Recommended b~-~-_,;,..~~"-~-~1Al_,,~-t--------1{-;(._l ie""-'l:{~lj+----

46
Meeting Date: May 7, 2019 Agenda Item #: PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY [X] Consent [ ] Regular [ ] Workshop [ ] Public Hearing Department: Facilities Development and Operations I. EXECUTIVE BRIEF Motion and Title: Staff recommends motion to approve: Work Order No. 19-038 withAnzco, Inc. in the amount of $377,667 for the replacement of the existing boardwalk at Daggerwing Nature Center with a duration of 240 days from issuance. Summary: The work consists of the replacement of the existing boardwalk decking, railing, rail posts and associated hardware at the Daggerwing Nature Center. The existing boardwalk is more than twenty (20) years old, requires replacement of the railing sections of the deck and realignment of support pilings to ensure many years of continued use. This Work Order under the Annual Minor Construction Contract was solicited pursuant to the requirements of the Office of Equal Business Opportunity (OEBO) ordinance. The prime contractor is an SBE. The annual contract was presented to the Goal Setting Committee on January 2, 2019 and an API of Sheltered Market was applied to all bids under this annual contract for 12 months. The bidder on this Work Order achieved 100% SBE participation and has no subcontractors. The overall participation on the Annual Minor Construction contract is 56.96%. The funding source for this work is a combination of FY 18 Infrastructure Sales Tax, 2002 $50 Million General Obligation Recreation and Cultural Facilities Bond and Park Improvement Fund. The total construction duration is 240 days from permit issuance. (Capital Improvements Division) District 5 (LDC) Background and Justification: Bids for this project were opened on March 14, 2019. The lowest responsible bidder was Anzco, Inc. which submitted 100% SBE participation. Attachments: 1. Location .Map 2. Budget Availability Statement 3. Bid Summary 4. Work Order No. 19-013 Recommended \ Depart'inent Director Date County Administr3:t.or Date

Transcript of Recommended b~-~-_,;,..~~"-~-~1Al_,,~-t--------1{-;(._l ie""-'l:{~lj+----

Meeting Date: May 7, 2019

Agenda Item #:

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS

AGENDA ITEM SUMMARY

[X] Consent [ ] Regular [ ] Workshop [ ] Public Hearing

Department: Facilities Development and Operations

I. EXECUTIVE BRIEF

Motion and Title: Staff recommends motion to approve: Work Order No. 19-038 withAnzco, Inc. in the amount of $377,667 for the replacement of the existing boardwalk at Daggerwing Nature Center with a duration of 240 days from per~it issuance.

Summary: The work consists of the replacement of the existing boardwalk decking, railing, rail posts and associated hardware at the Daggerwing Nature Center. The existing boardwalk is more than twenty (20) years old, requires replacement of the railing sections of the deck and realignment of support pilings to ensure many years of continued use. This Work Order under the Annual Minor Construction Contract was solicited pursuant to the requirements of the Office of Equal Business Opportunity (OEBO) ordinance. The prime contractor is an SBE. The annual contract was presented to the Goal Setting Committee on January 2, 2019 and an API of Sheltered Market was applied to all bids under this annual contract for 12 months. The bidder on this Work Order achieved 100% SBE participation and has no subcontractors. The overall participation on the Annual Minor Construction contract is 56.96%. The funding source for this work is a combination of FY 18 Infrastructure Sales Tax, 2002 $50 Million General Obligation Recreation and Cultural Facilities Bond and Park Improvement Fund. The total construction duration is 240 days from permit issuance. (Capital Improvements Division) District 5 (LDC)

Background and Justification: Bids for this project were opened on March 14, 2019. The lowest responsible bidder was Anzco, Inc. which submitted 100% SBE participation.

Attachments:

1. Location .Map 2. Budget Availability Statement 3. Bid Summary 4. Work Order No. 19-013

Recommended b~-~-_,;,..~~"-~-~1Al_,,~-t--------1{-;(._l ie""-'l:{~lj+----\ Depart'inent Director Date

County Administr3:t.or Date

II. ... El&CAL IMPACT AN;ALY~IS.

A. Five Year Summary of Fiscal Impact:

Fiscal Years 2019. 2020 2021 2022 2023 Capital Expenditures $415#33 Operating Costs External Revenues Program Income (County) fu-Kind Match (County)

NET FISCAL IMPACT $.,415":4;?3 #ADDITIONAL FTE POSITIONS (Cumulative)

Is Item Included in Current Budget? Yes x No Does this item include use of federal funds? Yes No x

Budget Account No: Fund 3950 Dept 581 Unit T039 Object 6504 $222,663.56 Budget Account No: Fund 3020 Dept 581 Unit P717 . Object 6504 $ 20,636.00 Budget Account No: Fund 3600 Dept 581 Unit.. P855-BT Object 6504 $172,134.14

B. Recommended Sources of Funds/Summary of Fiscal Impact:

Funding for this con.tract is a combination of FY 18 Infrastructure Sales Tax, 2002 $50 Million General Obligation Recreation and Cultural Facilities Bond and Park hnprovement Fund.

Construction Costs Contingency Total

$ 377,667.00 $ 3.7,, 766. 70. $ 415,433.70

C. Departmental Fiscal Review;,,_'. _.......,.,__~---~---'"'---~----

III. :REVIEW COMMENT&:

A. OFMB Fiscal and/or Contract Development and Control Comments:

OFMB "c'Cmtract Administrator

B. Legal Sufficiency~

Assistant County Attorney

C. Other Department Review:

<;-_.C-c_/~ ~rtment Director

This summary is not to be used as a basis for payment.

Attachment 1

LOCATION MAP

Attachment 2 ----- ---·- - --·· ---·------- - ·- ··---~--·----

BUDGET AVAILABILITY STATEMENT REQUESTDATE: 3125/19 ~ESTEDBY: GusAmo . , PHONE: 233-0275

PROJECT TITLE: .D.~.g,$,~r:Y.Yi!!!:t . .Ni!!!!@ c~~D.~t:.: ... h.9.il:4.:W.~lk .. ,r~11~irdRB:.:J3II>.). . (Same as C_ll) or IST, if applicable)

ORIGINAL CONTRACT AMOUNT: $

REQUESTED AMOUNT: $377,667.00

CSA ot CHANGE ORDER NUI\ifBER:

LOCATION: 11435 Park Access Rd., Boca Raton

BUILDING NUMBER: 648

IST PLANNING NO.:

BCC RESOLUTION#:

DATE:

DESCRIPTION OF WORK/SERVICE WCATION: Daggerwing Nature Center

PROJECT!W.G. NillvfBER: 18526A

CONSULTANT/CONTRACTOR: Anzco,Inc. (minor)

PROVIDE A BRIEF STATEMENT OF THE SCOPE OF S'.BllVICES TO BE PROVIDED BY TRE CONSULTANT/CONTRACTOR:

Furnish all materiaJ, labor, supervision, pennits and supplies necessary· and reasonably incidental for boardwalk repairs per the specifications provided by Capital Improvements Division.

CONSTRUCTION :$377,667 .00 PROFESSIONAL SERVICES $ NA STAFF COSTS* $ NA EQUIP./ SUPPLIES $ NA CONTINGENCY $ 37, 766.70

TOTAL $415,433.70

.., ...... ,~-~-A·~~--AfEP~O.-.\i!t i~"- l 2 ..... ~ ......... n __ ~ ··1

' a( flllLY FUNDED WITHIN CURRENT BUDGET. fi!:::_ i ! Cl ruu:-r FUNDED PENOING BUDGET TPJ\NSPiR - . t·: t

..,. ... ~ ........ 1ei~w.J1Vr'1'•·11C..tt•:.-~!ll•""'~-·1 .... .,,,-•f~··.-...,,... ..... ~~11Md'r~....,._~~---ollil

*By signing this BAS your department agrees to these CID staff charges and your account will be chqrgefJ:1'JJon·receipt of this.BAS by FD&O. Un.less there is a change in the scope of work, no additional stajf charges will be billed. If this: BAS is for ~onstruction costs o/$250,000 or greater, stqff charges will be billed as actual and reconciled at the end of the project. /fthe project re.quires Facilities Management or .ESS staff your department will be: billed actual hoiirs .worked upon project completion.

!JunG~T ACCOUNT NU1\UJ~WSH8pecit\1 .distribution :ltmore than o.n~'and.tJ.rder.i!f w.ltichl .. u":ds:.ar~.to IJ~ .. ~edt;: FUND:]'\50 DEPT:S'<(\ UNIT:1'D31 OBJ: w9if - ;/;J.J.1(p~3~~ (p 30~0 ~t f'11~ ti5 .. o4·-- Jo) (oJt, .. 1lo

ID~~ING SOURCEFOf ;~ACCOUNT:~:~~ ;!de dlir!f~t~:;~~~~Ji ,;l~~ !\('Ad Valorem (Amount $~.:J~ .. 2d.}.9.:.:i:J. . .... ,, .. ,_~~J 0 Infrastructure· Sales Tax (Amount $,...2;2::t1J1 Ct>3 ..•.. ,_,w.-··· JP t~ 0 State (source/type: . ··-w--w.-Am9Ynt£ .... ,. ........ "'"'", .. J D Federal (source/type: _ .. · _ .,. ......... ,., .... ~4IDQ\mt $ · -;J

~ ::;~:=~o.g~~~:;~~ c.!~·Jf ~::;i~~~Z4 frojra~ f ~i0 A H 14

:;r~t,,~;;~~~~~~= DATB!l=-~CZ-:

BID SUMMARY Project Name: DAGGERWING NATURE CENTER RE-BID (MAN)

Project No. 18526A

~ Bid Opening Date: Thursday, March 14, 2019

CONTRACTOR ANZCOINC ANDREA CONSTRUCTION INC.

BID $377,667.00 $386,600.00

BID BOND REQUIRED ONLY IF / / BID IS OVER $200K

ADDENDUMs 1 - ** / / ACKNOWLEDGED

ADDENDUMs 2 / / ACKNOWLEDGED

ADDENDUMs 3 / / ACKNOWLEDGED

ADDENDUMs4 .// / ACKNOWLEDGED

ATTACHMENT 2 / ~ (OEBO SCHEDULE 1)

OEBO PARTICIPATION 1QQ% I $377.667.00 100% I $386,600.00 ~

ATTACHMENT 2 / v (OEBO SCHEDULE 2)

Bid Documents opened by:~ Bids Documents recorded by:

Note: Tabulation is not official until checked and certified by Capital Improvements Division

WORK ORDER 19-038 TO CONTRACT FOR ANNUAL MINOR CONSTRUCTION

FOR DAGGERWING NATURE CENTER- BOARDWALK REP AIRS (RE-BID)

PROJECT NO. 18526A

TIDS WORK ORDER is made as of by and between Palm Beach County, a political subdivision of the State of Florida, hereinafter referred to as "Owner", and Anzco, Inc., a Florida corporation, hereinafter referred to as "Contractor".

WHEREAS, the Owner and Contractor acknowledge and agree that the Contract between Owner and Contractor dated February 3, 2015 (R2015-0l58) ("Contract") is in full force and effect and that this Work Order merely supplements said Contract:

NOW THEREFORE, in exchange for the mutual covenants and promises set forth herein and the sums of money agreed to be paid by the Owner to the Contractor, the parties agree as follows:

(1) TOTAL QUOTE AMOUNT

Pursuant to Section 6.3 of the Instructions to Bidders of the Annual Contract for Minor Construction Owner and Contractor, the Contractor was the lowest, responsive, responsible Bidder in the amount of $377 ,667 for the construction costs of replacing and realigning sections of the boardwalk and perimeter deck of the Nature Center as defined in project requirements and incorporated herein by reference. (Original scope)

(2) SCHEDULE OF TIME FOR COMPLETION

The time of completion for this Work Order will be as follows: The Contractor shall substantially complete the project within 60 calendar days for each phase as outlined in Exhibit "A", Project Requirements.

(3) ATTACHMENTS: Bid Form Public Construction Bond Insurance Certificate( s)

( 4) Except as specially modified herein, the Contract remains in full force and effect. All capitalized terms herein shall have the same meaning as set forth in the Contract.

THE REMAINDER OF THIS PAGE JS LEFT INTENTIONALLY BLANK.

IN WITNESS WHEREOF, the Board of County Commissioners of Palm Beach County, Florida has made

and executed this Work Order on behalf of the COUNTY and CONTRACTOR has made and executed this Work Order, the day and year written above.

ATTEST: SHARON R. BOCK, CLERK & COMPTROLLER

Deputy Clerk

APPROVED AS TO FORM AND LEGAL SUFFICIENCY

By: ____________ _ County Attorney

Name (type or print)

PALM BEACH COUNTY BOARD, FLORIDA Political Subdivision of the State of Florida BOARD OF COUNTY COMMISSIONERS

Mack Bernard, Mayor

APPROVED AS TO TERMS AND CONDITIONS

By~ f\.11-. !VW'-\. vJ I '-f Audrey Wolf, Director- FD&O

CONTRACTOR: ANZCO,INC.

Name (type or print)

Title

(Corporate Seal)

BID FORM IN ORDER TO BE DEEMED RESPONSIVE TO THIS INVITATION TO QUOTE/BID, THE QUOTE/BID PACKAGE MUST CONTAIN:

a) This Quote/Bid Form completed and executed. b) Schedules 1 and 2. c) Bid Security. (If the bid/quote is $200,000 or more).

THE FOLLOWING MUST BE COMPLETED AND SIGNED BY CONTRACTOR

BID/QUOTE TOTAL AMOUNT (PER ORIGINAL SCOPE) $ 3171(()(/; 7. 00 • Writtenamount 7).kA.c .//u~a<&Q :Ssv~'f .ss.~&::l 771ovs AMO S11< ~.1-J"~ 5/r<r/ 'Sllrt/~ Zlx' <4W A-IP. ~;f o. ALTERNATE BID/QUOTE TOTAL AMOUNT (TOP CAP PRESSURE TREATED WOOD) $357,6'47, Oo

· Written amount ~Al 1-h.Nva~ 1=11--17.:S'SN~ ~~4L>d A4/.0 S/K hkAf'~"° tJ.,:J/. ..$)~ $4;-J~ .J:6~k)..»1¥;) fl"' 2. Bidder commits to achieving the APis applicable to this solicitation as designated on Attachment B and as submitted on its. Schedules 1 and 2.

3. Is the Bidder a Palm Beach County Registered S/M/WBE? Yes~--4. Commercial Non-Discrimination Certification. The undersigned Bidder hereby certifies and agrees that the following information is correct: In preparing its response to this Solicitation, the Bidder has considered all proposals submitted from qualified, potential Subcontractors and suppliers, and has not engaged in "discrimination" as defined in the County's Commercic;il Nondiscrimination Policy as set forth in Resolution 2017-1770 as amended, to wit: discrimination in the solicitation, selection or commercial treatment of any Subcontractor, vendor, supplier or commercial customer on the basis of race, color, national origin, religion, ancestry, sex, age, marital status, familial status, sexual orientation, gender identity or expression, disability, or genetic information, or on the basis of any otherwise unlawful use of charaCteristics regarding the vendor's, supplier's or commercial customer's employees or owners; provided that nothing in this policy shall be construed to prohibit or limit otherwise lawful efforts to remedy the effects of discrimination that have occurred or are occurring in the County's relevant marketplace of Palm Beach County. Without limiting the foregoing, "discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination." Without limiting any other provision of the solicitation, it is understood and agreed that, if this certification is false, such false certification wi11 constitute grounds for the County to reject the bid submitted by the Bidder for this Solicitation, and to terminate any contract awarded based on the response. As part of its bid, the Bidder shall provide to the County a list of all instances within the immediate past four (4) y~ars where there has been a final adjudicated determination in a legal or administrative .proceeding in the State of Florida that the Bidder discriminated against its Subcontractors, vendors, suppliers or commercial customers, and a description of the status or resolution of that complaint, including any remedial action taken. As a condition of submitting a bid to the County, ·the Bidder agrees to comply with the County's Commercial Nondiscrimination Policy as described in Resolution 2017-1770 as amended.

Date Signature

~104:-:>,.--Title

Bid/Quotes Must Contain Original Signatures. No Copies or Faxed Quotes Will Be Accepted.

Form Rev. 01/23/19 Invitation for Quote-Non-federal

1 .. $.COPE OF WQRl(;:: ·nis q~otation Js to furnish. all material~ faborf supervision,: p.ennits and sitpplies rte¢e~sary: an4 i:e~~q11ably in~id,~n.~l tp bo~rdw~i~· tep.afrs per. the· spectffoations·. ·provid~ by Capi~l Im.prove.ments Division in the Invitation for Quote/Bid at Attaebm¢nt ·''I)~·' and/or. available. at the pt.e,.;bid meeting·. held ·on. Felnuacy io.~. 201:9,. :lf!Jle~s aft~nf!ed:1;tevious/}r .. .st;,heduled'.r(J~e:b~f:i .. :mifeti':-·'ft:A'Jr.t Janu~:J~,, 201.9~. ·w.ork 'is ·to- .be don~ :Uullel"··the terms and: coij.d.itfons 'Of Palm. ·»each· Co;uli.ty's· Annual. Cotitra~t h

- Minor ·Constructfon.t and :pursuant to the .~p~clal ·conditfons uf the ·wo.tk .O:tdet't both ·of.which are .in¢nrpor.d~: J.nto. the :Cf'.Jittr1''-'.t J>o~nm.en~s ·by refe~nc~.

Z~ SCllEDt1L£. OF~ fFQR~COMP4.ETIQN. The tim~ bf cqmple.tioil: for tbiS, Project will be as· follows.: The .contractor :shal1.substantiaUy·comp1ete the work within sixty((}.O)~calendat days (each phase) o'.fpetttlit i$suafice;. · ·

.3 •. BID SE·Ct1RIT¥ AND «Pt!DLiC; idONSTRUdTION BOND. Bld, ·S.e,c.uritf and :Pub.Uc .Constniction Ifono. are·tequit.edJ:otfui$·.·:e1toj~~~ =in:ae~Pt.d.an~e with Sectit1n .5 .2 of the ln$b:u~tfoiis: •ltiQ,ders df the Annual Contra.ct as· fo 11 ows~

:ma s~c~liy.~ ilJfQld Jsi :i2=QQ)~:fJ.fJ or, ov~t.; th;s- ~i~Q.uo~ ,'$~11,, b.~·= &c.cl;llt\pa.Di~d by a J3id S¢:¢urity (Jn the .. £0.:riti.1l~, :at B.1&1~.fs :option, ·cashier~s· check, certified, check,,_. .money' order- or B.id. Bond h1 :fa-Vt>r Qf the; Couxdtl Jn. t.h~= .. ~ou;n.t 6f at le~t fiv~ p~r.ce.1lf (;$%) qf ~he:. bid, prl($~ . .s,ee Secti.6fi. :s-.;2.2· :of the· I11strue.tin.ns =t~ Bii.tier§ of the: Annual C()nttact for. detaHed. :t¢qufr~m¢nt$: F~gat:d.~ 8j.d :Security.

Public C:onstruction,Bond .. If::Sid is $2{)0,000· or over :(or if·.cumulative open. work orders ·are $20:0:;ooo or 0v~r), -the.rt pr.forto. ¢x¢cutfon .of a.Work Order~ and,not later thao. foUrteen (14 }oalendat .Q.~ys. after notifi·cation fro:tn .Owner, th~ $uccess:ful Bic;ider .shallftitni$h. a Pu~llic C()ns:ttuotkm Bond .in .the. amount. ofl0.0.% .of the. Work Otdet and Guarantee,;. ·see .S~ctiort 5.2.3 of the mstructions to Bid4ers of the A.:Putttd Contra« . .for d~t:ail~d r¢qui.t:¢ments regardin,g: the. J;>ttbli¢ Construction Bond. and Ouarantee.

4 .. LIQUIDATED .DAMAGES~. Ll:qu)'dated. Damages are $8:0/day. for. fa:llure. to ~chi.eve ~ertific·ati.on -of s·ubstflrttlal ·Com.plf4tiQ1;1;:.w.J.thin the W()tkOr.dettime .ot ~pprtweil .e~~11sion:th¢r~otI .

s •. Sn.er.AL ·CONDITIONS.: OF 'WORK.ORDER

8:P.e$~al f():~~i·ti·~n. J.~~ . 1~~. • .4,ft~~~..,~~t; ;.~.~~· W<?~rppfate.s ·~ J~~~¥iS~~~s~ ,?.ft~ .. :~Q; 'Pr~gt~· ~~,at ate· applicabl~ tt» this ·Werk ;{}Jil~t: artd .. S.fi~U .supers·ede· and, replace·· .au :Qf' S.wtt:on s· .. 1 tn the.. Instructions to. Bidders $Id ~y .cq11fl:i¢tin;g: ptQlti$.f~n$. y;f fu~ temainder pf the. -Contract D~-cuni~:tlt$... AU :Si.d(;!ets are requJred.. t9 submit~ ·w:ttlt their·. Did .. tb~ :appropriate EBO fro.gram schedul¢$: in· «n~d~er :ta be· deemed .responsive to this Invitation fo1.,· QnoteiBid. EBO Schedules to b.e submitted with· th~ .bid.lqu:ote ~e· ~ follt'.>ws:

a) ;Scbedultt.1 ~~.List' oC.tlJ. 1P,~01osed .Snbcoptr.~ctors~:i&ts:t:g·~iu.g.:~~E. P~riicination~ A 'i~tom_t)le.tet . ··schedule.·' l. snail .. Ust .. the" .. names .. ··ot i\lf ·subcontractors~.·· ·1nc1Udin;g S/M/WBE .subQ(lntra~~l~s" int~nde4 -Jto ·1,-e .. u$.ed ~ pe~or:mance of fbe: c.~n,tract~ '1£ ~warded. This ·$chedu:le shall also i&e used . .if':ati- S/MfWBE prime biddeds uti'iizing any subcontractors.

F onn.Re,y., ·Q lt2l/l9 .. nrvltaffon :tor·· Quote - Non-federal

b) .:S.ch~dweis:i .:l... - Letteds'.t ... ollntent to, P.e.rtqnn. as: ·a. S:ubcogtragou ·:including .:SIM1"7DE, .. Subcontractors .. ; A Schedt,tle 2 for :each subcotrtractor~ 1nclud1ng. each S/M/WBE . subcoritractof~ "iist¢d. ·~11. -S:chedule. l; shall he· CQmJ)let~ :and: 'exe.cuted by ·th.e· proposed s\ibC9I.l°tr~t;t9r.. Th~ ·typ~ .. ;of W~rk to, be performed by ea.ch ,sub.contrae.to:t and the· dollar v~lue .. or petcetita.$,e .shall ,alsu "b.e specifiej;L Additional c~pie.s ·inaY be. mad~· ,~ needed. A completed SchedIJ.le."2 :f5 a. ··iJincling agreement betwe.en. the. pdine contractor and the: subcontractor and should ... be· tt.¢'itted as such.~ · ·

.S~cW ·co.n~itio~:.~olf. !....... A~fa.iih1'tl'-1:1t ~'B.1' .identifies the aftttfllativ~ pro.cntei.neht. initiativ~s (APis) av.plicabJe.to: this fu:vfratfon for-·Qµote/.B:ld .

.If Bidder i~ .una:b:t~ ~o ~nt:PIY' ·mtk the. API re-quiremen~. ,35, s,~t; fo:rtli: in Spe¢ial ;()(l1.1'fdi'on ,No. ,2 {:Attacbme•d ·~'B:'' l.t~.retu.1,_,: ~~·. !SJ.ail~t shall ·submit. a 't~.q,ue.st 'fO.r rt"W~ht~r.: .u.t: fa.l-:tial. waiver at: I.east (7), .da:y.s. prio}! to th'e bidfquote::dllt.f-:dute::as.:.fxplain:ed in Attachments .. cii A". und 1''B~'. If:Bidd~r reqne$ts .-·· ... · :n;• .. ~ · ._.,:~~ .m· . · .n ~~1· ~;...,.. ·tia~ :Offibn::Af"F!llQ .. : ai;:-ie~f 7 .A«!S· '~rifir t~: the. bid1.~ .. ii4f~:·d.·~·e· date· tb·e · th : a.w~h.eJ" . .1,rO. a .~·:. ~_u:1,1,µ. , .• .q ......... ,.,,""" • (, ,=:; ~··~ -·~ 11:i ,;.fi ·""' . • ... . "1· '-#.. ·~ . _ .. , . n... e-·bld/quote du:e· date ... Will be ·extended: pen:db1g "tlte 'oiitcome .... ota.··w.aiver .r~q:nest~ Additionally, if ·th~ waiv~t"i$.. gr.a.nt(d.,, the $~li~ita:tiQt.l 1'in '&¢,amended accodlwgJjf und. :th~ d.u~··dat~:.¢;tignded .. again; ...

.OEBO· SOHEDULE ·1 U$tt)\: .p~o:t9$itl :Ct;JN.l'W\~QR/~O.ff$4~iANt· AND Sl)BCONTRA~Qll/$08.(0N~~tlANt ~ART!ClPATt()N

SOUtlTAT.ION/PRQ1ect/aro:NAME:: p.A.~~ER·W~.~~. ~}"~~~ .9~~0ER a. .soue1TA1lON,/P.J~QJECT}'eJJf•Q·•: .. 1.S~2~A. ...... ~· N~Ml0f~-·~~·RE$.P.QNDE~T/~fDOER!.·. /241,,2Gp ..... Xi;J~ ADDRESSr ... ~7.J. .. ~~.~~~· .. :~&~ ... ~~ij/ ··:.fJti;d fAIR]jy . .314-.11 ~A(:r ~ns.o~; ~ J-Ju .. ,.,.~~ : .......... : __ ·,_ ==·, :· :' .· _ ,, ,, , . . . .. . .. -.. ... . .. , ,.w~~ ~()~;·: · s<-i -<:ta'T1: - 6~ 2- .t:~M.~Jl: · . · . . · .. $Qt.1€lTATION OP.EMlNGJSUBWfrAL.DAjE~ ·: .. ··'···~····~ Ji.l. i .~·: .-.-··::·: ....... ~.. ... , ....... ::- llEPA.TMENt:l· .· .. '···· .... , .. = - .. _

1

·; -· , ~. . ........ · ... ···· .... - , .. . - .... , .. .

s.

:5,

PLEASE LIST THE ·.eoLLAA.AMOUNt 0.R :P.ERCENtAGE OF WORK TO- BE.' C0]\llPLET£D THE ·~RI .: E ·(, ,· . PLEASE .. ALS·o llST.THE. DOU.AR: AMOUNT-CU~. P.lR.CSNTAGE O.F ·woat( TO ·aE CONf PlliED ·sy ·Alt. .oN tH£·PROJ,e.CT~·

~ .. : : ~· .. " . ·reheck·atr.~ppttcatirc€ .tat~iOrfesl

No~SQ£ MIY!B~: m

0 D: . D

0 D D :.D D .-o O: 0 0

·ON 1.t:fl.s: PRO;iECT~ .ICONSUlTA·NTS

.f Pl~ase.use ~dditi(io~· sh~;t;ih;~t;si·-~ ........ } ......... -,~~'ti_,.~~ ..... ~ .. -::-• ......;,:,.......:.;.;...:..,;;;;.._....._.,..;.;::..;.......;_.~.·· ...__,.;;_ ----··,.........,.~~ ............. ,~-'i-1-~~~~ ...... *"~'"-.. ··-· ~»l>W.»tU""l4~,,._~, •• ~~-"1-.~,---.........,,----

377,(dto7.. Oil

iCJo~ ~tal

To~unaPrrci!$·. ~7·?t. ~?~ .. ...;:coo= .. :.=, .. ::.-· ....... :.-.............. -- T!>tal'.-SB£ ~ M/WB!.Partk:lp·attott ~7.1.1<.(;.7 •·CO Na~e! 1• rhe:amount li°Sted on·this forl".rfbr-~,$.ubtorttr~ctcO'/subtoJiS"t.lltant:mu!'l be supported by price: or percen~ge lll1te~ on 1he prepenv.·ex~c.trted ·5¢hectuie.2i .Qr. attached signed. proposaf. 2. - FitnJs .may be ~fie!'! by ·paJrn.. Beath (ounfy.~·:--•t:SiJE a~(l/l;lf' a:ni.i M/WBE. tf flrmnre certifi~d: as .both an;·sBE,~~lJ/flt M/WIJ!i pf~J~ Jntficate:th:e·d.PJJaram<>unt un~erthe.appropJiate· caW,got!Y~· ·

~. MOdification.bftht.s form 1$ ®t p,e·nnltte.d an-chviU be r~lected upon subn:dttat.

REVISED 12/~1/2018 ·

·O:EBO =LETTER. OF INTENJ-SCHE!P.ULE 2

~~~~~~,,;l~b~tjule 2 is a hfad~ng; doi:;uft,J~nt b~~.f~n. ·t~.frime C6~tr~~!}Jfconsultt'.!nt and a $u.btot!jt~1<jofl~Jm.~Y!t~u1t (fut , ~.n¥J;iet! .and .should .. b.e tr.~a~~d as such~ ,J1!,€L.§fbit~f:tiff$. l .t?lt!ltsqnt~Jn 'bolde~ t~m~ua:ge .in<Ji~atiritt. thi.Jt by .sf&rtin!.the ·schfidut~ k . ~.~.t..11.J;>.atti~s r·ect>gn,.BLJbJJ S~h~4.fil.~ . ..,.,as a' l;tin~ff!.tt decumept.. All .subcQ:ri:tra~at:s/sub.consulta.nts, induding: any. tiere.d· ~q~:~fJ:ti.~~orst:$..Y~~af.J;SiJ.l.t.~nQ;, rriµ~t P.roP.e.~fy ·~X.~ctft~- thi$ :g-c)~,U.:m.~rtt- .~a·eh pto.per1~t executed: 'Scf:red(;de 2 must.be~ s,ubn:dtted with th~ hr~lpt~p.g$~L

S .:: UCTAtl:OtHp.· ·:oJl!cr ... Nl1MB£R· '1:$5,~$A. ... o ...... .J ...... .,IJ!J .a. . . . . . .. ". ... . . ... . ...... . s,0:t1qtAT!ONlP~OJECT·NAME::. ·£?AGG'EffWlf'tS.' :N.Al.VRE CE,NTE~ ~ BQ.AR-D\1V'.ALK R'2P.Al.RS: .(RE~BIDJ . . -:· . . " ...... ~ . ... . . . . . . . . .. . . . . . .

OM/WllE. Qt.ikm·-s/M/WBE Pate of.Palm aea:ch Gcunty·Cer.tffltatlon.,(Jf a.p.p.fi(a.b:le):,. 11/4./J.016 "The. µndet~ign~d affltms they are ihe .f~llow.ing.:(s:E!ted one from each column).: C0Jurtu1 1 Column. ·:t ~-,~- :L.;JFemale DMr.r~~·~!'!~itf..etr¢~rr/B1atk (JAs·Jai:; ·Am¢rk;a.t:t ~~c~sf~n ~merican

CJHlspanic .. Ame.tk~an DN·ativ~·Amer.ican

'-S/MfW.fii P.Afll)~tP,~TtO.$ !"", ~iMIWB~.,,~r.frw~s,.:n;t~stS:~wrognt:.el!.wq~~:io __ be;·@etfor~ed .. bv tbeit ~w.11 work force.on thls ·to.rm,, F~Jtt.t.r?. t~ .~u~ro;t a p.ro.periy'.(!>!eMed :Scbedole.i"'fO.r. i:U:iy·SlMlWS£'.·¢iattlcipat~on mav re5utt.il'.f that par.titipatio~.tibt'.belf!g"tOJtnted. Speeify. ;t) ;detail,_ the sto~·6f\;J:or'k ·io,b.~,:p:ei'f.titn)~,Q pt Jt.~tjl$ .svppii¢.~ witt,·tf\~: dti:U~t .~ffi:rit1."( ~P.~t&r P..~r:c~ptag~:·f9~:e~ch wprk 'i~~h'i... ·S/MJWS£.ctedit-wi1i <JrifY.·b:e givett' ftrr"th~ at:~as in. ':W.hi¢h. tb'e ;$f~;IWa~ l$;cettifi$.d• Ad~'.tal.l~d· pr.~pQ$af may h~"-~ttacherl. t¢ a .. pr:qp~rJ.y·~X~cUte.d Scb~d~fe ~ .•

-_.-.t~:1n-~-... ,.,,,,...,,.--~~~~,,,,.......u~em~ .. ~o=·es~ ... c~ti-P1~~~.n~ ... ~ ... ~~--!"'"!"'t'---~ .. ~\··~un-i-iP~t~ice-. ~ .. ~.-q~iv~~~.u-n~iU;,.-;·--.. ~eo~~~-ti~~~-~-n~cle~s~i-·~ .. ~t-ot-·a-lP-.r~lee~,~P.-~-~en-.-..ta-g~e~r L......;~:...:.t~_m,;.,;;:.;.:.i---....;.;..,,.,._..,,._..:.,_ __ ;-:.......;.... ... -,_.......;..,_"",." ........ _,_"-' ... ~. ·_;...;;" .. .....;;,, .. ...,,.· "'"'' ":,,.,:.· .....,, .. ~. -~----..:..+"~·--'-' .. ,,,,_,_··~~ ~,~· ~-"""'A~,_fo_w ..... ~n ....... e __ es;.;.....;..~.__--:...-_,_..,,....,,.,..,,:...:......;...;..__,.-"'J

: "'heHlf:ll:-miib d ~,c:. ""A,,,, "' <#J.OlJ 61Z . 1-5 l..~;m~.,,.,.;.,.,,,,,, i..:..:.....=, ......... .....;.w..._......,_""'"' .... · :tf..;:!!'·.J$7,~74,<-4'11,:;rr.,..,2Lf.•:,.!llCZQ~,__.._~ .. 1" ;}),....M ti£~"'~{ .. .. 1' . . ·1

::· i,___ ............ jiJ:......, ___ ....,_;,...........,,_ .......... ~~,~.~,----.....,.._+..,,.. ____ ~ ___ _..._ __ ~ . ...,..., :.,.,,......-.,,.,,.;,..-~.f4(~.~~-....--.......... ...._,_,_~-'"""-~ j

:rhe: .und~.rs.igP.~d.·S.ub~ont~.~~or/$Qbconsuitarit1 l~:p.~~fla.r~d tq ~w.r~pe.rf.orm the:above10d~s~ri~,~-wf;>r.k l.n.'~<lt'.!}\Jn~tion with -the aforemen!t()ne,d ptajed ·at:t~e 'fo.Uowf:ng:t~t4J ~~tE! .<it per~eotag~:, I~:~ .0 (.p.. :· .. ,_. . .._: .,._..,.. __ -:'""!"....._ .......... ~,..:,..-..........,.._..,.,.....,....;.,..,,___

. l .. · 1f.tb~.~~d~~~~"'fn~a$~t<>-~b.c•t~a.~i~~f..,~~ti~ ~ft:ti*1fw~,,~~,,~~ber-~~t#.1~~~~~~~i~~l>.~~~i.~~~~- ,,~eJi$i:·1~¢~~~11~~~,,n~~,;~#mtb~ .. :: · 1

.m:n~~~t b.~JW/·aec~$~~n•~~,.~-~.$;etJ.~,-t~·:~'~,~:t:~Y.::~~~-~~t~;.t.~~ft~dU.ltt~.

. ...... 1· ...

'tl~fa Ti~le

~le> ,4z/r£ Revised 12f3'l/Z018

ATTA.C.BMENT "A'' EBO Program

Tb~ P·rovisfons of .thl$ Att.a.¢.hm~nt. ;s.ltall ta.ke pre.c~d~nce •n:d.. ~()ntr(Jl O'V~r ·a.ny :irieons.is.tent or tnailicting. _pro.visions in the. ·c~lltrad. Documt~.nts. ·

.i~ ... C.omm~rcial .No,n~niscri~in~ttiq.q~, Th«r. Bidder r~pn;;~ent~ .. and war.rant~ tha:~ it will coll1:ply with the .Cotitlt.Y'·s ·comhi¢rcfo.1 Nortdiscrimin~tk>rt Policy.· as described in-. Resolutit>n .2:0. f7 ... i 770· as amended. As part of ·slich ¢ompli~~e,, tb.e· :Bidtl~f :Sha;Il not discriminate .()n th.~· b~si$· ~f .race, co:Jqr~ national origin!! .re:li~ion.;: ancestry, '.se~Y. age8 .m~ritaJ,status., familial.. status., -sexual or:lentatfon.~, g~nder identity or express.ion,.. dfa:~b.ilify~ .or '.gene.tic :fufCitm~tion. tin. ·the :solicitaifon,; .. se1ectfon:~ JXir~g; or· conttn.et¢1a1 tteatinent of sµbc.ontra.~tor$~ v~ndt;ft$.;. ~@pUe:l'.$~ '~t" e.6w.~erc.i~f o~$tom¢ts,. ,~Qr. ,$halt ·th~· lfjdd~r ·re~~ate ag~st any person for reporting tnst.anc:es· ,pf such discr.imlnatlon. The Bldd:er; shall pro:v,,ide e.quat opportunity ·for :s\.lb.¢ontta¢.t91s.~. ve.n.dors: ·~d. ~suppli¢i;s.· to P.m'tic.i:pate itt. all .of lt$. '.Publi¢. ~¢.c.tp;t .. ·an.d pti.va.te se.ctor­.subpontractfog .and suP,P.ly. -0pp,o.rlumtie.~, provided that ,nothlng, c.011tafoeif fo this: clause· shaJ1 prohib.lt ·(>r lb.nit ·otherwis~· 4i~l~ff9rls, t0: r~,q,.)1'·i.he ~ff¢tts·•ofmatket.jjlace. dls¢tinrlb.at1P.n thathave ·Pt.cur.red ot are· :90Qutt.in~ :in the ·C..o'Qn.ty'·s: t¢1..~~t lJ.l}ld\etpl~ee Jn. f~ B~,acb'. C~:t1nt)\ Tb~ Bidtl~r un4~rsta.tJP.$:: and .. ;tgre¢.~ that ·a .materhtl. vlolatioh o.f\ihis. i:¢'lause shall be.. :c.onsider:ed .a· material hreach; ·o.r· any. resulting, contract: and niay .r~sttlt ·tn· t~rm:mat.i~on :Q.f tb~ ;~(lntr~¢t.; '.di.sq:u~lificati()n ot .de.batttlt~O:t. ·ottb¢: Rld~~t:·fr<tm partie.ipating-in County contracts! or ·other sanutlons., This ,ciause .1s:.not enftmceahle ·h:y·J1t' f-0.t "the: benefit ~f~ ·~4 ¢reate$. no dbligatiQn to;- anythitd .. pariy.

The Bidder· .a,cknowledge$ and agr..ee$ :that all subcontractor agreements. shall include. -a Mmmetcial non­discrimination clause.

2. VSS Rmdsttation. Rg·nited~· A Bidder must: regiStet in the Counfy' s· Vendor Se.If S·ervice (4~SS.';) at h!w~~~qpv~~<i.~1~!~~.~~~~~1~~w~~~~ro~LA1t$$lt~erv.i~e ., jn. -0r~~r· tQ. 11i.d 01t County contracts .• If 'Bidder intends kr tise subedrittaetors~ :Bidder· must ·also· ·e.nsti.re that .aU -su;hcontnt0tors- are registered as vendor$ In VS$ .. All $uh9ontr.ac~~r a..gr~¢m¢.uts Jnust incliid~ ,a ·c~mtra~~al pr.~vjsiQn requiri.Qg that the subeuntractor. register ·irt VS.S.... CC>un~ will not finalize the award. <>fa Wotk. Order· untif a contractor has certified that the conttact:or, .and alt ;of its .subcontra:ctots at:e'.:regist~red. .in VS.S. .

. 3. Section· ·5 :2.1 or the .Tusi:t.uctfons :to. Bidders in .thtrContract Doouments Is r.epfao.ed :with th~ -:following: s~z·.J ·G@.~~3.l .. ": l}.14- ,~CUJ&it:Y· 1$: ;not. r~quir..~d..'fer W{).rk· Otd¢rs ufl~: ·inan .. $;2:0Q,0Qtl. 'The, Public ·Constructian B:cmd is wai~~ :f<i'r~·w~nkdrd~rs. .1~~~ Vlrnn.:$~'(10~1).:0Q. .wµer,~)3.idd,~'is ~~ul~:tjye·opetr ·wotk -.()..rd~s. ·up fipt: ::~~e~<f $20!)~.():QO . .Any .. Pf.opo~ed ·work ·Qtder -whiclt ·will ·cause: a Bidder'.s :¢.µm,q;J:a:ti~~ -~p:w W.-Or.~, Or~e.~a ltQ :c~ice.~4 $20.P;90Q .sh.all t~q~~ ,a .. :J?g~U¢· 'G~~n.~1'¥'Uction a.ottd~ .. Any. fodtvidual w,O:r:k.:tlrder ~xceed1n.~ $~00:,()00: ·shall r,equfre. a.P:ubfie: Cu.nsttuation Bond:. .

41> S~Gtfo:rt 5 ~l .of tht1 lnstruc.tlo.ns·io :;B.fo{dei:s ill'the -Contract Dcycuments, is r~piac.ed: With:1 the follo:Wfug~ :=. ·~ .h;!M. · ; :n·wa:i'i'--es· · ·~.:tt.«i.4n.ttift'.:·:: Frnf.Rl0 ·m . ~..;,1:1~·-=V.~;Q .... ts.~ .. ~' I fU·l'1 ft'~q.t~1 • s.:tt: :Poli!fy~_'It is·thep.olicy.ofthe Board of County Commissioner.s.of Palm.B¢ach County, Florida, (the B:oard) that ail s·egments.· ofits. bµ~ine$s populatjon;. including, b.ut riot: limited to~ small;. local~ minority a;u.d women owned, ib.usittess~~~ have .a~. equitable ·opportlinity to· partibipate in :the. Co.u11ty~s ·procutement .process, prime conttaot and subcontract opportunities. To that en4, :the· Board a.d.ap~e:d an !tqU.a:l J3tisine.ss ·Oppominity Ordinance wh.i.Ph. Js co4ifie.d :in .S:ectiorts 2.,so.20 tbto'J;lgh :2-8.0..:SQ (as· m.ay. be· amended) or the: P.abn. B:each CQnnty Code~ (EBO. Ordinance} whfoh sets. f.-0rth the ·County',s~ r~.gu1rem~nts for the· EBO pr:ogr~, an4 which1 is. in~orp~~ted: m thi$ $.o.li~ita.tion! A b.i4der mtJst .¢omp1y with the tequitemertts. contained in this section .thr: ;a. bidder to' be deemed responsive to; the. soli'citation requirements. The provisi9ns: of the EBO Orc:Jlri~e~ ·:are ·:applicabl~ to· this soli'<?itatio~:i ·~nd= shall hav:e p:receden.ce over the provlsfons of this. solicitation Jn (the. ~*~nt of a conflict.

5..3.3, ~I llr~i~t JlefiUmts/GosistE~th ·~U:oD.§.. If Bidder is: unable to comply witb the APi. req¥.!t~~e~ts ~ set forth ln t~•i$: ~uliei~atioy;, such B.idder.shall submit.a reqitest. .fora waiver or partial waiver· :i!t1east·(7.:J:.:tfa~~s .. :"lldor .. to:the: . .bid.due,. date.as stated. in the .soliGitati{)n.~ Bidder shall submit the waiver r~qu~st. to the. Office of EBO with: ~i:oopy to the P.epanment .. l£a:/1idder. reg,uests a· :wair,(t;/tom ·lttt, 4"11::lfl'J1t1/?te ().f{l.i:e/1t.IJ/t<!i !/l.J~arst·~1da£~ i//lor:to..the.niil'.,t!_~ datp$;tlt,~n·ilie·b;id;~ueiJate WllllJe:•:nJ~ii .' endin · ,'.t ·.. · :re>uesJ~ . Additionali · r:.,,f, >tfie: waiver i .:r~. . t· : the solicitation .. w:tl h(f . f!.IJ.~t!~tl,~iJ. l!ee~rriJfllllr.: aiiii~'iiil.diJl!:::»d.i!!~:·~StlJilf.t;agii{n .. : · · ·.. · ..... . ..... ·· .. ,.. ...... · ... .. .......

Su.¢b.. "Waiv¢.t requ~~t $hall. :m~J~~: spe<;i.f.i.ed. Q.0¢\nne:n~4tion. ·tna.t ;4.~Plou·st.i;atQS s.ati.$facrt;ory :Q.ood· Pmth Ef.f6tts (as defin~4 h¢fow); wet¢·: un4~ttak~n by :B'idde.r:·ta C\I:Uiply -With the reql;tit¢men:ts a$ d¢stribed .. unaet th~ selec.te.d APt the! G.oed: :Faith, .Effort· waiver -request~. ·:shall ht reviewed b.y tbe Office .. {).f :eao· ·wltliin sev.en, (7) :days of:.teee~pt. Tue. bid. \due .date will ·be eXtended.ib.ttit~g this. review- per1¢.d.~ It t11e.. Offiee: of EBO,determ:ines that adeqµate· ·oood J:taJtb: r!f;forts. have :be.en demonstrated ;by the .Bidder. to warrant a .. pard~ or to1al waiv~r .of the' .iPI, then the· solicitation shall be· amended .act:ordlrigly to reflect the .. partial or to~twafy~r' a().d any. bi(ls re~¢iv.ed. by n.e County in tbe int~dm .$h;~n ·tl~· returned un~pened~ Tln~· ru.n~~ded sofi(;itatio;ri shall then be adV:e,rti.s~4. to· all pr.o.spective Bidders ru1il. th~· hid due dated extended:. Howev~t,. if the, Office of-EBO :d~tennineS. that th¢ Bid.tier failed. to sttbn;tit Q.pQ~mentati-011 sufficient. to 'demo.nstra~ that ·Good Faith ·Eff-Orts were un.de~~ by:th:~· Bidder to supp.<>rt'its ~"aiv.~r or;parlial waiver -t~q~1est, the:~q:uest fo.r wt.dv.er ot partial waiver shall b.e· deni~. and,ih~ solfoifation· $bttU t.eroa.u1 ul1fJ)hangedc In the. eveilt of.m1 :;adverse waiv¢r ·or .. pattial wa.fver·;t:ijqµest: d¢.cisi{)~. the Bidder ·shali ha:v.e the:-,tjgbt to. t~ques.t reoonslderation. ·af :the: adverse decision. by the.:·llirec.tor :of the. Ofilice.· ofEBb., :attd.1f .. $tj1J ~8rie.ved~ shalt :be suhseguetiily ,e(iit~tl~d. to the :process. for· an a}l>peal to .a, Spec.ial .'Master .as .refereae.ed· iin $,ectiOn 2.-S0·.2s· (b)- of theJ:~B6 .:or4i.µ~ttQ~. Tb..e $tl'.ifoit~tiou .. :~ue 4f.trec ~haii b~· ~xt~ndcd pending. the 'SBQ Dir~ctQr r~cons.i4.~~"4fi.()tl ®~l Spe¢.i~ :M~st.ei:- 3;p.p~ ptoqess :J;f,r~ijl!J~Ste,~l. · Ge• d. F• :ith .. E"or.t · ··r:n~ .. n : .d ·, :li'ti~~" fafo.n· of. tl1e Biddet;·~· intent t.fi· .. ~omp'hr with :thtHf · ·1foabl'. · ·~ ''nr .....

• .·~ ... o: .a ... : .. . ~~1 .. :s~f;~a s..~~V:Y-Ji"~vll. J. .. :· ., ..... ·~ ~ ... .,,_. · .. ·. "'.; ,-. .;.r. ·~ -,; .... P.P ,!~.~,, molud'm:g~. but:,uo.t lumted·tq:; ·the: f;glJow.r.ng: (1) d.QQ.umentation as stated 111 the· s:obeitatron :r~tfl~~tm:g the B·idder~:s .cotnmitii'iettt to cnmpty with".s~nn or M/WBE goats- 3$ es4"lbli$hed by the 'Office of'I3BO for a. ·par.tjcu~~ oQnttact,; or (2.) dQ¢um~n~atI~n. of' eft:Qrts n.i1;1de. toward *~hieving EBO prqgram goals .. (e~·g~, ·solie.itatfons9f bldS/proposafsfq,uS\tific.afio11 statements ·from all quali.ffo.d S.BE firms ot MiW:B:E firtti.s:listed in. the. Office. ofEBO'-.s ditectocy t>f ct>ttifi~. SllE or M./WBJii; firms~ cprres.pondence ftom qualified Sl:lE· :at. M/WBE. firms documenting t.bei.r unavaJlability to perlom1, SBE· ot M/WB.£: contracts; documentation. :Qf .. efforts te .:subd.lvide work ii.to .s.nmU~r quantities· for· .s:ubcontta,()tfll:!t:P.Utp()se.s ti? enhance opportunities for SllE .. or M/WBE fim1s; do~mn¢11t~t.ion- or a· Prime Conttactor~:s ppstiug pf ~r bond covering th¢. worl<. ofSB.E .or 'M/WB.E .subcon'.tracte.rs; doc1unetitation of eff.or.ts· to ~sf$t SBE ot .M/WBE ·firms with obtain.fog :tin.~~~; bondirig or fnsm1tu~• .reqµ.ire:d by th~: ~iddef.; :ilti,d dbqum..entat,ion: Qf consYtltatio.ns with trad~ associatfons and consultants that represe4f. the: inter.ests of SBR: and/or MIWBEs Jn order. to identify qti:a.lifiei. ·~ttd a:v.a.iiab'le SBE. ~:r: M/\.\fllB;.$.tth~o:ntract<>t:s). S¢.orirtg ofGQ:ott ,faith Eff<itts·doctimentati~h·and . ·:~dni!n.tstratlve· determfoations; rt?.gar.di~tl the· ~eqnaoy ()f .such Good. Faith .~ffort$ i·s. the r.~$pon$ibilizy pf th~ :.t>mce. otEBO.. · · ·

s.J.4. Bi{L §uhndssib.n:.,. l)®Mm~ntatiQn.~ ;s!MIWElE. :bidd~>· hi.ddi~g; a.s .prime. contractors,. are :.ru!V.1s~·fha:t th~y·mu:st"cot;riplete ·S'e:h:edule, i "·tistin~ the. Work to. he .. per.foimed :by th~ir own wor.ldhto~ as

For111 Rev . .Gl/23/19 Invitatfot1 for Quote - No11 .. federal

weU :a~· tQ,~ Work tQ ·pe. ~rfQ1111~4 ~y :any ·suhoontra<ttor, including Sl.:M/W:BE. subcontraet9rs.. Fa'.ilur:e ·to, 1ilteludl? tlds infbr.matfon on S~h~tlul~: l wm. f.~$ult b1 th~. pat;tiei'-at1Qtt by·tb~· S.&;i/WBE ·prlm.e· hidd~.t$ ~wn ... workforce· N(Yt ,bein~g. o.ountml. inwards .. meetin,g the S!MJWBE. ~g9a1.. This. reqµ.itement applies. ev~n. 'if'the ·sfM!WB.E.>oQ.i,i'.tta,ctodnt~n4s.: fey: p..erfonn.. U>.0%. of th¢. WQr:k. w.jth. their .qwn WQ.rkforce. . ,

All B.l4dtrs.· a..-;~ r¢.fl~ir~tt: :f'.t) $lib~*:"wit.b; their 'bld tlie·.appt~J1.rl~t.;; lt1l0.. s.¢h¢4nle.$ in -ord;er :to be deemed resp.ousive:·t«J thi'~ s(}Ucit.ati:on~ EBO .do.cumentation ttr be. s11bmitttm is as follows.:·

. · 5.3 .. 4 .. t . ae~1d~J~1 ., l ~. :Li!t' ·of~ -All J!toi\!Js~d. .~y.h,c~n~-ctnr.s», .~~Judi··· S~E:, ,Pariiciuation~. A 9ompl~t~: Sell,ed:Qle.· t shall llst th~ 1u1me$· of :d $U.b~ontr~ct9rs, ntc.ludfng S/WWBE s,ubcontractors~ inte1;1de.d to be: used. in.,p.erfonnance· of.the «.~ontr:act, if'awarded.. This scheduJe shall atso .. be ns~.4 if'an. $/MIWBE p.rirne· bid4er }$ utlHzin;~ any ~ubcott~ac.t~r~h.

. . .. ·5~~~4-:2, ~cht(~~{s~_.2 .. ::~Ji~~'1ti~-~t e..f. In;!~mt. ~~lJ!~rfb~.Ql· Ji~ I} r .. ~ub~~~~!.-:1.ctor.i .inclu!J:in&". ::SlMl\¥Bl,,Su:J!sgilttae:to.r1t ,A Sehettu1~-.2 ... f.a.r .e.a~h·s~be.ontractot; :.inchid.ing·e.uch..S/Mf\YBE '.suBcoilttaet-O;r;. ·1~ste¢t1Qti ·soll~uie 1~ ~h~ll he, ~~t11P.i~t,~.4; ·~14, e~~cµte4. by the. .Pro.posed suooontractq1\ l)le typ¢. Qf'Wl1t.k to: 'be :.JiietfQ.tt.ned· by ·e..a.ch ,subconrtacto:r and th~ doll~t value ot P.ercen.tage shall ids(;) he spe¢.itied~ Additi.oual CQ{#~s, inay b.e made as .ne~d.~4 •. A eomp1eted. S~he4,µle 2 .is· a. ·1Jlnding: ~$fe~rqent betw~ th~ '!Pt:in.l~ ·c.Q.m.ta.¢t():t. :an4: th~-..sU:hc.ontr.®.t<)t tin.d .. &n!)ti!itbe treated .:as sxtch .•.

.C<lmpl~tett·~~~ $~~ttl.ltte<fUJlO fQtttJ..$ ;.it.e>'itt¢.~~t.¢.d.ip;wantf. mad.¢.::a._part of 'the. ~ont.m¢.t .Documents .

. 5~3.5 &M/WBE Cerdti~ation. ::Only tbpse :finns certified 'by Palin :B·each County at the tiine ofbfd Qpel).;ipg $hall ,f)e'.counted toward tlie· estal'Jliah~d. S/M/WS.B g9al. U,pon re~eipt ofa c.omplet~ ~pplicafion.ii . . 11"T.AKES.tJP TO NINETY(~»()) DAYS TO:BECOME,CERTIFIED AS·AN. S/M!WBE WI11i:PALM ''J;A(;B C0IJNJ;¥1' .lt is th.e. ~spn~s,jbilify of the. 'bidd~t fo -~onfirtn th~ ·t?:~ttific..ation. <Jf .ao,y pt~p.osed :'SJM'/'WB.E; there.fore> it is recQm.mem:led 'that bidders vis.it the on_;lfo.e. S!M/WBE :t>ii-eetory. at "vv<tv1v~firH~i® ~.Q;q~n.~~~:; to verify: S.ftVllWBJ3 :certln<?~ti~n"

'.53.6: · eu -ii .· . . , . : .·> . "" . E · tio : . . Om;~ a tmn is det~rmin~d to be an. eligif)Ie.. S/Mtw.BE :n¢cQ;rdliig:to ·the ·p.a.Jm. B¢.a:~.: . Cb.~t:Y. c~~¢atk>n ptacedl;l~si ~he· P.rim:e: :tnay count toward . .its, SlMlWBE goals" only that portion J,;>ftbe. totaLdollat ·value .of a .. contraet petf.ottlled .bytln.~ S/M!W.l,JE.

·The, Prltrie m~y c.eunttoward l'ts. SfMtW.13;.E. goal. ·a portion pf .the, total doi1ar value of' a. ¥.'.Q~tr.aQt with (ti jpim v~t¢ur.t}~ ¢ligipl~: q;n4~t :th~ ;,s.~@®.: f~r Q®fication, :¢qual 'to the :p¢tQ¢11;tag~. l)f the· o.\net.sh.ip; :and :e<littr.ol. 6f th¢· S/M/WBE: .p.arto:¢t· tn:the,jpint .venture.

The Prirne :may c(')unt ;toward, its: SIM/WBE gpal th.e .. entire ¢xpenrl:itures .for materlats, and. ~quipment purchased by an ;$JMiWBE :subcontractor,. provideq: that. the $)M/WBE ·subcontta~to.r' has .th¢ t~$ponsibil.ity for the fasmllation:Qfth~ purchased mat~rials. and equi'pme.nt~

?he Pr.i:me way ·c.ount:· t&¢ "entire: ex.penditute to an S!Mf.W13E manufacturer· -(i.e .. ~ a :supp.lier/distributorthat-produoes· ~oods: from raw .materials oi- substantially aiters. the .. gQods pefbre:~s:U~).

The Prlme. may count.. s1ixty p·erc·ent. ( o~A)' o:f its expenditure to. S/M/WBE suppliers/diS,tcibutors th~t ·ar~,~~t·:m~u.factur.et& ..

The Pclme maycQ~nt.:·towatd; i~si,:sJM/WllE goal :$et9t~d ~t14 .third ·1ier¢d S/IV.l/WB_E subeo.nttactots·~ ptavid¢d. ·that th~, Prim~ .stib.mits· a.: ¢.l)>.tnf)l~teu· Schedule '.2. fottn fut'·¢ach ·StM/WBB subconttactor.

Th~ Pd.me. ·mJiY o.11ty .. ¢ou,11t .. t<tw:at~$; its· S/M/WBJ:t g9a;~ :th~: gQ.~;»qs. ~n4. $¢JJVi9e:s fo whi~h tfl~; SJ3E. is· :certified. · · ...

.A certified. 8/M/WBE' Fdmem~y.:;count.toward:the esta.blishe~f:gpa:l the.;goods .and services .Jn .. wlrlch •. "' · . ., ...c. ~ .:·:th • · ... · · · · ··'f •. • ;v · · · · .. ·t;:'!h ... tj ..... • .. s· 1wWB· . .. B h"·t.1• · "" ...... , · .. ..... . · d ~ h d ·1 1 .. fr.,pe.! .. dli,~J,J:s. 'M .. its. QWJl w()t~: 1,0tQ;e.i . ...;#~: .,.d&Jn.l~: r · ,: ., " ;· ... · s .. Jt¥.1::S.li.tv.fflJt 4: c.qmp,1.e.tcr .. ,.jC: ·e". ll .e· .. $.d.: .2.

5,34'1 S/MIWBE. Pattt&iWttiun;,. 13.idder repres·ents an¢ W$X~ts th~t Hidd¢t. will tneet.. ·the: SIM/WBE participation per~ri~s: sulnn1tted. in .its. bid/quote. w.iib the· stibc.on~etor.s contained, on :Sch~duJ~$ 1 .$d 2. Mil.at the d.ttllar·v.~~es. $.pecifie(t Bidder, ·~gree~r tq pro:Vide any additional mfonnation r~q;ue~ted by the County to sabstantlate"par.ticipation~

.. s ... ;J.;8 Post Bif11 )Vaiv1r

1:R9uest.: Af:¢r ·submissio~l t;>f a bid; If Bidder,, through no fat:ilt <;>f!ts -own!f. ls :un~ble, to -meet· the SlMfWB.E: ·participation spe.crfieo in- its .bid,. ;then Bidder· must immediately s.eek $.U.b:stitute. .S!MIW8E:s tP' :ftdtiU "flt¢.! :t¢.q:Uit~m~nt$, .and.: ·Qbtain th~ 4P.P.tQ.val Qf"the .EaQ D.ir~ctqr.~, Jt aft¢r r~aa911ab'le Gaod :Faith.l3ffbrtst.,'tne BMder .. ts: unable-to find an atceptable :substitute. S/M/WB~~ a;post~bid. opening. :waiver may be: t:eques.ted~ The: r.eq·u~st shall docum¢.ilt tlie re(tso1)$.: for the 13,tidd~~ s ln..ahiley u;, U1~¢t'fbe gow req~lr.~ment.·iti,th.~ -~v.enf'$e a:t4der. .is·fqun(:iJlQt to. have· performed Good :Faith .Efforts 1n its atte~. to: find. :a soitable. a substitute tot the initial SJMIWBE prqpo.sed utUizationt o.n·e fl) 6'i: .. mfJte- :0ftbe p~n.Altle.$:,M4 $®~tl()t)$ ·®··$¢.t" tb.r,th; Jn: S.~~~n $ 3 .12 .b.er~in m?:tyJ;.~ b11p.o,se.d: Jj~ the Offit.e .. of E.a.o ..

~~~!?.· ·IDHl~il!ilitJe~.J.afte.~ .. ;~·ltft 1P(W~J;~, ~~Pi"tt~ ·Th:¢.; .. s~~~$ful Bi~d~· $.ball s.utmtit 'th¢· ·foliowin~:fonns: wtth each pay. ~ppl-tcatibtt: . . ..

5.3.9 .. l..Ssh'6dule:~t:-:;' :SubeoBtractor.ActiVIU:F.cn·m. Thls. fottrt shall be ·submitted· by the . . Ptime <;Pn~ctQr wi~ each pay,ment ~ppUo~ffon.wheif Si.ib.coiitraqt<;>rs~ .in:cludinf?! -SlMIWBE ·sl!bconti:actors~ .. ate. :utilized ..in the p.erfonnance: .<Jf the.'W. ork Order~ 'This form. shaft .-cQ;niain:tb.e. nam:es of all suboonttaotors,, il)clµd{ng S//MfWBE $Ub~Qnfrac(Qt$.? :specify the ~~bcontraQted doUar atnPlµ)t for. each. sµJbo~ntJ;actor :app.rov¢d. change orCfetS,, revised sub.contractor contract amountt 'including S/M/WBE. contract. .am:o.unt, ~f:t:tt1Q*1Ut :9I".a'Wll this ~riod, .am.Qtm;~. d.'J;aw11 :to datel" ·an.d. payments t<:rdate· issued to subcontractors. This form. it;. int¢nd.et.f to be utilized. <i>,rl. tt.11 tlOlt4p.r()f~$.$1iQn~l s.ervi~es. ¢.Ql)t.raPt$~. S.3 .. 9.2 .. ~~JJedyle; 1~ '7""'·s1tbem1tramor .£amsut.:C!rJifisatin•J1c1:udin1 :SiMIWB.Es~. A Sibf.\~td~ 4 for .~at1JJ;11llll!~o.tlitt!St@1(~; in($.J:udi~g··ea<.ih .. S.iW\VlJ~; .$hall be .. o.~P.let~d .@a· s~gtied ·oy: eaim $Ubconttactori mcluding. ea~h~ SiM/W.BEi after ree.eipt nf;payment:from. the pdtne. The prime shall..$.ub~1t "this Stiheilule 4. with ea:Ch pa1ment ;agplicatien ·S.Ubittitted. to th~: Co.nut.y to .. fio.uume.nt paym.ent ·is~ued 1a .a ~~ihc~nii~ct~~hi·tli~p~J~m·~~:~itliei·w6.1k·otde~~·-..... · ....... ,. ...... --, ... · · , ........ · ....... · .. · · ... , .. ·· · · "Th¢. $.uc:c.esstu.r bidU.¢r ~na:ll--svbmit an Subco.nttac.tPt· Ae.tivity :Form. (.Scb¢dnl~ 3) and. Subcontractor ·Payment Certi:ft'<t~tion.. Ponns (S.chedule 4) with ;each _payment appifoation~ Failure 10. ptovld.e these for.ms n.tay res.:uft ia·: a. 4~1ay in processing .P~tm~l.it ~r .~isapprov~l ~t the "iliv.o.foe uutil they ur.e- ·submitted. The .Subco.ntractor· Activi~ Form (Schedule: 3} iS to, be filled out by the .P.rime .Co:tttra.etor ·and tlle Srih®rtht$ctvr J?aynr~ut· Certification. Foqn, {Schedpltf 4) is to ·be ·ex¢c.uted .by each sub~onttactOr to verify tec¢1pt Qf paym.ent.

Ujlon ... letter· n().tificatfon 'by th~ Cb.unty that the pay,ment tracking system is .. automated, the :Prime. ·Contractor is required\ to·, input :all. subcontr11ctor payment ..information :diroo~ly into the· Coqnty':s -<~Pntr~¢.t 'infonnntion system pd<Jr lb: submitt·iilg, a paym¢nt ap.p.l!~atk;n,

.s~.'.'UJ ;S~E ·SU:bstitutlo.ns.aft~t"Aw.ard .ot.l!'o:q:Qrder.:Aftet award of'a Woik·Or.det,.the ·successful bidder will onlf Q~·:p~itted .. t<Ftep1{W~:.~ (;etd£ieq $/M'fWBE. subcQtttf.Actot who i$. ttnwilling. <$f :.unubl¢· to ... pt$rfotnt. S'u~h suhsdtutiof:!.mt.tst: be ·do~e with otb¢t <Je.difie.tl ·SIMJWBEs irt order to maintafa:the :$./MlW:SE petcenQi&~S :sublfiltf~d.-· Wffl:!: "th~' bld. ;R;~qije$ts. f~r ·Sll;b${i~tio)lS :llt4St 'b.:e $Utlrnitted. ·tq; :·tn¢

Form Rev:. 0·1123l19 fuv.itation fot :Qm>te - Non-federal

~P~~n~· iS.~~~t?. d~e· Q)4 :~~4. ~e Olffoe, cof' B'.BCl for approval. .Any .desi:rea change. '.in the SfM/Wlt:f~, 'partic:~f).atlon schedu.le, shaft b.e; :4pprov~d, ht :a.d:v~nQ¢. by th¢ Ofil:C.~ ·9f'EUP l.U:ld ·Sht\ll i,ndiP.ate ,th¢.: J?-titne' ;~~tr.~~*9.t$: 0Qptl .:f.~itlt ef:fQii;$' tq; SJ;ip~timte; ®Qth.e~t cer,ti:ij~Q ~Ml,lEH. :s:µ~QQnt,r~ctqr- (~ .. a.;ppropp~~). t~. pe.rl'onn .. fhe. work..An,y des1r.ed. dtanges,:(focluding.subst.itutiQns, .or. termination ,and s~Jf ... p¢i:f6nnaitce) tnlist' b¢. JJ;P:f.lt.pved. fit: W:titbl~ fa .adj:IUlq~; by ·:tlt.¢'. ·O.:fflo.¢.· .of E$0. ,. OP.fJn f.~¢e}vin~, ~ppto.V"al of s.ubsti~tio~. f.()r: :tll~, :$~E s.ubc(mttactor~ the. Prime .. ~ust submit a cg.mple.t~d and si~ned ·s,~d1edule 2 by fhe pro.p9sed SIMIWBE sub.e.onttactor... Su.b.~<Jntractors ·shall $peony the· type 0.f Work to he. p~rib.tmed, .the. ~ost: ,Qr p~tc.entage sh~ll .also b:e :specifi~.d .. bl: th¢..eV:e~t:tbe· Prilt).e CQntrac:i;or· js, f Pnnq .not tQ have.:perf onneQ.. Gooq ~aith Efforts ht its . .attempt. to. fin' a= suitable a substittite .for the .in;itial ?S/M/WB)3 pto.p0sed. utilization,. one. ( 1J,ot .more .or the penalties .and $artctfo~s:,a:s .. set for.th :in S¢.ction 511.12 ·11erein may" be frrtposed by the·O.ffice= of.EB:Q~

S.~3.l1 iJtlliA·Qr~lri !ltd ·1\lo.~~l't@ti(!i;l~. If.th~·CQU1:1ty;;~ is~J!8Jtt9~ ·of an .. alternate <)f ·~hal)ge ;otd~t o~ ~ P.t9Ject results. in. -Ohariges in. the =scop..e.,~fWork to b.e:perfo.nned. by; .a SIM/WBE subc.ontractor .. 1isted at bld .. 'Q:pening,,. the. Ptime ·must:·s:ubmt .. a ·mo.dltledit c.Qfl1:pleted ai1d; S.ign~:d S¢n.etlule 2 that· spe.cifies the.t~vised s~QP~ ;qfW Q$ t~ l;,e p.~ct"Q~¢q: bJ" th~= S./N'UWJ;lE, ~ong. wi~b. tqe .P~l(te .an~ /or p~r~.entc,rge ..

:51'3.:12 EBO P.ro;tam ·Compliance., .Enthrce.ment;. Penalties .. , Under the EBO Ordtnan~.e!f. the· 0#.iQe·=of ;p;ao ~$ .t.~qu;lr~.~ t9 fo1P,t~tmt:~ti4·mQn;itqr .. &~E.. uJ:ilizatti~it <l~rfu.g·the ~~of {iny cQnt~¢:t· r:{l.s.µ;J®.g .fr.Qm t.bi~ $~lio.i~tib~~ '.ll;.S$.: th~ C~~fy.' ~ p~li9.Y ·tµat. :$1MAV$;Es.. sb4.U. h~ve tl).e ma.xim;qm; feasible. Qppo®t.t.i1'y·t1:> pa.tt.i~lp~tt itt th~~d.Q1Jtn~¢e,~f CWm.tY: ¢ontJ;;a:¢.~$.. i\R:'.aid.d,~t$·it;tte.~quited to .cQ.J;U}?•Y·Jvlth. ·the EBO. Or~irtaJi&tl .and. shall b;e:.¢x_p~t~:d tQ· ~6~.pJy·wlth the APis >:app.lfoab:l¢ ta., this :s();lic.l~tion, as. well as the S/M/WBE. utilization ptapos.etf~y:a Bidder in..its B:id, which utiliiation.plmi.f.ortrts.,a ·tlart: of any resulting ·woFk Order. ·The. Offi.c.e of EBO.. and the· .'Department sha11.have 'the right. to request and. review Contractor's b0~ks and ·records .to verify .Controotor.'s eompHanee.,with the. Contract ·adherence· to.the· EBb Program.and its Bid.. 'fhe,office.of.EBO ~{! fle(Pepmiment::sha:H. hav~·tbe right to interview·~ubcontr.actors ~4 work~rs .a.t ,th~, w.o.rk ·site t(J deten.nin~ (~Q11tract9QtnpUanoe. Cot)tractor ~ll.a'.l~ ~taln ·au ·bo.o~s =and records· ~rtaining ·tq 'thiS Contract ·including but1tot Iittlited t~· ·sub<tbilftactor payme.nt~ros fot four· (4) years after project .,~~~~i~ti~n .. ·d~;, ·¢t.sµ~h·t:ti1~~"~;¢.:·~~,·~~i.l;¢.~e~u1r«i:;i~ ·oth~~ ·P.tt)~j~i~~$ ·~1~:contt~c~~.' tmd:·iha.k~·:~i)$

:r¢.c~r.ds availabl~ . .for 1nspeC.tfon .in Pa.:ltn Beach Ooitnty ·by the: Q:ffi~e ·Pf El~O. 3lid the. .. C()u1ttr at any re,a$Puab.le time .duting;the f.0l!r·{4.) ye.at'$.~

the D.ir.ector of the ,()£:€.ice. of E'.$0' or de.si:gnee. may tequ'.ire such· report$., 1nfonnadt?n, ~d ~qme.ntatfon. ftQm CQ.n~Q.tQf" as: at¢i ·re$ona1;dy n~¢eS.$*P? 'to 4¢t.~e ,~qmpJ!an.¢~ with th.a: Ji'aQ "<:).r.4iu.~~~· reqµif.~m:~ttt'$~ Co.n~ctor ·S.ba:U P~rr.e¢t ~l ·~Pn~om:pll.~~ :(s$µ~s. wtt4jp, 15 c~1~4at ~~YS' ~f"a. written ·:notice: Qf noncomplian~~· "by th¢ ,cpntt:a.ct~g: d~parti;n~t .. or ih~ Offi:ce.. ·of.BBQ.. If th~ Confrac.tor­(foes ;ti;9t :reStilve. the, nQn~~ompliance within. 1.5 d;tys of reeel.pt of w.ri~n notice. of n<ln'.-'oompliart<t.e.1 th¢n: ·th~ J)itecfor of"tb.¢ .Office of EBO-et d.e.signee may· iinpoS'e -upon the.·:rton ... c.omplying: PaitY any or .all ·of the 0f0Uowing p~alties!

.a. Suspension of e:ontract; 'o. Withh:P:kling. of:fttnds.~:. ·,~. Tetn:thladon ())f,¢t>~t'taot ~s~. -u.po~ ~:mat~dal bte.g~lJ,.of bQ.~trac.t Jl~ning. to EBO: Pr.o.wanr ¢.omplfance; . · ·d~ $4$p.ension or. P.e:bart.ttentQ.f .a:;r~s·pondent ar bid.det~ contractot,ot other business entity. .tr.om eligibility forprovi&!f)Jg: .goods· or s~rv,ice$ to the Cnw.ity·'for-a ~dod npt to exc·eed tbtee.(3) )fears; ahd · · ..

e.. Liquidated. dam3;ge~n·~qua1 to the diftere.n.c~ in. dollar value t>f SIMIWB.E patticipatfon as :e<>:1,n.mitt~d: ta.· Jn. tb.e,· oow~~t; ~n4 the. dollar v~qe. Qf SlM/:WllE' parti~ipati,on 4$. i;tc~llst .ach.ieved.. . -4~· The :iitst paragraph: :of G:enetal .(h.Jid:ition Number 6.8.3 in :tn¢ CJ>J)tilact l).9eurn~u.ts· is amend~.d tQ state.: th~ 'f.~U<JWitig!.

~·8..3: Jf..th~ pay ~~1;1tru:t.~··:artd .$~pp.ort d~~ ar~ npt ~pp.r~.rved~ th~:Co:9mt~tpr.is required to $uhndt ne.w:; re,vised or missing·infonn~tion accor.ding.to the'..Owue.t's in:strUCdens~ .Otherwise, the C.onttac.tor-shall prepare and s.ubm.it tp -Owner· ~il inVQic~: in -~~ordanc¢' with. th~ ·e$titnate ·l!S -approve.A~ Owner will pay Contractor:; in acc~dance w.i.th: Local Government Prompt Payment Act.(FS: ·218. 70). Owner shall provide Con.tractor witb . .a written n()ti¢.e otdisp1J.~d:payreqp.e.st-withi'.1i JO bU;~it1e$S days after·receipt of.such p.ay reqµ.~~ which .¢'learly -~tate$ ~~Y ~µ alt d.~ti:~i~ciif:,s. ~~ -Coutr.aotot'·~ 'P~Y r~q~e.st that w.ill ·pr.event .f)r-0mp.t pro.ces$ing .. and. iss~anee of paymettt. 'lo: the· extent there. ls an undisputed portion o.f the· pay request that can :be :n· ·M the Owner shall ~oe.eed ..... .-: th:riron:·1.pt na'.tft'tlent of th.at l .. ortio.n .of the · · · · "-e" . :eM. r .... tlr ., .. ~ · · t. ..... . .. r-~L , . . . . . . .. . :rr'"' . -........ WJ.. ... .t:''. """'~ .. ..... 11 ~H .... • •• .. .. , .. ,tr.. .... .. .. .. pay r, qu .>;>" ....,,.. , .. ~ !'!' . .en . any. .dispute. with .respect t11: ,any p~e.nt· :nr pay teq.u~st f!;annt;>t' ,be. .r:esril~ed betw.ee11 the Contr.a;~tor an,d Own~(;s pr6Ject Sta~ Contractor lnayp :.ill .a.ccoi<lance. -with the, altetttatlV.¢·, dispttte tes0.lution requirements qf'::FlQrkif,r S.ta'tnw ·~ctio.;tt :218/74· ~!.$.¢th,,. ·d~tn.$ld in wri.,tittg a 1tle¢.ting with -~nq review 1"¥Y tb~ d.ep~®~n.t director. ln. the .abs.enoe· otthe department :director, a deputy dire:e.to,r may conduct .fhe meeting and review. $Q:.¢b. tfi¢.<tfing and, review ·sh~tt {).¢~Ur within ten. (l 0) ·b.tJ.siness d.a._ys ofrec¢.ipt by Owner- 9f Ct>.ntta.ctot s written :demand:. The departrnent director~. or deputy ·director, shallJssue .. a. ·wiitten decision on. the di~p\:lte ".··~~;n ·~ (1 ii')~ ... :"" .. As .. '. .. d ......... , ~# . .oii3-(S'k ti'"'1;>iO!tiiri·d'· This -liechdo· "shall be· :dooff.'ed tfi""· Owtr ... ~.s ·:t::tt .. 1 d :·a."·:~ .. · · Wf,~ .. ~~ WI: ... : !;! 11u:sm,.,, $ .:ll;y,B v:t ~. u .. ~n"-1""" H•.ff)· .... ~ ..... "· . n . . .. .. . .. .. ,,,..J:J; . "" .. er .Q. a. e tsien ·fQr'~te pq,rpos~''9(th~ L\>~. Gqv~~e.nt P.t.otnpt·:rayme.nt Act. ·Cotttrf,J,ct~:rll;lUS,t . .remit undi.$.pui:~q· paynient due :for labor, services, .or materials :furnished by subcontractors and Stl;ppliers hired by the. Contractor; within lQ daY$ .. a.fterth.e:contract~t:' ~.re.0~ipt PJf paym.~ntJronrthe. County pur$uMt to '.Se«)tio112 l 8·. 7Q~ Florida Statutes. Contractor ·shall prov.id~: s~bcontractotS· and sµppliers mred by Contractor with a written notfoe ·Of dispuh}d invoice within 5' business· days ·after .. receipt ·of invoice which .clearly states the reasons for 'the ·di~p.uted in:v()ice~

·Fomt:.Rev. ·o 1/23/19 Jn:v:itation for Quote - N:on•.federal

ATTACHMENT· "B'~ (t*lr lm~~;r 'C.ons.tr.nctio.~):

AFFIRMATIVE PROCUimMENT .INITIATIVESJOR. .CQNSTRITCTION P.ltOC.UltEMENT" (" APJ!'·sJ

T.h~ APl(s).. approved' for this ·p~j~et: :ate ·se:l~cte·d. below 'bf B~. Any :bid ·that fails to cum.ply with ·th.;e APl.req ... re.-nf#Jlt.S.. afte.r, ·Jli~ :periq«J. aiJqwed· f~r ·w~vf:r: requests has lapsed ·shall. he: deeme(l DQn-r'8ponstve,. lfftl~.J~ p.4f~· ()t a•t EB(). ,.forlns: ,~an· b~ foµn.(I ()n the O~BQ w.¢bsi*~ at ,htm:{l!§scov.er~lbpgoy~nmt.9eh~f!i~s/CQmnu111oo;f~ugT-,;uns;*asn.x.. AJsu, .see t-..e EBO O:rdin•ee ,and . ·c()tinti~~de PPM .CW~0·043 :t~:r·,IQrther •-(\rmatfol'.I Qn..APis. · ..

~ ::~1:JE .Sh£I~ets;l .M~r.k$.t'.fot'··sm~I.~ ·(:o;nsttnctio:" .co:ntraets.

trndel" this cont· ct· Wof.kf:()-vaet·: ~.oo ooo and .. ·001 .. :w· ,art"- ·:~ved :for' co · : 'tit• · : ·:· · ... ·, . 1 ·.: .. . . . . . . ... r.a ... , .......... Jl! ..... $. ~.,. ...... ·~'·.. .. .... () ...... :r~~~... .. . ...... m.p~ .1011 ~m~ug (JU.Y ~r#(fed· $($Es. $iut4(pt.{m~ ¢9:~stN..(1.tjt>.n;~.gpU'a.ct;$ (s~gI¢ ti:a4.e 9r:~tj.lt•fr.~a40.Jvaltt~d .. at Qt below $.'1.'0.()1~J'o,o · .. m:<ly ~. t~~rved fot $.h.~.li~r¢d :~~ :~q~I?~t(tiqn ~er.~. p;i;t~·,c¢r'.t\f(~~ :$13;$s. ·ro-e· eligibte to :~lJ.mit bids nt quptcs ..

A_nibdmum mandat"lry g()al.0f'.lD% SBE. partidp.ation:is. ~la:bJiSbed:.fot.tbis. contr.ae:t.-, The EBO Offic.e :S'hall·:ted'.uc-e. or waive ·thill~ goai "When: ·t;here· is: inadequate. :ava1=iahility of $BE. prime and I or subcontractor tlnns. ResponderttsM1Ciders ,~y·requ:e.st such .. waivers at least $~vel1· (1)· days :.pr.for to: 'bid epening: based on :~.ubmisslon of adequate.. Good Frutb·:E:fforts doeumentation ..

[j ·g.E. Prjee ·P.ref@renee :E,!or .~iligJe~Trade ~gnstruction . ' ' .. ' . . . . . . . . . . ~ . .·. . •:· . . . . . . : ··, . . . .

The w9t~. 9r().~r.s ~~d<tr· ~b.b: cq~:.tr~'Ct. $h;:.ill ·be ayv~r:doo. ·t() th~ J9w~$~, .rt$'-()itsiYe, r.esponsible hi~d~r :u:niess a certifiW $.B:E~s i~)(f: ;is. wi~_.,i)) ,.~~ p~rten.t {~:0%) of th.e .. 'fowes't: Mn-SBE bid; in. Which c•$¢ t.b.e .a~at.d shall be. Jµ•de to th•··t~riifi~d .SBE .-tf,idder .. Construction.:co:ntraets·wherMher~ ate· no.oppottµnitl~$ f0r·subcortrracti~g {ta. ~fu:,ile"'~de)~ .. mayinclud,e a pr.ovision·r.equmng awards of the 'tontra:ct.td.'be made' t~ ;the lo.~e.sbesponsiv.e.., re$ppn~1'1e. respondent.or b.idder-unless:a.c.ettified. SBE1is-bid is within ten O O) pert)ttttt O.ftbe 1ow~st non-small business bid, in w.hfoh. case the a.war.ii. ·shall'be,·made: to .the certified. small business ·bidder subrtlltti~g·.the. .lo1M~st·responslve.,. respons'ib1e 'bid at the price that it 'bid,

D .. M~BE.S.ubc9nt.raslin1 .Goa}'!¥ .

.. ....... .. ,. ·%.(JJJ;,t~ 40:%) ~titi.i~:ct.nitd;¢t~Jt:~tJfhe ~u.btQ.fft~at~eiH~ e~rtftl~~~IWJ)E$ owu~cU>y A.fri~#ti AJiil,ritian, llisJlatd~ ..A:t,ti~d~~:n;, A.s•an: ,A,:ni¢ric~n~ N'~tiv.e ,Aqt~.ricatl, .~1\rt.(Jtt·mlnotity w.omert ]ier.8oilJ., ·The :E80 Office shall r.e®.:c¢:·~1r w4f Y.e· this :gqal whett there is: ill~d,e.q_'q~te· ~vailabil.ity ofW.WBE prime; $1d I or suboonttactorJlrms~ :R:e~pondentslbiddets may request s~ch .waiv-~rs.at least seven (7) day~ prior·to bid. ~pening based. on. submission .. of adequate, Go.od Faith Effottsi (1.ocumentatiQt.l •. In 't~e aliiS~nc~ 0(..4,1 ·waiV:et' gt2Jnted by .the Office .o.f.EB(),,.a :r.esponde.nt/hidd~t who do~s nQ.t e0:.m:mit· tp satisfyb1g the ·1\1./W·i.JE . . $nb~ontractin~·goaf. shall be consid~t'ed nott-R.esponsive-, ·

D MfWBE.Sglnented S.ubbontr.actirnUi(Ats.-+- .. .. ······ .. : ... ' . ' . ··.: .. · .. ·.. .. ., ............... ..

. . .... . % ·l)t ·tht.' .WW.Ill .;ulJ.¢(,nitta~ting. gq~J $h3U. be. .add•Yed 'tbtodgh the. .lJJtili~ti.nn ,of :cerlilied MtWBEs· .own~ by D Af'tJe~rt. Ann~ri.n, CJ llispanic' .A.merb.~an.~ D A$ia·q ~~ilQil~· Oi Nati-,e American:, ~ntl.; :D .non; .. roinntity women pets00$ (~hook .~ppli'cable). MIW)3E S~e~t~Q! Subc6nttacting Goals· ate: e'stab:liShecl ·iJ~ an individual Colllty 'Cnntraot. whereiu an ov¢PiU q~m.bm¢d MiWBRgoal is .ae~ornpanied pysnbs.ets,€Jf o.n~.o.r m(Y.re :smaller;goalMhat:.specificaUy tru:g~t.me·.p.arti.cl:patfort ot a. pa;rtienla.r segment of'NJ!inotity· ·Group Member ·s.egr.nents ~or. the ·w:aB .segmerit ·based uptin th~t

Form Rev. Ol/.23/l 9. In:vl.tation.for Quote ·-·Non .. federai

.segm~nt~.s r.~1.~tiy~ ~;v.A1.t~ttJtl.t¥:. $u~h $egmented. goals sh~ll spw.ci:tiq~liy tat~et tbQ. P.~rtfoipatfon ·.f!f ,a, p.~icm~r- ~~giji¢nt ·of b.~~in.~~$ ~nt~r,ptises .. O.Wiit}tf' ai)d. ~ow9J)¢~t.·by··wom¢rt or ¢~t'.taiii Mln9.rl~ -<:,lt'.oup ::M;emh~r.s {e~g~, :AfffcRQ.:--A.m~d¢.~~~~· $apatlfo~Am¢r-ic.an.$·, .A$tf\n:-A:m~ti¢~s~ o.r ·Na;tiv~ Atl1<ildc~~) b~~, ~pQ.n ;r;.elatJve .av.ai:lab,ility,; .~· wvll. :us. ·t11e :~x!ste.t:i~~ qf ·c.ou$i~~ntJ¥ ::~d :sjgp.ifi~tly· w~.at¢r p.~tt.¢m~· :of' ~9~rn.tilJ~tiQn AA4 di$P:«dtY,Wh:bfri .. Jln..:io.iil)strY 1!$.C.Qtll~4.-to· 9ID.~t ~~t\A~r"$1).d Minority .Group M~iiiQ.¢.t.­.cate.~ties .of.MIWBBs •. ·~ot· e, ·. ·: · · ~1'e :if an. ov.~rall MWB,E s.tfbcofi~tifib'. :aoa:l 's: set at ~l8M · .· ·" . , . \, ..... . • Cj-':"'. . • • . . . , '~"t .. ~~}'.U. ~.. .. . . .. .. . .. .. . .. ..... ... .. .... ~ .. ~ .. 1 .......... · ~Q!l a.giv~n. contract) tbe se~ented\ ~h:~ntra,ctmg g9al ·may t¢quh'e that: ~t;I¢.a'$.t; .23% :pf:that 3·8%. shall &e sati.~ned th,roitgb. the :t;i:tili~i,(j.f,1:; ~f Aft:i~.an A.n.ieiioan &rtd. HJspi;Ut.ic s.ub.cf)t).~tots;) t).1e EBO Office shall ~UC.~ ,or wafv~ ·th.is .. g¢al ·wh¢n ·tfiet~ is fritideqt;Iate ava.ilabjlity tlf .. 1\1/\VB'.e :ptili.1~: and I Qr .. sub,cQntmctor ·~~ R.~spon.dents/tJ.iddeiS ·may ~U~t: ~en w~y~ts ~t, least :seven. (7) ·day.S prior to :f,jd open~ .based .. Qn; stfbm.ls~ion u.f a®qtu\te. .. GoQd. Faitlt :etl'orts .. d(!cumentation~ (Ii ·•e: l\bsen~tl of~ -waiv~r grante,d .. ~y tit~ 0.((i~e ot EB~~ a .resp~nd~•tlb.tdd~r who· does not. ~ontmi't to: s~t~t'Y1ng the M/WBE. $tgnttilted. suhcontracdng goaf$ ~IJa:Jl b~·tt9.•sid~tell nt;n-.Responsive.

0 MIWB'.E.,J;nJo.t-V~gJUt~t.l!~m!J~r.§Jtit:ttl~am•·~1 tn~,~1*~:fo~ C_obttacts #tC:~~~r..~h:att. !&2 .• 5. millfo.~: ' • • • • • • • • • d ' • • • . • • •••••••

. _ __......... ......... (Up. to·· 20%,. t;¥aluatio.n. points ... nut of too are reserv~d :ro.r qJutlifM:ing MIWJ1'.E Joint v~.n~.n.r~-· See; 1-Xhibit "Z.~· :ff;lr'j-Ofut:ventn:te/p;irtnership .teamlng,ineentive pr.ognun r.equlr.e.meitts • .ItttendMes. ate· established to ptomote.J;o.int V.(.}tifums,. partnershtpS.;. or te.am.ing;.~ge.n-wnts between larger ,estab:lish~d, ·fir.ms and MIWBE tifmaJ. or h~tween,.and .among SBE- and.:~B.li finn:s. .Fo.r RFPs~ the fucentive nm;y be' fqr 'Q.f>"t~ tw~nty percent (l$3) ·Qf·one. l'tundred ev.aiuation.points,m:·bc.:r.eser.ved for qualifyingMIWB.E jtiint v.~tur¢.s· wher~ the·certifi~il MIWI3EJbkrt. veliW.6 patbi«r:owns.50%\«·~eatl;lr.;. and.petfotmS 50% or·g_r:eater .qf :fbe" wqr~. Qf flt(l Q;veratl Joint. v.<mtutef. Ptoportionate1y few.er .:evatuatkm: preference .Points would .be· ·awarded 't9 the· joint v.en'mf¢/based.·. up.on .lesset'petcentages of'ownersb:~p ·by the MIWBE-parttter~

tJ :~.E .Ev.aluatio!!~"P.~efei;e.ucs.r for.·gws for.,.Crime !!t\!BE·:firms

. . . . . ,,(Up t4) is·~) ~:('tb~ ~~-l~~tlon· pojJltS·'~r.e r~~nred ~ .~ prer~tertee Xof proposal~ sub.Jidttcd by·certified:M/WBE .. firms •. Eva1uati-On panels shall assign p.oiritJlteferences ~qµ~J to up-t9 r.S.%.of*~ total pt>ints. assigned :for the: ev.a!Witlo~,: s(mrt~g and rari.ld1'g of comtn;retion .. related. proposals siibrnitted by those· .certified MIWBE fir.ms. Ali. MlWBE :awarded :a prime: contract nray .not subcontract tnQre than 49<>.4. of the qo.ntract. v;ltlue t<l a non·!MlWBE firm.

. ATTACHMENT C Include Attilchment C .if bid is $200,.000 or more

PROJE.CT NUMBER: 1.8526A PRO.lEC:( NAME:-D~ming Nature, C&nter ~ B9ardw.alk Repairs i-RE-:-BIDJ DA TE: .. March 7~ 2019 .

BID BOND.

STATE 0F FLORIDA

COUNTY OF PALM BEACH

KNOW ALL JYIEN BY THESE PRESENTS~ That we~ .ANZCP, Inc. __ ,_,.._......,_. -~,,.., . , --·"~ ~. . . . . . ·~-- (hereinafter called 0l;ltinpip~.1"), and ..!..·-·-~·-......,..,..... . FCCI Insuratt~e Company . .. . . .. (hereinafter call~d "S'ttretyn) are held ~d finnly bound unto Pahn Bea.ch County~ a Political Subdivision in the State of Florida, ·by and·tfrrough its Board of . County Commissioners~ (herein~fter caHt;id ncounty") in the sum o'f Five Percent 9f the Aqiount Bid ~ ........ -· ·-~·"·"·'. .. ,~.,~.·~ Dollars,($__:--~%.-:-::.____~~~~ . . .......... ), (which sum is at l~ast 5% of~e bifl ·~ri.ce.},. la\\.>fu] money of the United St.ates of Americ~ for the payment of which sum w:ill and truly to be made.~ we bind ourselves, ·our h~irs, executor~~ administrators and $1,lccessors, jointly and severally~ f.trnJ.ly he these·presents;

WHEREA~;> the tiPl;'incipalr'· contemplates submitting o.r has submitted a bid to. the Board of County Commission.ers; Pahn Beach County!! Fforida, for furnishing and paying for all necessary labor materials, equip.rnent, machinery~ .tools, appatatus, services, ·all stfite workm.en!s <rompensatio,n and unemployment co:m;pensation taxes incurr.~.d in the performance of the Crin tract, means of transportation for and coill:plete Construction .of~ Daggerwmg Natnte Center - Boardwalk RepaiJ!s, 18526A); :in. the Co:unty of Palm :S~ch.i State of.Florida.;. and

WHEREAS, it was a<;o.pdltfonprecedentto fue-sl;lbmission of said bi~ that a ccrtjfied . .vheck cashier1s chec~ money order or bid bond in the~amount of-Qve perc.ent (5%) of th~ base bid be submitted with said bid as a guarantee that tlt¢ bidder woul~ if given a Not1ficatiott from Owner) enter into~ written contract with the County~. and fumish a pnf;,llc construct].on bo1~d hl an an1ount equal to oue lrun(lr~d ( 100%1) of the total Contract withlri fourteen (14) ·consecutive <;aiendar days after tb.e County issues the Notification from °"vner, "

NOW THEREFORE~ nffi CONDITIONS 0.F TH1S OijLlGATION ARE SUCH that,. if the bid of the· 11Principal" herein Is a~cepted and. said t1Principal'1,. within fourteen (14) consecutive calendar d~ys after written notice being given of such acceptance, (i) enter into a written contract wiih the County and (ii) · furnishes a public construction contr~ct bond in the amount equal to one hundred perce.nt (100%} uf the total contract amount :and in a form ·Satisfactory to the County,. tben thi$ obligation shall be void. If the Principal fails to complete (i) and (ii) above, the sum hereii1 stated shall be due and payable to the 11County", and the "Surety".hetein agre.es ta pay said sum immediately upon demand of the ncounfyl', i~1.good and· law:fi.Jl 1110.ney of the United States of Americ~ as liquidated damages for failure of said npriQcipal"-.

Form Rev. 01/23/19 fuvitatitm for Quot~ ... Non-federal

IN WTINESS WHEREOJl,, the said -~·-~.-A~Z~O,, !D:~· . .. .,.,..~.. .. ~.;;;:-.. ~-~~-as nPrincipal11 here~ has ea11sed these pres.e.uts to be signed in its 11am~., by its~--·-· . ,,_,, __ ·~~-... ~ .. ~ ....... " .... ,_,.~.,. and attested by its..,..,,.,~···· .. -·--~~ .. ------~ .. ~--~ , . . under the corporate seal}' and ·the said.JC.CI In~.!!!'~Ece Cqmpa.ny . . ~----,.........._,__..,_____,,...as ns.urety1t herein, has ca,used th.ese presents to be signed in its name, by its -.~.?.!.~~~In-:fac!_~ F~o~~~-~.~.~~ .. ~~ide.t~t Agent ~--"and attested by its .corpo:r11te Seal; this _ _,_Jtb._. ~~-··,..,._.,..:,.,_ d~y of Marclh AJ).!' 20---12.__.

·~~~~., .. ~S

TITL~h~·

AITEST:

Form Rev. 01/23/19 ln.vitaticn for Quote -Nc41--federal

WZCO,Inc. (Contractor Name)

~· . · a tu re

PtintName: "° J-/u :6 .. ~ p~ J<::> 4.J'J'

(SEAL)

(SEAL)

FCC1J:g~~an.ce Cq111:P~~~ ............. ----~ (Surety Name.) .

By.~~--... _,......,....__. ~~ ... ·-· Print Name.:: Allyson Foss, Attorney-In-Fact &

Florida Licensed Resident Agent Inquiries: (321) 800-6594

· $t~ie:6t #~6dda Qeunty sf'-Sa.ras,ot~ -

... :r~-l.WI' .... · . : ·" ' ·: :,.., .. : .. ~ :. ····:.... .

" . . . ~- ' ..

:··.:". ··.: ..... ·"::_ ...... . . . .

·.state of'Fiorfda , .. Oi>i:in!Y'.qf .$.~-~~~ .. o~.a.. . : ·

· '1M~H~9.~~~$~i~~· e,~~if.t$J-·: .~.,~!,~~~-:." . . ·,'

. ·.,'

. . -

~·~rqNA-0:592~~~~. 8li9 ..

' '<

-'i

.·. ": . .- ..

''. . '~ ,-

: ' f .... '\ ···:~ ·, ,

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNiY~ FLORIDA

FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECi IMPLEMENTATION GROUP

PROJECT NAME: 18526A

PROJECT NUMBER: DAGGERWING NATURE CENTER - RE-BID

ADDENDUM NUMBER: ONE

DATE OF ISSUANCE: January 16, 2019

TO: P~ospective Bidders

This addendum forms a part of the contract documents, modifies the original bid documents and shall be as binding as if contained therein. Acknowledge receipt of this addendum in the space provided on the "Bid F_orm". Failure to do so may subject the Bidder to disqualification.

This Addendum consists of one (1) page.

CHANGE TO QUOTATION FORM:

Change bid due date from "Thursday, January 17, 2019" to read "Thursday, February 21, 2019 at 2:00PM."

IT IS REQUIRED THAT THIS ADDENDUM NO. ONE (1) AND ANY PREVIOUSLY ISSUED ADDENDUM(S) BE SIGNED IN THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTACHED TO THE BID FORMS AND BECOMES PART. OF BID FORMS AND CONTRACT DOCUMENTS.

ACKNOWLEDGMENT OF RECEIP~ END OF ADDENDUM

ADD1-1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA

FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECT IMPLEMENTATION GROUP

PROJECT NAME: 18526A

PROJECT NUMBER: DAGGERWING NATURE CENTER - BOARDWALK REPAIRS (RE-BID)

ADDENDUM NUMBER: TWO

DATE OF ISSUANCE: January 29, .2019

TO: Prospective Bidders

This addendum forms a part of the contract documents, modifies the original bid documents and shall be. as binding as if contained therein. Acknowledge receipt of this addendum in the space provided on the "Bid Form". Failure to do so may subject the Bidder to disq·ualification.

This Addendum consists of one (1) page and an attachment of twenty-six (26) pages.

CHANGE TO INVITATION TO QUOTE I BID PACKAGE:

.1. Delete the entire Invitation to Quote I Bid package. and replace with the attached twenty-six (26) pages.· Please note that this contains a date change.

CHANGE TO ADDENDUM ONE:

Delete in its entirety

IT IS REQUIRED THAT THIS ADDENDUM NO. TWO (2) AND ANY PREVIOOSL Y ISSUED ADDENDUM(S) BE SIGNED IN THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTACHED TO THE BID FORMS AND BECOMES PART OF BID FORMS AND CONTRACT DOCUMENTS.

ACKN~~DGMENTOFRECB~-·~-~-~~·--~·-~~~~~~~~~~-END OF ADDENDUM

ADD2-1

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA

.FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECT IMPLEMENTATION GROUP

PROJECT NAME: 18526A

PROJECT NUMBER: DAGGERWING NATURE CENTER - BOARDWALK REPAIRS (RE-BID)

ADDENDUM NUMBER: THREE

DATE OF ISSUANCE: March 5, 2019

TO: Prospective Bidders

This addendum forms a part of the contract documents1 modifies the original bid documents and shall be as binding as if contained therein. Acknowledge receipt of this addendum in the space provided on the "Bid Form". Failure to do so may subject the Bidder to disqualification.

This Addendum consists of one ( 1·) page and an attachment of one ( 1) page.

CHANGE TO ATTACHMENT D - PROJECT REQUIREMENTS:

1. Delete Exhibit 3 and replace with the attached revised Exhibit 3R.

IT IS REQUIRED THAT THIS ADDENDUM NO. THREE (3) AND ANY PREVIOUSLY ISSUED ADDENDUM(S) BE SIGNED IN THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTA.CHED TO THE BID FORMS AND BECOMES PART OF BID FORMS AND CONTRACT DOCUMENTS. ~

ACKNOWLEDGMENT OF RECEIP~ END OF ADDENDUM

ADD3-1

i= -~' .. '"-""··· • .M.>'I\

2 x 8 recycled composite top gap anchored with 4 n - #8 composite deck

. ·. · . · .... ···. . .... , screws with torque heads . . , ........ 11. I ?ti~ . . f'.·:·,:-:-;-.····· ...... :···-.: .... *Offer as an alternative 2x8 PT S4S ; Southern Pine #1, attached with 4°· .. Stainless Steel deck screws.

EXHIBIT3R

BOARD OF COUNTY COMMISSIONERS PALM BEACH COUNTY, FLORIDA

FACILITIES DEVELOPMENT AND OPERATIONS DEPARTMENT PROCUREMENT & PROJECT IMPLEMENTATION GROUP

PROJECT NAME: 18526A

PROJECT NUMBER: DAGGERWING NATURE CENTER - BOARDWALK REPAIRS (RE-BID)

ADDENDUM NUMBER: FOUR

DATE OF ISSUANCE: March 5, 2019

TO: Prospective Bidders

This addendum forms a part of the contract documents, modifies the original bid documents and shall be as binding as if contained therein. Acknowledge· receipt of this addendum ·in ·the space provided on the "Bid Form". Failure to do so may subject the Bidder to disqualification.

This Addendum consists of one (1) page and an attachment of one (1) page.

1. CHANGE TO BID/QUOTATION FORM:

Change bid due date from "March 7, 2019 at 2:00PM" to read "March 14, 2019 at 2:00 pm".

2. CHANGE TO BID FORM:

Delete Bid Form and replace with the revised attached Bid Form to include Alternate Bid Quote.

IT IS REQUIRED THAT THIS ADDENDUM NO. FOUR (4) AND ANY PREVIOUSLY ISSUED ADDENDUM(S) BE SIGNED IN THE ACKNOWLEDGMENT OF RECEIPT BELOW, AND ATTACHED TO THE BID FORMS AND BECOMES PART OF BID FORMS AND CONTRACT DOC -

ACKNOWLEDGMENT OF RECE : ~· END OF ADDENDUM

ADD4-1

OSHA 10 Certified SBE Company

"ENGINEERED HYDRAULIC SOLUTIONS TO CONTROL SOIL EROSION" www.hvdrograsstech.com

Anzco, Inc. 9671 Carousel Circle South

Boca Raton, FL 33424 · 754-222-6697

Attn: John Zak 561-699-3602 [email protected]

Project: Coral Springs Canal Clearing Phase II & Ill

HYDROSEED, ·FOOT 'SEED MIX Includes Supply and Application of the Following Materials : • GeoMatrix Virgin Wood Mulch with Tackifier • Pensacola Bahiagrass Seed 40,000 SF $ 0.11/SF $ 4,400.00 • Bermudagrass Seed • Annual Ryegrass Seed • Slow Release Fertilizer MOBILIZATION FEE 1 $ 450.00/EA $ 450.00 l;STIMATED TOTAL

$ 4,850.00 The Following ASSUMPTIONS AND EXCLUSIONS Apply: • The total price above is an estimate only. The final total will be based on the actual area sprayed. • There is a minimum of 1 acre per mobilization (3 acres for dust control or temporary seeding). A mobil.ization fee or $450.00 wi_ll be applied to areas under these minimums. • Does not include any site preparation or maintenance (grading, weeding, watering, mowing, etc.). • Hydrograss must have a water source nearby to use at no additional cost (pond, fire hydrant, etc.). • Areas seeded by Hydrograss that do not show growth will be re-sprayed at no additional fee, as long as it is brought to our attention within 30 days and the damage was not caused by anything beyond Hydrograss' control (.i.e. lack of water, named storm, wildlife, traffic, etc.}. No guarantee is made on areas that are not irrigated and watered. No other warranty,. expressed or implied, is made or intended.

CONDITIONS: This proposal will remain valid for 30 days beyond the submittal date of January 14, 2019. If not accepted within this time, Hydrograss Technologies reserves the right to modify any portion thereof, or withdraw the quotati.on in its entirety. By signing below, you are verifying that you are an authorized representative of the Project Owner and accept the terms and conditions of this service agreement as stated above.

Authorized Representative Name {Print): -------------------------

Signature:

HYDROGRASS TECHNOLOGIES, INC. Brad Ward, Vice President of Operations Ofc: 94:}.-377-3114 Cell: 941-650-5503 bradw@hvdrograsstech~com

1551 Global Court Sarasota, FL 34240 Ph: 941-377-3114 F~x: 941-377-3522 Page 1of1

ATtACliM.llN·r P .PROJ.EO.T' REQUl.REM.ENTS.

An;P~uar 'Contrac.t - ;Mlno:r :Construction

0$.ta; .. J·a-ruary. 2:9, 2(l1::9 :Co.fltaGt: Gus Ar:n()td, ca·p1tal .Jm~ro.v:$r:nents OJvi$im1 Ph~-rl$~ :(561.) ·23:3·0?.75 . . RroJ~cf 'TJtfe: .. Da9gerwiir~g Nat.µre Ge.nter-.. S.oard.wa'lk :Repairs· :(HE-BIO) .. Project:#.: t852SA (RE~SiD) P:roje.ct Locatkm: 1-143$ Park Ae.ce.ss.. Roadi Bpca Raton, Ft.. 3.3498·

1 ..... '.~pt~H2:f;JAL ..

a.. the. wo.rk CQvered :by thjs Requ:est for :Qtitote.· :cpri·$ists: of,. 'b,ut is not limited t¢i the. "fU:rfli&hing of an labori ~·equ(pme.nt,. devlce.s.·;, tppf$,, materials., ttansportatt0.n, .p.rofess:ional senlit.es.., su~p:ervision, drawings.~ pe.rmlttin:g .:and all miscellaneous.; r~ctuire.me.rtt$· to· pel.f:Q~tm: aft:.op:erations :necessary to .acobmplish the. work. set forth n@l.<>w '~flcf shafl be. .. ~Qrtt!:id.er•d p~rt ·of the, $oope.. of Wc>rlt.

:b~ PJ.ease.· reference. the Annual. Contract ~· Minor :C.cn$truction· for additional requirements.

¢, Work· to be ~omptete.d d:udn.g, the ho,~rs of Y.:;(lO· ,am to.. 5;.oQ· pml Mond~y ·ttlrougn Friday.

d.. Contractor shall contact the Project. Manager.~ within ·:seventy-two (72) hours, ·Of Noti·ce to Proceed to e$tabnsh schedu.libg. etc~ required ·ro.r project implementation-.

·e. .• Work :to b.e· c.ornp.Jete.d.: witti·i.n. ·s.Jxty (~U):) d·ay$. :(.each p.ha.se). of perm.i.t is$u.~nce~ P.etml:t.ap.plicati,o.n.:, If. r.equ:ited, is to· be:. s~bmi,tta.d .b.y· C.o.ntra.c.forwf.thin five {5.):.days .of' '.Notice to Proceed and due diligence exe.reis~d· to. address .au Building O.epartment .comm.ants.~. · ..

f~ Li4"1Jd.ated damcage$:· w,Ur ao~ru• in ·the· ·ama.unt..of:.$8.0 p~r d.ay~

:9t~ The .C.ontractorw.ilf prov.idE;r a .. certificate. of Occupaney ior Certif.ieate" of Co.mpletion1 . .. as app.rop.riate., o.btaih.stf ftom. the ·proper BuikHng offidi~J, prior to prqcesslttg. of flnal payme.nt

h. .Contractor. iis respo.ns.·ibie for obtaining au measurem$nts during the slte :)n~pection.

Remove. and re.pfa.ce bo~tdw~;~·:qeok.lng~ .r:~if'i.ng., tail post$"ao(.f·a$s.t..>ciated hard:ware.; w.i.th neW :t11:S.teti$J. ·to ... ittC.IUde. (Op ¢.api :fl$ hig.f'\Jighted dn ·exhibit$·~:$.·. Se .. aireful. to not r~move m:ore .cl the e)(istin.g support.big ·S.truc.ture ·than Is necessary.. t>o n:ot damage, mar or deface the po·rtion of the. rematni:ng structure or material ta be. ·reused.

D~gg.e,rwing. - BoardWalk ·Repairs (.RE~'.Bl.0) Proiect No. 1B52BA

Proj. Req· •.

1lds.prQject- wi:Jil be. ,~om.p.l:etecf 1·n 'fcmr (4) .pha$e.S (Exhibit t). ihe· bid$ are to be..;.pr~pared with individual priclng ·for Phase.. 1,, 2r ·a & 4 and .an overall cost of the work :to be comp·teted.. Th~ .contract, wi:U not be g·iveni t~· m.tdtiple vend.ors.f ·but will be· .:awarded to 'the· Jowes.:t ov.e.ra.fl ~$.P9n$,iVe· bidder-. Work ;$eJe,ct~a· to· ·be. cotnpl.eted. will ;be: based .o:n Owne,r':s bu.(fget ·

The ·substructure'~, :as. hig.hlighted :on Exhibit a:& 5,, is lo· ;be· reaUgne:d .. and l.eveletj to include skewed pilll1QS. w.hHe: re.using $S much of the· orJgiha:f. .beams~ Joints and stri·ng'ers a·s 'possJbfe, refe:reti:ce, ~~A$. :81\lift'f drawiogs., Exn il).t~· .2... ·

Recens.tru:ot tep· portiO.n .of· boardwaf~:. oase:d on typ:fb;a.l ,$k.etch {IExh ibit .3. & 5).

a. Remov;e. and properly '.d.lsp:ose of 'all, wo .. Qd: :deek:f ·nandratls~ . .mid ran$, top .raJf.s1 rau posts.,. fas,Qia). )and rotted OJ·damaged ·.struotu.raf, ,eo.mpo-ne.nts· . . P.. AeElliS.'t1 ~tod ·~1um~ '$~~wed pU1ng$~· . · o-. ReP.'1~$.e ~li brd.k$n,., c.ra¢ke.dispMt- o.r .rqtfeo: b-e•m$ ~,Md Joist$~ d. Relpfia:ce dama.g:ed jQ..ist stra:p$ w.lth new joi$t. ·st,r:a.p~l to match existing~, e.. PT 2x1 ~ fas,cia: wi.ll not be r~piaoed~

Su.mrmuy of· Phas:e.s·,

·aetow is a li.$t. of Qo:mpotle·nt$ ttiat :ei.tn~r ne$.d. to ~e t~atignecf o.r repJac~d ~ AJI b.lds should be based on :this qµ:~ntity. .Also inc.roded· Jn ·th~. :bid$: ,.should be ifldiv.iduat costs for :.ea:C.11 reaUgnedJ.insta:U:ect item~ should additional items.:be ne:eded: •.

Phase 1

Item Skewed Pilf.ngs. Rep.lace PiUn·s. $e~ms tq b~ .r~pJ:at~g stringers· to be, ;f.e.pla0$d, $.traps to .. be· repfa~d:

Phase 2·

Jtetn Sk~w.etl P~in:hg$ Re.placEf ·F>iUng Be-ams 'to be replaced S.tritl:gets· to· he, replaced· St~ps to be: repl~ced

~ 1~ 1 5: ~ 1::6

~. 4: 1 5 1 15.

Da,gger;wlng .t"-: ao.arqwaJk· Re:palrs (RE ... aJD) P.r.oj$ct N<?~.· 185.~~A · ·

Pb.ase 3:

.Jte.m S'.ktwed PUin·gs. Beams. to be replaced · Strin.gets ta .be rap.laced stre:ps. to be. :r~plac~d

Item S.k$wed Pi.fin.gs. Replace. Piiing aeame to be replaced Stringers to .. tae .re.placed Stra:ps 'tfJ ·bE! re:p.taced

A·+o. ·~ ·o . (l o· 0 . .

a~ f>.IQDUC!JNFORMATlOH: • • ...... ........ .... . .. . ...... .. . .. • .. . . r ,r r.. . ... .- . . ., . -~

:a. .AU lumber :$half be. Vi.$Uafly: graded. in acc.ord'n~e. with CUrt$'.O.t W~W vP • .A_. gr.a4ing; rules . .AU dimens'.itmal lu:mber:shall. ~·e S4S .. se.ss.oned ·S.o.u.the.m Pine ·#·1 .. :'fl~ Tre.at :aU .d.i.men(f.~n,11 n~n:nber with CA. l).se (l..21: pounds df preservative r:etenUQn r>.~r e.µbit fqQt . . :e. AH structural fastem.ns: $:half be': f.lot dipped .galvanized.; :itt.:cluding ·toe· han'1raiis:, s·ld·• railsJ. "ran posts. unless: otherwise noted. Note.~ au machine thr.e.aded. bolts should · Pf?ISS lumber faoe: .. oh. npp.o.site side at least: 2.0~1 past ru..it end with flat and look .W,a$hers,. · · :d.. Pe.c.k screws to be '30.5, "S.t~.in.le.$s, "type· 17., torx ,<ff.ive: :x. 4.J)?t loog .for deGk,: two (2). .screws per bo.a.rd" .per .each jars~ connection and· .3.:0~' ·100.·g for r~cycled piastic· :handrail tap cap 24: . .0" O~C. e~ .All d~ck screws. sh~d.1' p~ cou,ntersunk ~pproximately 3/16'-~·:nelo.w surfa.oe of deck. :bo.at~. ·· ·· f. rw· .. Id . d' ·w· • M. , .h b XJ.'A.J. n· • ... ,. .. ·d ...... "" · \iu. l,;;1 ·12· .tt ~ . .. M .. . • ~' . ·" ·,. '.'a.· ... e ... :'.:._::1.re .·,.es ... : ~~v·ll. - ~a.tVamze, '81ier· vY:eu'1 ··. :· l·~ ,~auge.j . $$h Stze, t,5 .. -X: 1,;5!', 36;~ in he:fght.

4. ,SUBMITTALS •••••• .. ........ • •• J I

Ail submittal&· sharl b~ ·sent to:- th$.: Project. Manager. :t4r ,approval. Thi$ lncludes, ,t).ut: is" ·n·ot :f:irriited to, products: to .be, USfi!:d.1. :methods otlnsta:O.ati,on. ,and reque.sts .for information ,and/or .cf a.rification. Atl ,s.ubmittals. :must be, made. b.y the C,ontraoter and must Jn.ritude ·a11 ~.e.t~lf$ n.ece$.$:~ry fot the: PrQjecf' Man~g,er a.ncf P~l.m: :~aeh County to m~•k~ -any ne.cess$ry daterrrdnatiif;ln.$~ A 'ttan$m:ittat form· m.u$t be 'iinc..lud~d. whiQh (;le~rty reque:sts d:ata. or Jnformati·on ..and dev.ia.tfons ffot:n the. oontta~t. reqt..drements for ·which approval Js -.being· requested .. 'FaUure to provide· .suffiGient information. wlH result in the .rej~ction of the .submittal. Where'. the, :Sf>'e.e.ifh~ations, do not ·specify a. brand name product or wh~te ,a ,sub$titu~o.h. of ... ~ 'P.todQ~· i:$ n·ot "&P~Pifloa·lty.· :p.r<Jhlb.ited ,. 1fl~ Contractor S.ha:U ·' ub.mit -~heir s0te~ed p· .. :roductt::for .~p.t:\'tf\\Vaf by· ... the~ .'Pro·iedt Manag· er. Suen S.' b .. :"+.+: l ' s ............ :4-,, ____ ~ ... ~~ .................. ,,·~f;i'"v .......... :i........... .. .. u .. .m1 .. ~~$ $.h~U i.ncl.ud·e· .a$ m~ch deta.n.j and 'irt a foi'.tha( as req:ulr~d. by· ·the ProJect Manager1 .&~'>' as-to :allow tne· ProjectM·anag.er·to. evaluate the f;lrop:osed:,s~ub.:$tttution. ·

I.. .NJAT§RIALS:. .. . . . . . · .. ~.:

:~:. AO material sbaU :ttleet ,ot .'exc~ed Ff.odds Building ·cod.:e and .P.roduct .submJttafs ShaJJ. be·revieWed agd a1f.lPiFOVed by the ·Qwne,r1.$ :f{epresetita:tive prior to· :orderiO"QL b. ·Materials shall .be. de.liv.eredi ·,in their orig.inafJ unope.ned ·:package.s, and protected .from. exposure to· "ths. elements. Damaged Qr detedorated .materia:ls shall not be :used ..

6... T.E·~P.~R.ARy· .PRO.t~C~lO~,. . . . ... . . ... . .... . .. : . . .

The Contractor :shaU proteot alt workers:,: :staff and: .th&' general :Ptlbfic frQm injtny~ The co.ntractot $hatl .coQrctlnat~ a:rld ·snft~.dule .. an work wi~rr :the·, ·pr~ject -~'la·na·g~r..

D~ggerwihg - .aoard.watk :i:~epairs· (R;E-SJ.D). ·P:rriiA~t' Nn ·1-A5.~6A

Page 3.of4

O~ggerw~ng. Wetlands .. :ate' r.eg;tJl*1t'Q by· ~he. SFV\!M .s.o the:r.~ .. i$ the pot~nti~:~: ·that. .'P.etm:ittJng/fif ~i-ide.:llnt7..$ WlU b.e re,~:Ll:ir~d if ~n.y- m~.chltt~-IY l~. tQ.· -b~, ·us.ed .on ·tn~ h:~mm.ack flo:o.r~ · · ·· · ·

C<>nfra.etor is .. to :coordhiate: .an space and -.security· re.qui-rements with -the: Prdject M~m:ag•r~. A: con•tru:<;rt;oo: $.c_n~dule. $haJI b~ .submiff~¢1 for :'-rev.'.il;JW and appf.oval piio:r. to ,p:~t=H»nstru.ction ·m•etins~: in,cluding: a start date, $,l.{bst~nti.a.I. CQllJP.1$tiorf datte.; and-work :Jid:an de.fining ·whJon, openings· wiU be· s.cheduled on what day. The.· C.ontractor sha:U ·.conduct aJJ: work so as ·te :cause the· lea.st interference. ;possible· with the normal ·~otivities of the operatians· ofthe·faci.lify ·and ·syrr.ou.nding a;rea$. Any:dam~ge ~tised :PY. Co.ntr~.C.tor .(incfudi'ng lan.d$(.l'iP,ing. and itrigationJ·sh2'1l ·t>e the respo.nsiblli~y: of. the. :Q·Q.rtl.ra~tc»r to. r~·p .. ait an:d:. :retut.n: t.q· it$. o.ri:ginal state~

8. ·pR~~ATIQf:I .. . . . .. :·· ' ·.· ··,.

-ft ~hall b~ the respt>n$J.biUW: ·of the· :Contraqtor t<l p.:r~p~- the: s:ite .at ·tbe c.on.$true.tiotl ·loc~ti:ott$~

·s. :EQMlNATION: . . . . . . . . . .... ... . . . . ' . :. . . ~

J~~po .. rt to th~. Project'. Mana.g~r., .. in writin{:L $tlY' ifrtperleot.ion.~)· un.aoceptabie ·c.ondltfons .and/or oorrectio:ns· required tq .. b.e. made before commencing. work. · If approved,. this shaU. result in. a change .. order.;.

·1io.,::(rJ-.l;'AL.bAI~ON ..

. .Aff :msteri~ls $.hall ,b~ 1

i:os.t.~Utd~ ·;n strict a:ccotdacce: .wlth Ma.nu.fao.turet,s written· :instructions .and re·oommenctati~os. Al.I work -.shaf:I. be :done in .oonfo-r:man\oe'. with appli¢abfe Fe.de..ra,f r. State .. and. lot:a·f oo«~les:, and established .&tandards ..

.. 1·1 WARRANTY ·"'· ........ f11 ·1(oK11 ·r

CJontraetorw~J;ra.nts: an: .eq.u:ipm.ent; materials.· and labor ftJ:mi$h.ed or ,performed :a~alnst defects in desis.n~ mater~~1$·.and;wor-kmanship.for.a period oftwelve (1.2}rnonth.$ frQrrl :'substanti~il c.ompleti.ort: ..

.it4 ·· e:AN u· -·1..:~:f'.Lm;;;M .·. ·. P.

Re.move au waste matef.iaif'S,;. to·ols· and equi.pmentfrom j.o:b s.'ite· dally. Thoroughly-cl.ean the. entire. job :area pdor .to requesting· fi.nal in~pectioi1.

13. :§J?t:UR1.1"Y'..

'This ·project is stibj~ct te.:: [XJ ·Critical' IPacmties, aackg:roun.d ·Che.ck. { J CJ:f Facilities Bac~g.rou!ld Check [ ] NtJ B·aok.ground .Ghe6k

O.~.gg~rwtng· - Boardwalk .. Rep.a.irs \RE:...BJD) :Project No. 18.526A ·

P.roj. Req~ Page.4.of 4

.::E.

lT ··.L·

1:y··; ... 1·· I.. :

Tl

·t.

-=~\' 1'!tlllil·· . ·:;

'1.-~ ... ~""""'

l ·~I

l Mt._ ___ .

. IJllOlllll.

~~~ .W."'1:41.!>;.m. .

~F~''llt'h<!~

·~·· """'

r ~ .. :" .... ,.

~~.11:0\A., .. ftt PU..JM4 ......... ·~,, .. · ...................... ~-.~~, . ._~ .. ~-~tMP

Jlft>.'f:JAl!i(L:f&li'sw#~l!!.N.t:.~'.fA 1n1s Dot.'.t,1MHtli' .J$: ~~'EMP'tAN!l coNi·W£'Nrw, UNiJ!iw·~~xc 11.Y,1.>n . FlORH.lA ;mr{UJ't'i:/{ .. A}'l"/ EN1tH"Ot? ... ~'if.Jt..S(JJ.\'E.frJX'El.'f(iJ.V(r SUCH JNJif)t(MfH JOf-i :-J(i4L.(,.1J!.4hV'J:1fN

:~a~tJJ/f:?.!.~~1:f;,~~·,;£~ti:~7~Wti:Iil!!tfl!l~f!£ztE··. ;1;:;,~~111!jI~i~:~;.!( 1i:JSi~~s ;;~!'izi.ff~:J~~~tY;i~T;[·'~;~_~f-1~~~;~.;;:,~w~~v~~~i~~;~~u~t~;; {JO('(h.\rtENi~ AJ.1£ J./N:tf OR .m.fl.li.N, OlUF '!'f.1'Elt.!1 lS lMP~fJl!EJ<'nJ..W.:LOS.UNF .o& U.NAUJ'.l:lOk.!21!',f) U .. '1gop 'tHH !;Vl'i)RMATJON" /N. fNli t.J()Cf.JMh~ivr· univ CDM/ll)ff!ON(Jl;' USF. Wt }f~Jt. l)R(iHX."( ON CON'tRACJ: 'tHEJYJlv/1t4CTOR!(:ONS.Uf;t>ftfl'SHAi),. Sift(!{}} Of?. Jii!J!t.N :.; ~ry UUPUr..'An.; NHX!!U.>S.

~4L~ ·-~~~~:--~:,~~· . . ...-. .. :~. ~.-· .· ::: .. .:-, ·-~, l.,,.tf!,t . . ,,_.~. +• I· .· . ;~;~-0 ' .. #!w~~1a.~·~.~~'~ ... ··. -~v:i·,.,~ ; ~- . . . --~'ta' .. ····ii:·-.\· l»T

. ......,..:·

Pc"'~ ·.. ;;.;.i_.. •'ts• ~,._.. • • ...... l ·~·· ·.· .. ~+~ ' .• ·. ;.•Kif,"~~ ... ; "' ·.f·f.4 . . ·~J: \

I ..... "'.'h. -'•·

·t•~_·.· ....... ~,

....

.~;:

f:

EXH·IBIT 5·

JCA SL1rety Group~ LLC 123 Zelma Street, Suite A Orlando, FL 32803 Tel (321) 800~6594· Fax (407) 264-8321 www.jcasurety.com

April 16, 2019

Palm Beach County BOCC 2633 Vista Parkway West Palm Beacht FL 33411-5604

JCA

RE: Authority to Date Performance and Payment Bonds1 Form of Guarantee and Powers of Attorney Principal: ANZ CO, Inc. Bond No: 1000937 Project: Daggerwing Nature Center - Boardwalk Repairs (RE·BID)

To Whom It May Concern:

Please take this letter as authorization from the surety company to date the above referenced bonds and powers of attorney the same date as the contract.

Please forward us a scanned copy once the bonds are dated.

Sincerely,

FCCI' i~~µf~J.19~ Company ~· • ~ > 'f I ' f '

:~: 411. ;;;,, 1. U;Uyj_ . ... -l:!YYYflt r' ;~, I TVl P ' <·; Aliy~6n .. Foss V)ii~;

Attorney~tn-:Fact & Florida Licensed Resident Ag·ent ~ ... . . .•. '

~··: : f • ' •

. Send copy of bonds to: [email protected]

PUBLIC CONSTRUCTION BOND

BOND NUMBER 1000937 ~~~~~~~~----~---~~~~~~~~~~._....~~~

BOND AMOUNT $377,667.00 ~~......_~~~~~~~---~~~~~~~~~~~~~~

CONTRACT AMOUNT ~~-$~37~7~6~67~.o~o~~~~~~~~~~~~~~

CONTRACTOR'SNAME: ---~~A~N~ZC~O.=.....:I=nc~·~~~~~~~~~~~~--~~-CONTRACTOR'S ADDRESS: 9671 Carousel Circle South, Boca Raton. FL 33434

CONTRACTOR'SPHONE: ~~~<~56~1~)~48~8~-0~8=22 ___ ~~~~~~~~~~~~~ SURETY COMPANY: FCC! Insurance Company

SURETY'S ADDRESS: ~6~3~00"""-U_n~iVl~·e~~~it.._._yP~ar~k~w~a~y~~~~---~~~~~~~~-Sarasota, FL 34240 ... 8424

SURETY'S PHONE:

OWNER'S NAME: PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS CAPITAL IMPROVEMENTS DNISION

OWNER'S ADDRESS: 2633 Vista Parkway West Palm Beach~ FL 33411-5604

OWNER'S PHONE: (561) 233-0261

PROJECT NAME: Daggerwing Nature Center -Boardwalk Repairs (RE~BID)

PROJECT NUMBER: _l.=85:;.:::;2-=6A...,,___~-----

CONTRACT NUMBER (to be provided after Contract award): -~----~--­

DESCRIPTION OF WORK: Remove and replace boardwalk decking, railing. rail posts and assodated

Hardware. with new material to include top cap.

PROJECT ADDRESS, PCN, or LEGAL DESCRIPTION: ______ ~----~--

Daggerwing Nature Center

11435 Park Access Road

Boca Raton FL 33498

This Bond is issued in favor of the County conditioned on the full and faithful performance of the Contract.

Page 1 of3 F onn Rev. 01/17 /19 Public Construction Bond

KNOW ALL MEN BY THESE PRESENTS: that Contractor and Surety, are held and firmly bound unto Palm Beach County Board of County Commissioners 301 N. Olive Avenue West Palm Beach, Florida 33401

as Obligee, herein called County, for the use and benefit of claimant as herein below defined~ in the amount of

Three hundred seventy-seven thousand six hundred sixty-seven and 001100 Dollars ($377,667.00)

for the payment whereof Principal and Surety bind themselves~ their heirs, personal representatives, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS,

Principal has by written agreement entered into a contract with the County for

Project Name: Daggerwing Nature Center - Boardwalk Repairs (REwBID) Project No.: 18526A Project Description: Replacement of existing boardwalk Project Location; Daggerwing Nature Center

in accordance with Drawings and Specifications prepared .bY '·

NAME OF ARCHITECTURAL FIRM: NIA LOCATION OF FIRM~ PHONE:

which c()ntract is by reference made a part hereof in its entirety, and is hereinafter referred to as the Contract.

THE CONDITION OF THIS BOND is that if Principal:

1. Performs the contract between Principal and County for the construction of repairing the boardwalk - Work Order 19-038, the contract being made a part of this bond by reference~ at the times and in the manner prescribed in the contract; and

2. Promptly makes payments to all claimants, as defined in Section 255.05, Florida Statutes, supplying Principal with labor, materials, or supplies~ used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and

3. Pays County all losses, damages (including liquidated damages), expenses, costs, and attorneys1

fees, including appellate proceedings, that County sustains because of a default by Principal under the contract; and

4. Performs the guarantee of aU work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force.

5. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. Any increase in the total contract amount as authorized by the County shall accordingly increase the

Page2 of3 Form Rev. 01/17/19 Public Construction Bond

Surety's obligation by the same dollar amount of said increase. Contractor shall be responsible for notification to Surety of all such changes.

6. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of construction liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against the bond.

7. Principal and Surety expressly acknowledge that any and all provisions relating to consequential, delay and liquidated damages contained in the contract are expressly covered by and made a part of this Performance:. Labor and Material Payment Bond. Principal and Surety acknowledge that any such provisions lie within their obligations and within the policy coverages and limitations of this instrument.

Section 255.05, Florida Statutes, as amended) together with all notice and time provisions contained therein, is incorporated herein, by reference, in its entirety. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time ]imitation provisions in Section 255.05(2)., Florida Statutes. This instrument regardless of its form, shall be construed and deemed a statutory bond issued in accordance with Section 255.05, Florida Statutes.

Any action brought under this instrument shall be brought i:1:1 the court of competent jurisdiction in Balm·· .. , . Beach County and not elsewhere.

Wit;lsS

IMPORT ANT; Surety companies executing bonds must appear and remain on the U.S. Treasury Departmenes most current list (Federal Register) during construction, guarantee and wan·anty periods, and be authorized to transact business in the State of Florida.

Form Rev. ·01/17/19 Public Construction Bond

Principa ...__ ___ ~-

~~1~r -T-it-le----::-----------~~----.;~·-,,, :;u .,,,.~··:,.

Title son Foss Wing, Att ey-Ail-:'.~~cl: & Florida Licensed Resident Agenf,:. < · . Inquiri~s: (321) 800-6594 · ·· 7

/·.

Page3 of3

... ·: .. -~ . .. · .·

:,-· - ,1j ••• _·. ·,;.-.i· : .. :: '!. ;, •

. ' ' . . .. ·. . . ... ; ..

~~~~~J~~~g~~~ the laws of the State of Florida (the "Corporation") does make; constitute and appoint: ,. ... ·" . :·~. .. . .... . ... Ally$on E:O$.S, Wing;,J.orge L .. S.racamonte.. .., - ,.~ .. .. . . ~.>:»" ... ~:•';."';•::., ,i:i.'.'~ ','••'~':~,,\•··~'.~ {.:···~ ~.;._·!>~··:· ... i":•'·'"~,I ~.·1 ·,~ .f<:.1'', : ... .,·'Y,

1._··f·,/<,••,, •• .J••', ~· .. < ::~:., : '.". £~~b;" :its. troe,..~~ai.J~~Lll,Atto~~~y-f n-F ~li .~o ... ~1a~~.:.~xeJut~~.:~e~f atld. ~eiivet.~·fOJi.-~'19 ~jlifl(tt~::ib.e6~jf ¥_. ~urety;"~~: ~ :. as its act and deed in all bonds·and undertakings· provided that no bond or undertaking or contract of.Suretyship executed underthis authority shall exceed the sum ·Of (not to exceed $10,000,000.00): $10,000,0'00.00

· ;:;;\::·.~:.< ::.·:'··<:·; f yiji~ ~~~~9;~-~~~~J~~f"~Mf ~py a~in>l;~~~~~~fa ado~~~~;~j~.;\~ ~?tji~~6~i~L:~~!~i. / ·.1~· ',::_· · ·:~: r~ofufiellr·a1so>autmpriaea ~a.ny (Urtliler.\~G~m:by;'.tf;let::o1.fieers ofi.\the-Go.r:npany nec~ssary to~e.tl.~C(!saeJi}!:tattta.~i~h. · .:·. · :'" '}" ··" .: . : The $ignatures below and the seal .of the Corporati<;>n may be affixed by facsirnilet and any such facsimile

~t'ri=~~~ii:t~lt~~~-'.tlict~V~~~~.t~~'SY~·~'?.·~lt·~~!'~ !~~m 1".r't~ ·.. <I · ·':i ··:"'. ;:·:"·: ;,:. -1~' ~i~~ess ~h~;;~f, .th~ ~bcr l~~urance Co~J~ny 'has .. ~~us~d .th~se p;esents .to. be si~~~d 'by" it~ ci~i~ a~thorized ., · ...

_, :;, i c •offi~ and Its corporirte seal to be h~un.to ~x9,d, this .. ~.9;~7 of .. . Ja~.·. u~%;~.-., l .. ') ~·dr;L,':.:· .' : ·j .. , ... ·;"'~tie~t~ f(Jhfi1'·· ~>.i-~\i\ ~ w~ . -Hif SEAL 1 <·~

'$t~te :bi Piottcia County of Sarasota

~ • f ,I I •:,,, .. . ·: :":· ; ~\.:: •. : .. -..~.·~1tr· ... :.~.'f.:.·.· ...• ~.~.~q.·~.~ .. ·.·_·:~·.·.~-~.·-~:.-·.:~-.~~·.~-~.; ... /. . . . .C,hj~~~~~;;;:~"Qffl~~S':'~1aiy ~~ . . :. ; , ,,. . ..... · {./ ·>;·· .. JP~~#t~~:~r~-~we· ~qm.: ..... i? ... ~P.Y) }: .. <:~: . ~ . ' .. ~ ';,\>- ·; ·:~ ..

; J~~~ ~~ .

. ···-:. ~. :::~ . ' . .·" " . "... . . ... .. ·.

State of Florida

:·f!~t,ilr::;:.itii~ ~~·ll~n~Jx~~~~'.~ w~ico; ·"dlsJrsi;~~i1y kn0~~'lirti_~ . .a~•·w'boi~iJd,1~~:.. · · ·toieg.oing' d'ocumenffor.thE!f purposes expressed tti~~ein. · · · · · · · · · ... · ·

... •.; ...

• t:,,;

CERTI FICA re .. "· ·:,; ·., .... ~.~· :::' :::1:~ t~~ JAci~~slgneGi. S$or~ta·IY~~t ,Ro.6n1MuP.an0~ catti~~DSi,,:aftrQ:tld~£ ~-otporatidO: .. ~Q~_HI$f.K~~)t:C.·~~i1FY. th;~H~:$ ·: . ' -_ ·; .. :fofegoirig·:·f>·ow~t ot:Attorn~~i remaim~'·iri :ftilf"'·f6foe ~n.tt ·h.~s .f.1¢f:'tl~en::r~vdked; alid furtheriricireflt1'afthe.Februar.y·24;'·;2at1 · ... Resolution ofthe Board of Directors, referenced in saicf P6.wer:qf.;A!Jprn~y, is now in force . . ·• .. ·· .: : . •... ,•' ' . ;;·· :_ ·:t;~~;~'::-: . . ?~tit.; u; ~· . . ' .·.

1·, 1·-~. , ··'i ~ -vtv . . . .

: .... ~~~rA•.35t12~NA;lQ4. f(2g1s

. .. .. • >:-:: f;:~~<::'>~ '..~~i~~k:2~~~J~~~~~~;~ .. iy~,~t;~·~~·~·~ 1.'~l • .. ~

,, : :1 ..

I

I I

. l : t

BondNo.1000937

FORM OF GUARANTEE

GUARANTEE FOR Contractor Name: ANZCO Inc. and ~~~~~=..;.;:=-=-=->-==-'-.--~~~~~~~~~~~· Surety Name: FCCI Insurance Company

We the undersigned hereby guarantee that the Project Daggerwing Nature Center- Boardwalk Repairs (RE·BID), Project Number 18526A Palm Beach County, Florida, which we have constructed and bonde~ has been done in accordance with the plans and specifications; that the work constructed will fulfill the requirements of the guaranties included in the Contract Documents. We agree to repair or replace any or all of our wor~ together with any work of others which may be damaged in so doing, that may prove to be defective in the workmanship or materials within a period of one year from the date of Substantial Completion of all of the above named work by the County of Palm Beach, State of Florida, ~ithout any expense whatsoever to said County of Palm Beach, ordinary wear and tear and unusual abuse or neglect excepted by the County. When correction work is started, it shall be carried through to completion.

In the event of our failure to acknowledge notice, and commence corrections of defective work within five (5) working days after being notified in writing by the Board of County Commissioners, Palm Beach County, Florida, we, collectively or separately, do hereby authorize Palm Beach County to proceed to have said defects repaired and made good at our expense and we will honor and pay the costs and charges therefore upon demand.

DATED~~~~~~~~~~~ (Date to be filled in at substantial completion)

SEAL AND NOT ARIAL ACKNOWLEDGMENT OF SURETY

..;;.A-=N __ Z..._C....,O ............ , l.._n..._c. ___ ~------____,,,,,..,~ 1 \: (Contractor Name) (Seal)<-· ; . ~ ...

. , . .,,, .....

. . . ,,. ·.··~;j.

(Print Name and Title)

FCCI Insurance Company (Surety Name) ,,

. ,,

By: OJkpr{!::Si~~:".·' . Allyson Foss Wing, Attorney-In-Fad&· Florida Licensed Resident Agent ... , ·

(Print Name and Title)

Inquiries: (321) 800-6594

Page 1of1 Fonn Rev. 01/16119

•. : ... :. . ' . -. . ' . -·· ':"

,. ,'. ,_.

-: - :- :: •• -. •' ~ i

. ' - .....

... ; - ~ :' .:: . . .. :" . '

.. ,. :: ,., ·~· ·. · . ·;'.•

:.:·.;. ·:::. .. .. ..., .. .,,:

·. ·' ~tkJJ,; ~i-o~;,h~~.J~~~i~~~r!~~:f~~~o:~~i~~~~~~lg,~~l~:··_. the Jaws of-the State of Florida (the "Corporation") does make, constitute .qnd appoint:

, _,. ,_ .. ·.·; .,.-· ..... All~son fos.~.Wi9g;,Jor9.:E?-~ptr.a.qa~9r,µe ........ ,. ., ·,~ ... "'"' ...... ". ... .... _, .... , .. ~ '., • ::.._.'· .. ·: .,.' .. ,"', .:~ir: • .. : "<~!I.. ·:/·,1",( f,~ I .• :~~\·, Jt :~" ::~',. • .. ~ ~; \.f'··,.~t ! i ~ ~· •·-;. .. • ~:· :·. , • :l·l ~ .... ~ ~:~ ': "·. -:~ ::' ,,,,,:;

. : :~'.: .... ' ~,; I•:: l;~~~P'its tru~:~nci;l~WftJ!f Attor~~y-tn-Fa'~tf., tb~~tn~l<~1: .. ~x~o~~~~ :.'Se~~ a~f ~tlfiV~f ;·1fQ~ ari~i~Cinfl$e;p~¥i.~1f ~! ~stirety? :$.pll:. ~ .. ~ /;. as its act and deed in all bonds· and undertakings provided that no bond or u.ndertaking or cont~act of suretyship executed-under this authority shall exceed the sum.of (not to exceed $10.000,000.00): $10;000,000.00

···•p;':t;~~JU~~s~~~,Jj~~&1'::~~1;l~!W~::t•~IJ~,,~ ••.. :.:., 1

The signatures below and the seal of the Corporation rnay be affixed by facsimile, and any such facsimile

.,_ ;~~;f~~~:i~~~~~~~r:~~~~~~'~1TI~~,n:~h;~_,~!i~:9:~0:4'.'~5fj)::tvr 1:':= In witness whereof, the FCC!. Insurance Company has c_aused these presents to be signed by 'its duly authorized

officers and its corporate seal to be hereunto affixed,'this 31st. day of Janu~ry , 2019.

''t;L~i . -:·~.·- . -•·· 11Jgif .. C.f];JHP;/;/J£, . . >r c(: ··\~~j;:;~) .. ., ··:cc·~~~\;~~~=jr · .. ,.,tsY~ie'.~if-l9ricia ... · : · ·· ,_ ., -;. , , "· · ·· · · -:' : :: ·' · ·: · ·· ·. .: " , · County of Sarasota

,I !·~":,.~~QJ~:1ff~~fj~~~tJri~it&1f~l1~. Jot~;~~-ii~~"Y ~~:~~r.·~·~f&ii~~'*'L -~ · ~~

State of Florida

-~· ::· .. · ~Tie,~;t{!~~~!.it!il:J~¥·~~n~0~~~t~;~ w~i~. ~~-~~'.~~llY kM~11~'~i> ,~1~~x'i~~~,~ .. ,. · ·roregoin~f tJoctJtfteht .fOr therµu·rposes' e)epte~se~ ftie-rein. · i, '· · · · " ·• · · .. .. '· .,,, .. , .. - ,,. .. · · .. " .. · ·

. ·~.~m"''.~!li~" exp~ -~0~''\A -l""! ~~: . ; •. ·.·. "·~iy~ .. :· r··· ·'

CERTIFICATE

. »' .:::~;\. r:j~: :f~~ "~~d~~r~~~:-~~Q.~~~.a,~;~~-:·e.:~d:·~~~:~·.~~~~ Co~~~9~~'./~.:#:1prj~:a --~~tP~rati~~. :qpj:~~~k.~~Y: ~~~Tlfi~· t~~~1~X ·. · f6tegd'in~: .. powst ·of<A'tte>fti'ety remsins·"lrr ft.:i'Wfbfce· ar.M h~s noti:been: revoked; aM furtMrmoref th~HhefF'ebnial)i'':24;·:20'1'1 ": .·. Resolution of the Board of Directors, referenced. in .said Power bf Attorneyi -is now in force.

:· . ! ' - ... ~ . ~' •,. "• • .. ,.''•'

· .. ,. ·· 1

. , . .._. ~

>I': t~· ' . ~ ., '), .. 1' .... •.;;.'·

ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~- 2/12/2019

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 INS~RANCE 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 have ADDITIONAL INSURED provisions or 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 2R~~~cT Certificate Department W.F. Roemer Insurance Agency, Inc.

~~g~~ Extl: 954-731-5566 I ff;~ Nol: 954-731-8438 3775 NW 124 Avenue ~ffD'}{~ss: [email protected] Coral Springs FL 33065

INSURER(S} AFFORDING COVERAGE NAIC# INSURER A: American Builders Insurance Co 11240

INSURED ANZC0-1 INSURER B: Mapfre Ins. Co. of Florida 34932 Anzco, Inc. INSURER c : Evanston Insurance Company 9671 Carousel Circle South

Boca Raton FL 33434 INSURER D: EVANSTON INS co 35378 INSURERE:

INSURERF: COVERAGES CERTIFICATE NUMBER: 414018432 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 CONTRACT OR OTHER 'DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 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 ADDL SUBR POLICYEFF POLICY EXP

LIMITS LTR TYPE OF INSURANCE t!'.tcn IM\/n POLICY NUMBER IMM/DD/YYYYl IMM/DD/YYYYl D x COMMERCIAL GENERAL LIABILITY y MKL V4PBC000169 2/22/2019 2/22/2020 EACH OCCURRENCE $1,000,000 f---D CLAIMS-MADE 0 OCCUR DAMAl:;E IU Kt:l'l t ED

PREMISES IEa occurrence\ $ 300,000 MED EXP (Any one person) $ 5,000 f---

PERSONAL & ADV INJURY $1,000,000 ~

GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 ~ POLICY [ZJ r~8r . D LOC PRODUCTS - COMP/OP AGG $2,000,000

OTHER: $ B AUTOMOBILE LIABILITY 5204070001563 11/18/2018 11/18/2019 COMBINED SINGLE LIMIT

IEa accident) · $1,000,000 ~

ANY AUTO BODILY INJURY (Per person) $ - OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ x HIRED X NON-OWNED

rp~~~5c~Je~8AMAGE $ AUTOS ONLY _ AUTOSONLY

$ c x UMBRELLA LIAB N OCCUR MPXS3000356 2/22/2019 2/22/2020 EACH OCCURRENCE $1,000,000 -

EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 OED I I RETENTION $ $

A WORKERS COMPENSATION WCV008883108 7/21/2018 7/21/2019 x I tf~TUTE I I OTH-ER AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE ~ N/A E.L EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED?

(Mandatory in NH} E.L DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under · DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000

DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required} . Project#: 14470 Project Name: Annual Minor Construction Contract

The interest of Palm Beach County, a political subdivision of the state of Florida, it's officers, agents and employees are included as additional insured in respect to general liability when required by written contract.

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN

Palm Beach County c/o Capital Improvements Division ACCORDANCE WITH THE POLICY PROVISIONS.

2633 Vista Parkway AUTHORIZED REPRESENTATIVE West Palm Beach FL 33411-5604

d~1~ I

© 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25'(2016/03) The ACORD name and logo are registered marks of ACORD .