Notary Public Personally Known OR Produced Identification Type of Identification Produced: C-10-CONTRACTOR'S WAIVER OF FINAL AND COMPLETE LIEN(Rev 100120) 57 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS SUB-CONTRACTOR'S WAIVER AND RELEASE OF LIEN UPON FINAL PAYMENT Copy of Waiver to be submitted with Contractor's Final Pay Request Agreement Title: County Contract No.: Construction Contract#OR Master Services Agreement#&Work Order# Contractor, CIP No.: State of: __ County of: (Affiant),being duly sworn according to law,deposes and states that he/she is the (Title)of (Full Legal Name of Subcontractor), SubcontractorNendor/Lienor to the above Contractor under Contract with Seminole County for the (Agreement Title)and that he is authorized to and does make this affidavit on behalf of the Subcontractor. The undersigned, in consideration of the final payment in the amount of$ hereby waives its lien and right to claim a lien for labor, services, or materials fumished to (Contractor) on the above listed project to the following described property: Property Address: Tax Parcel Number: Legal Description: IN WITNESS WHEREOF, the undersigned has signed this instrument this day of 20 Signature of Subcontractor's Representative Title STATE OF FLORIDA COUNTY OF: The Foregoing instrument was acknowledged before me by means of ❑ physical presence OR ❑ online notarization, on this_day of , 20 , by (Name of Affiant), who is personally known to me or who has produced as identification. Signature of Notary Public—State of Florida Printed/Typed/Stamped Commissioned Name of Notary Public Title or Rank Serial Number(if any) C-11-SUBCONTRACTOR'S WAIVER AND RELEASE OF LIEN (Rev 100120) 58 EXHIBIT F SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS CONSENT OF SURETY TO FINAL PAYMENT Agreement Title: County Contract No.: Construction.Contract#OR Master Services Agreement#&Work Order# Contractor: CIP No.: We, (Name of Surety), having heretofore executed Performance and Payment Bonds for the above named Contractor covering the Project referenced above in the sum of Dollars(5 ) hereby agree that the County may make full payment of the final estimate, including the retained percentage, to said Contractor. The Surety concurs that full payment to the Contractor is appropriate and the Surety expressly releases the County from all liability to Surety resulting from full payment to the Contractor. It is fully understood that the granting of the right to the County to make payment of the final estimate to the Contractor and/or his assigns shall in no way relieve this Surety of its obligations under its bonds as set forth in the Contract Documents and Bonds pertaining to the above referenced Project. By execution of this Consent, Surety specifically acknowledges that, in the event it is discovered that the Contractor has failed to pay any subcontractors under this Project,the Surety will make such payments as are due, either in whole or in part, and hold the County harmless therefrom. IN WITNESS WHEREOF, (Name of Surety) has caused this instrument to be executed on behalf of its and its duly authorized attorney-in-fact, and its corporate seal shall be affixed, on this day of 20 Signature—Surety's Representative Signature—Attorney-in-Fact *Power of Attorney must be attached if signed by Attorney-in-Fact Printed Name&Title STATE OF FLORIDA COUNTY OF: The Foregoing instrument was acknowledged before me by means of ❑ physical presence OR ❑ online notarization, on this day of 20 by (Name of Affiant),who is personally known to me or who has produced as identification. Signature of Notary Public—State of Florida Printed/Typed/Stamped Commissioned Name of Notary Public Title or Rank Serial Number(if any) C-12-CONSENT OF SURETY TO FINAL PAYMENT(Rev 100120) 59 EXHISM G Agreement Name: /1-6/-4 w-_ks A".,.._ C rer�i e/,� ry � T < ZM Agreement Number: C C-- AFFIDAVIT --AFFIDAVIT OF E-VERIFY REQUIREMENTS COMPLIANCE The CONSULTANT/CONTRACTOR agrees to comply with section 448.095, Florida Statutes, and to incorporate in all subcontracts the obligation to comply with section 448.095, Florida Statutes_ 1. The CONSULTANT/CONTRACTOR shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the CONSULTANT during the term of the Agreement and shall expressly require any subcontractors performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E- Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Agreement term. i 2. That the CONSULTANT/CONTRACTOR understands and agrees that its failure to comply with the verification requirements of Section 448.095, Florida Statutes or its failure to ensure that all employees and subcontractors performing work under Agreement Number are legally authorized to work in the United States and the State of Florida, constitutes a breach of this Agreement for which Seminole County may immediately terminate the Agreement without notice and without penalty. The CONSULTANT/CONTRACTOR further understands and agrees that in the event of such termination, the CONSULTANT/CONTRACTOR shall be liable to the county for any costs incurred by the County as a result of the CONSULTANT'S/CONTRACTOR'S breach. DATED this r/ �J day of ,4 kr ws f , 20 Z 1. ' SC L,,4 •--mss hf irWLbc f _ 1 Consultant Name By: � L�— Print Name: i Title: h J L A4.,,+ STATE OF COUNTY OF 1 HEREBY CERTIFY that, on this L�Uday of N4491 ' 20 . before me, an officer duly, a thoriz the State and County aforesaid to ` ake acknowledgments; personally appeared who is personally known to me or ❑ who has produced Nh as identi{ication. ��11��IIt1ltllq�N PA .•GOy 2,2pi•,. Print Name ! – ;, a9 ��•, f Notary Public in and for the County and State Aforementioned /� #ccsbei� s M commission expires: moo` T–�g,$ d , E-Verify Affidavit OAF %0, • `�D1+c uncle .•''a Revised 1/2912021 ��ii �� +lsr,�1di 60 ADDENDUM A FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) ADDITIONAL TERMS FOR SEMINOLE COUNTY CONTRACTS These FEMA Contract Terms are made a part of the Agreement between Seminole County and the Contractor or Consultant named in the Contract or Agreement to which this Addendum is attached and incorporated by reference. Definitions The term "Contractor", as used throughout this Addendum, means the Contractor, Provider, Consultant,or similar such term, as named in the Contract or Agreement. The term "Contract", as used throughout this Addendum, means the underlying Agreement or Contract to which this Addendum is attached and incorporated by reference. General Provisions A. Contractor provides services that the County may require in the event of a hurricane or other disaster. Contractor acknowledges and agrees that, in such event, the County may apply to the State of Florida or the federal government for funds that will be used to pay Contractor or reimburse the County for payments made to Contractor. FEMA will only consider reimbursing contracts that contain the requisite FEMA provisions. Conk actor desires to be eligible to be awarded disaster work and be compensated through federal funds. The County and Contractor agree that with respect to any services or work performed or provided by Contractor or its subcontractors under the Contract arising or related to a disaster event, the provisions set forth in this Addendum and the most recent version of the United States Department of Transportation Federal Highway Administration's Form FHWA-1273, which is incorporated into this Addendum by reference,(collectively,the"FEMA Requirements")apply. The FEMA Requirements will only modify the Conk-act upon the provision by Contractor of work or services required as a result of a disaster.The terms and conditions of the Contract and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the FEMA Requirements listed in this Addendum and other provisions of the Contract,the FEMA Requirements will govern and prevail. Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 1 of 11 61 B Contracts that receive funding derived from federal grants must comply with federal guidelines.The federal funds appropriated by the Federal Emergency Management Agency (FEMA)will be administered through the State of Florida. C. Payment. Payment will be based on the unit rates/prices pursuant to the Contract Fee Schedule. Contractor shall submit invoices covering no more than a 30 day period. 2 C.F.R. §200.326 and 2 C.F.R.Part 200,Appendix II,Required Contract Clauses I. Remedies. In the event of a breach or violation of the Contract by Contractor, in addition to any other remedies provided for in the Contract or to which the County may be entitled at law or in equity, Contractor will be subject to debarment or suspension from consideration for the award of additional contracts from the County, including, but not limited to, contracts related to disaster relief or recovery, pursuant to the terms and procedures set forth in all applicable County codes. 2. Termination for Convenience. The County may terminate this Contract at its convenience with or without cause upon written notice of termination to Contractor.In the event of such a termination by the County,the County will be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies,services, and facility orders that cannot be cancelled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances will the County be liable to Contractor for lost profits or overhead for work, materials, or services not performed by Contractor,or delivered by Contractor to the County. 3. Equal Employment Opportunity (Applicable to All FEMA Construction Contracts and required by 41 C.F.R. Part 60-61-1.4(b)) During the performance of this Contract,the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race,color,religion,sex,or national origin.The Contractor will take affirmative action to ensure that applicants are employed, and that employees are heated during employment without regard to their race, color, religion, sex, or national origin.Such act~.on 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 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 ConVactor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 2 of 11 62 considerations for employment without regard to race, color, religion, sex, or national origin. (3) The Contractor will 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 advising the said labor union or workers'representatives of the Contractor's comm'�Lnents under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will 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. (5) The Contractor will 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 his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations,and orders. (6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said 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 as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contactor will include the portion of the sentence immediately preceding paragraph(1)and the provisions of paragraphs(1)through(7)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 subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions,including sanctions for noncompliance; Provided,however,That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 4. Davis Bacon Act and Copeland Anti-Kickback Act (Applicable to Emergency Management Preparedness Grant Program, Homeland Security Grant Program,Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program construction contracts in excess of $2,000.00. Not applicable to other FEMA grant and cooperative agreement programs, Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 3 of 11 63 including the Public Assistance Program; Davis Bacon Act-40 USC s. 3141-3144 and 3146-3148, 2 CFR Part 200,Appendix II;Copeland Anti-Kickback Act-40 USC s. 3145) In situations where the Davis Bacon Act does not apply, neither does the Copeland Anti- Kickback Act. Compliance with Davis Bacon Act (1) The Contractor agrees to comply with the requirements of the Secretary of Labor in accordance with the Davis Bacon Act as amended, and all other applicable Federal, state and local laws and regulations pertaining to labor standards insofar as those acts apply to the performance of this Contract. The Contractor shall maintain documentation that demonstrates compliance with hour and wage requirements of this part. Such documentation must be made available to the County for review upon request. Current applicable wage rates will be attached to the Contract if applicable. (2) The Contractor agrees that all contractors engaged under contracts in excess of $2,000.00 for construction,renovation or repair work financed in whole or in part with assistance provided under this Contract, shall comply with Federal requirements adopted by the County pertaining to such contracts and with the applicable requirements of the regulations of the Department of Labor, under 29 CFR Parts 1, 3, 5 and 7 governing the payment of wages and ratio of apprentices and trainees to journey workers; provided that, if wage rates higher than those required under the regulations are imposed by state or local law,nothing under this Addendum is intended to relieve the Contractor of its obligation,if any,to require payment of the higher wage.The Contractor shall cause or require to be inserted in full, in all such contracts subject to such regulations, provisions meeting the requirements of this paragraph. . Compliance with Copeland Anti-Kickback Act (1) Convactor. The Contractor shall comply with 18 U.S.C. § 874,40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts.The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also 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 or 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. Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 4 of 11 64 5. Contract Work Hours and Safety Standards Act (Applicable to all FEMA contracts in excess of$100,000 that involve the employment of mechanics or laborers; 29 CFR Part 5; 2 CFR Part 22, Appendix II,E) (1) Overtime requirements. No contractor or subcontractor contracting 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-half times 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 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 County 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 contractor,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) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. 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." 6. Rights to Inventions Made Under a Contract or Agreement (Applicable if FEMA award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the non- Federal entity wishes to enter into a contract with a small business firm or nonprofit Addendum A--Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 5 of 11 65 organization regarding the substitution of parties, assignment or performance of experimental,developmental,or research work under that"funding agreement". Does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households—Other Needs Assistance Grant Program. 37 CFR Part 401; 2 CFR Part 200, Appendix 11, F). The Contractor ackiowledges that it must comply with the requirements of 37 CFR Part 401 and any implementing regulations issued by FEMA. 7. Clean Air Act and the Federal Water Pollution Control Act (Applicable to Contracts in Excess of$150,000) Clean Air Act (1) The Contractor agrees to comply with all applicable standards,orders or regula ons 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 County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the State, 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. 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 County and understands and agrees that the County will, in turn, report each violation as required to assure notification to the State, 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. 8. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (Applicable to All FEMA Contracts and Subcontracts; Executive Order 12549, Executive Order 12689, 2 CFR Part 180; 2 CFR Part 3000) (1) Addendum A-Federal Emergency Management Agency(FEMA) Additional Terns for Seminole County Contracts Page 6 of 11 66 a. By signing this Addendum,the Contractor is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The Contractor shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction.However,failure of the Contractor to furnish a certification or an explanation will disqualify such a person from participation in this transaction. C. The Contractor shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor,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.pt. 180,subpart C and 2 C.F.R.pt.3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the County. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R.pt. 3000,subpart C,in addition to remedies available to the State, and the County, 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.pt. 180, subpart C and 2 C.F.R. pt. 3000; subpart C while this offer is valid and throughout the period of the Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." 9. Certification Regarding Use of Contract Funds for Lobbying (Byrd Anti-Lobbying (31 USC s. 1352) Applicable to contracts in excess of$100,000. 2 CFR Part 200,Appendix II) (1) (1) The Contractor certifies, by signing this Addendum, to the best of Contractor's knowledge and belief,that: Addendum A-Federal Emergency Management Agency(FEMA) Additional Terns for Seminole County Contracts Page 7 of 11 67 a. No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned, to any person for influencing or attempting to influence ani officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation,renewal, amendment,or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (2) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or enteringinto this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification will be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. (3) The Contractor also agrees that Contractor shall require that the language of this certification be included in a111ower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 10. Procurement of Recovered Materials(Applicable to all FEMA contracts,42 USC s. 6962; 2 CFR Part 200,Appendix II,K; 2 CFR s. 200.322) (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: (a) Competitively within a timeframe providing for compliance with the contract performance schedule; (b) Meeting contract performance requirements; or (c) At a reasonable price. Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 8 of 11 68 (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. 11. Additional FEMA Requirements a, Access to Records (Applicable to all FEMA contracts; DHS Standard Terms and Conditions, v. 3.0 XXV) (1) The Contractor agrees to provide the County, State,FEMA,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 the 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. (4) The Contractor agrees to maintain all books,records, accounts and reports required under the Contract for a period of not less than three(3)years after the date of termination or expiration of the Contract, except in the event of litigation or settlement of claims arising Ii•om the performance of the Contract, in which case Contractor agrees to maintain same until the County, the State, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. 12. DHS Seal, Logo and Flags (Applicable to all FEMA contracts; DHS Standard Terms and Conditions, v. 3.0 XXV) The Contractor shall not use the DHS seal(s), logos, crests or reproductions of flags or likenesses of DHS agency officials without specific FEMA approval. 13. Compliance with State and Federal Reporting Requirements Contractor and its subcontractors shall comply with and the Contract is subject to the requirements and regulations of the Federal Emergency Management Agency and the State of Florida Division of Emergency Management pertaining to reporting. 14. No Obligation by the Federal Government-Applicable to all FEMA contracts) (1) Absent the express written consent by the Federal Government, the Federal Government or FEMA is not a party to the Contract and shall not be subject to any Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 9 of 11 69 obligations or liabilities to the County, Contractor, or any other party (whether or not a party to that contract)pertaining to any matter resulting from the underlying cont`act. (2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FEMA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 15. Fraud and False or Fraudulent or Related Acts- (Applicable to all FEMA contracts) The Contractor ack--nowledges that 31 USC Chap_ 38 (Administrative Remedies for False Claims and Statements)applies to the Contractor's actions pertaining to this Contract. Additional FEMA Provisions 16. Civil Rights (Applicable to All FEMA Contracts) -The following requirements will apply to the Contract and any subcontracts: (1) Age. In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. §623, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. (2) Disabilities.In accordance with section 102 of the Americans with Disabilities Act, as amended,42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630,pertaining to employment of persons with disabilities, and which prohibits discrimination in the areas of employment, public accommodations,transportation,telecommunications and government services. 17. Compliance with Federal Law, Regulations, and Executive Orders - (Applicable to all FEMA contracts) This is an acknowledgement that FEMA financial assistance will be used to fund the Contract only. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies,procedures, and directives as applicable,including but not limited to: 1 The Robert T. Stafford Disaster Relief and Emergency Assistance Act,as amended, 42 USC Sec. 5121,et. seq. 2 Resource Conservation and Recovery Act 3 National Historic Preservation Act Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 10 of 11 70 4 Mandatory Standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act 18. Immigration and Naturalization Act. -(Applicable to all FEMA contracts) Contractor shall not knowingly employ unauthorized alien workers in violation of 8 USC §1324a (e) [§74A (e) of the Immigration and Nationality Act] and such employment of unauthorized aliens shall be grounds for unilateral termination of the Conlract/Agreement. 19 Indemnity of Funding Entities.-(Applicable to all FEMA contracts) Contractor hereby agrees to indemnify and hold harmless the State of Florida, the Government of the United States of America (including but not limited to the Federal Emergency Management Agency and the Federal Highway Administration) and the County and their officers, agents, employees and elected officials from and against any and all liability, claims,damages, demands, expenses, fees,fines,penalties, suits,proceedings, actions and cost of actions, including attorneys' fees for trial and appeal, and for the preparation of same arising out of Contractor's, its officers, agents, employees and subcontractors' acts or omissions associated with this Contract. 20. Performance and Payment Bonds. (Applicable to all FEMA contracts) If not already required under the Contract, and if requested by the County, the Con-tactor shall,prior to the commencement of operations,furnish a Performance and Payment Bond, executed by a surety company authorized to do business in the State of Florida, in the amount of the estimated contract value, which bond must be conditioned upon the successful completion of all work, labor, services and materials to be provided and famished under the contract and the payment of al l subcontractors,materials and laborers. Such bonds must be subject to the approval by the County. 21 Materials and Supplies. (Applicable to all FEMA contracts) All manufactured and unmanufactured articles, materials and supplies which are acquired for public use under this Contract have been produced in the United States as required by 41 USC §10a,unless it would not be in the public interest or unreasonable in cost. 22. Subcontracts. (Applicable to all FEMA contracts) To the extent applicable, the Contractor shall cause the inclusion of the provisions of this Addendum in all subcontracts. DGS/dre 8/29/19 T.\Users\dshields%Cases\Resource Management\Purchasing Agreements%Specific Negoliatrd AgreementsVOWFEMA Addendum\FEMA Addendum.docx Addendum A-Federal Emergency Management Agency(FEMA) Additional Terms for Seminole County Contracts Page 11 of 11 71 A�D® 6/10 CERTIFICATE OF LIABILITY INSURANCE 7TE10/2021/DD021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Barbara Monroe Johnson & Company ,CNN., /CNN. Ext: (407)843-1120 (AIC,No: (907)893-5772 801 N Orange Avenue E-MAIL bmonroe@johnsonandcompany.net ADDRESS: Suite 510 INSURER(S) AFFORDING COVERAGE NAIC# Orlando FL 32801 INSURERA:Zurich American Insurance Co 16535 INSURED INSURER B:American Guarantee & Liab Ins 26247 Southland Construction, Inc. INSURERC:Great American Insurance Company 16691 172 W. Fourth Street INSURER D:Travelers Property & Casualty 25674 INSURER E: Apopka FL 32703 INSURER F: COVERAGES CERTIFICATE NUMBER:21-22 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DDNYYY MM/DDNYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAED A CLAIMS-MADE ❑X OCCUR PREMISES (E.oc ", 300,000 PREMISES Ea occurrence $ X Contractual Liability X Y GL0229871-05 1/1/2021 1/1/2022 MED EXP(Any one person) $ 10,000 PERSONAL &ADV INJURY $ 2,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY ❑X PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 4,000,000 JECT OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 Ea accident B X ANYAUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED X Y BAP0229870-05 1/1/2021 1/1/2022 BODILY INJURY(Per accident) $ AUTOS AUTOS XX NON-OWNED FLEET POLICY PROPERTY DAMAGE $ HIRED AUTOS AUTOS Per accident PIP-Basic $ 10,000 X UMBRELLA LAB X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESS LAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I I RETENTION $ X AUCO229865-05 1/1/2021 1/1/2022 $ WORKERS COMPENSATION X I PER 7TH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? i N i B (Mandatory in NH) y WCO229872-05 1/1/2021 1/1/2022 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Excess Umbrella TUE 4067604-05 1/1/2021 1/1/2022 LIMIT 25 Mill/$25 Mill D Leased/Rented Equipment QT 630 9M746620 TIL 21 1/1/2021 1/1/2022 LIMIT $500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) RE: CC-3563-21/RTB - Public Works Minor Construction Projects with Costs Less than $2,000,000. Board of County Commissioners of Seminole County, Florida, its officials, officers and employees are named as additional insureds under the GL & Umbrella on a primary and non-contributory basis. 30 days notice of cancellation applies with 10 days for nonpayment of premium. Waiver of Subrogation applies to the GL, Auto and WC policies in favor of the Board of County Commissioners of Seminole County, Florida, its officials, offers and employees. Umbrella follows form. There are no XCU Exclusions on the GL Policy. CERTIFICATE HOLDER CANCELLATION pcdadmin@seminolecountyfl.gov SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE -Seminole County Board of County THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. Building Dept. 1101 East 1st ST AUTHORIZED REPRESENTATIVE Sanford, FL 32771 J Johnson, III/MONROE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 72 INS025(201401)