Loading...
HomeMy Public PortalAboutWilco Utility, LLCTOWN OF GULF STREAM Overhead Utility Undergrounding Initiative Date: August 15,2013 From: Danny Brannon, P. E. Representative for the Town of Gulf Stream, Florida To: Wilco Electrical LLC dba Wilco Utility LLC 430 Business Park Way Royal Palm Beach, Florida 33411 Subject: Project 2015/16-50 Phase Two Utility Undergrounding Initiative Phase #2 Notice to Proceed for Construction including all associated tasks required to fulfill your obligations under the contract effective August 15, 2016. Gentlemen, Contracts for this work have been executed by the Town and Your Company. At the direction of the mayor's office, the Town hereby provides you with Notice to Proceed with all aspects of this project as provided for in the contract effective August 15, 2016. We are aware that the FPL materials are not available and FPL's representative, John Lehr, has indicated that the materials should be delivered to you within the next two to three weeks directly from their vendor. As contained in the Agreement, I remind you that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of the services associated with this Agreement, and in furtherance thereof may demand and obtain records and testimony from contractors and it's subcontractors and lower tier contractors. Danny Brannc , P.E. Project Engineer CC: Bill Thrasher, Town Manager Rita Taylor, Town Clerk 100 Sea Road, Gulf Stream, Florida 33483 Telephone: 561-307-9454 Facsimile: 561-795-5678 Email: DBrannon@BnGEngineers.com EXHIBIT 11 AGREEMENT TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE This Agreement made and entered into thisl3rhday of jure 2016 by and between the Town of Gulf Stream, Florida, a municipal corporation in Palm Beach County, Florida, party of the fust part, hereinafter called the Town, and Wilco Electrical LLC /dba Wilco Utility LLC, party of the second part, hereinafter called the Contractor, and duly authorized to do business in the State of Florida and in Palm Beach County, Florida and in the Town of Gulf Stream. WITNESSETH, that the Contractor and the Town, for the consideration hereinafter named, agree as follows: Article I - SCOPE OF WORK The Contractor hereby agrees to furnish all the materials, equipment, and labor necessary to perform in a good, firm, substantial, workmanlike manner, in accordance with the Invitation to Bid and the Contractor's Proposal, all the work, as defined in the Contract including the Additive Alternate Bid Number 1 as shown in the Work Plan and described in the specifications for the project entitled: TOWN OF GULF STREAM, FLORIDA PROJECT NO. 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE For the completion of all work set forth in the contract documents, which are: Invitation to Bid, Instruction to Bidders, Proposal, Bid Guaranty, Agreement, Performance Bond, Payment Bond, Insurance Requirements, Standard Terms and Conditions, General Conditions, Exhibits, and Construction Details and Specifications dated 12/30/2015 for the Total Bid including Alternate Bid Items Less Adjustments provided in the Attached Change Order Number 1 amount of Two Million Eight Hundred Ninety Thousand Five Hundred Ninety -Seven and Five Hundredths Dollars, ($2,890,597.05) (to the Contractor by the Town, all in accordance with the requirements and provisions of the Contract Documents. ARTICLE II - TIME OF COMPLETION The Work to be performed under this Contract shall commence on the date of Notice to Proceed. The Work shall be Substantially Complete no later than 8 months after Notice to Proceed is given and all Work completed no later than 30 calendar days after Substantial Completion, with such extensions of time as are provided for in the General Conditions. If said Work is not completed within the time stated above, the Contractor shall be liable, and hereby agrees to pay to the Town as liquidated damages and for the extra Engineering and Administrative expenses incurred, and not as a penalty, for the amount stated in Section 33 of the CD-1- TGS Con RrP Doc PH2 1 -31 -2016 -Agreement and Bond Fonns.doc 520/2016 Bid Documents per calendar day for each and every day or part of a day thereafter that said work remains substantially or fully incomplete. ARTICLE III - PAYMENT (A) Progress Payments. 1. On not later than the fifteenth day of every month the Contractor shall prepare and submit a detailed estimate and payment requisition on a standard EJCDC form addressed to the Project's Engineer, with copies to Rita Taylor (Town Clerk), covering the percentage of the total amount of the Contract which has been completed based upon the sum of the Value of Completed Work from the start of the job up to and including the last day of the preceding billing period (amount previously paid), together with such supporting evidence as may be required by the Town and/or Contractor. Partial Release(s) of Lien and Subcontractor Utilization Report shall be submitted with each payment requisition to verify payment(s) to subcontractors and material suppliers. The Town shall retain 10% of the value of each invoice issued for the Project (the "Retainage"). 2. Within 30 days after receipt and approval of Contractors invoice, the Town shall pay to the Contractor ninety percent (90%) of the amount invoiced based upon the Value of Completed Work Units that have been accepted and invoice as approved by the Engineer, less the aggregate of previous payments. It is agreed that the Engineer shall have the right to finally determine the amount currently due to the Contractor. 3. To support timely and appropriate progress payments against the base bid, Contractor hereby agrees to the allocation of the Lump Sum Bid Price according to the following schedule of values for the respective components of the Work as a percentage of the lump sum bid amounts: A. Installation of FPL conduits ......................: __y_y_% B. Installation of FPL concrete pads / handholes..: B. Installation of FPL padmounted transformer stations, switches, and capacitors ..................: % C. Installation of FPL primary & secondary cable..: % D. Installation of communications conduits/ boxes..: 3 (o % E. Conversion of Overhead Electric Services ........: tS % (Total for Base Bid items A through E to Equal 100% ) F. Installation of Street Lighting conduit ............: a % G. Installation of Street Lighting wire handholes...: 5 % H. Installation of Street Lighting poles & fixtures...: i (Total for Alternate Bid Item #1 items F through H to equal 100%) CD-2- TGS Con RFP Doc PH2 1-31-2016-Agn=ncnt and Bond Fonm.doc 5202016 PLEASE NOTE: Submittals of estimates and invoices for payment must be directed to the Project's Engineer so that they may be processed for recommendation and approval. The Town will not be responsible for any delay in meeting the above mentioned payment schedule if the Contractor submits his estimate and invoice to another person or which do not reflect the verified completed work components. Partial payments will be made based on completion of units as indicated on the prints for items A, C, and D. Partial payments for items B and E shall be paid for each item completed as a percentage of the total number of items in the respective category. If included, partial payments for street lighting shall be paid in a like manner relative to units of wire completed, units of conduit completed, number of fixtures completed. (B) Final Payment 1. Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within fifteen (15) calendar days make such inspection and when he finds the work acceptable under the Contract, and Contract fully performed, and acceptable to the respective utilities, he will promptly issue a final certificate over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the Retainage, shall be paid to the Contractor by the Town within seventy (70) calendar days after the date of said Final Certificate. 2. Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all utility acceptance has been secured, and that all payrolls, materials bills, and other indebtedness connected with the Work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety or Performance Bond satisfactory to the Town guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by Surety or Performance bond. 3. If, after the work has been substantially completed, full completion thereof is materially delayed through no fault of the contractor, and the Engineer so certifies, the Town shall, upon receipt of the certificate of the Engineer, and without terminating the contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver. 5. The Contractor must have satisfied the conditions of Section 32 of the Bid Documents. CD-3- TGS Con RPP Dac PH2 1 -31 -2016 -Agreement and Bond ronns.doc 5202016 Town of Gulf Stream, Florida ATTEST: ByS;�2 4 Si OF Title v CD-4- TGS Con RFP Doc PH2 1-31-2016-Agmemmt and Bond Fonms.doc 5202016 t t Town Clerk /liarta�tr _ - Title (Seal) May 31", 2016 TOWN OF GULF STREAM, FLORIDA, A Municipal Corporation in Palm Beach County, Florida 100 Sea Road Gulf Stream, FL. 33483 RE: Wilco Electrical LLC /dba Wilco Utility LLC Project: Phase Two Utility Undergrounding Initiative, Project Number 2015/16-50 Bond No. 602-109427-5 To Whom It May Concern: We have executed the enclosed bonds on behalf of the above captioned contractor in favor of the Town of Gulf Stream, Florida. Please note that we have not dated the bonds or the Power of Attorney. The copy of the contract we received was not dated and as the bonds follow the contract they should not be dated prior to the contract. Please accept this letter as authorization to date the enclosed Performance bond(s), Payment bond(s), and the attached Power of Attorney for the captioned project. Please date these items concurrently with the contract date and fax a copy to our office at 305-328-4838 or email to dawn0aaltersuretv.com so that we can activate the bond coverage. Please do not hesitate to contact our office should you have any questions in this regard. Thank you. Yours truly, United States Fire Insurance Company id T. Sating, Attorney -In -Fact 5979 N.W. 151st Street • Suite 202 • Miami Lakes, Florida 33014 Phone: 305-517.1803 • Fax: 305.328.4838 ALTER SURETY GROUP, INC. Bond Department - Public Works Bond In compliance with Florida Statute Chapter 255.05, the provisions and limitations of section 255.05 Florida Statutes, including but not limited to, the notice and time limitations in Sections 255.05(2) and 255.05(10) are incorporated in this bond by reference. Bond Number 602-109427-5 Contractor Wilco Electrical LLC / dba Wilco Utility LLC Address & 430 Business Parkway Phone No. Royal Palm Beach, FL. 33411 (305) 248-9911 Surety United States Fire Insurance Company Address & 305 Madison Avenue Phone No. Morristown, NJ 07962 973-490-6600 Owner Name Town of Gulf Stream, Florida, a municipal corporation in Palm Beach County, Florida Address & 100 Sea Road Phone No. Gulf Stream, FL 33483 561-276-5116 Contracting Public Entity (if different from the owner) Address & Phone No. Contract/Project Number Project Number 2015/16-50 Project Name Phase Two Utility Undergrounding Initiative Project Location Within the jurisdictional limits of the Town of Gulf Stream Legal Description Phase Two Utility Undergrounding Initiative Description of Improvement: Phase Two Utility Undergrounding Initiative This bond is given to comply with section 255.05 Florida Statutes and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2) and (10), Florida Statutes. Any provision of this bond which conflict with or purports to grant broader or more expanded coverage in excess of the minimum requirements of the applicable statute shall be deemed deleted herefrom. This bond is a statutory bond, not a common law bond. This is thejront page of the bond. All other page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon. PERFORMANCE BOND (This Bond meets and exceeds the requirements of Florida Statutes Section 255.05, as amended from time to time) TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE Bond #602-109427-5 STATE OF FLORIDA ) ) ss.: COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS that we, Wilco Electrical LLC /dba Wilco Utility LLC, as Principal, hereinafter called the Contractor, andUnited States Fire Insurance Companx as Surety, are held and firmly bound unto Town of Gulf Stream, as obligee, (hereinafter called the "Town"), in the Penal sum of Two Million Eight Hundred Ninety Thousand Five Hundred Ninety -Seven and Five Hundredths Dollars, (S 2,890,597.05) for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.Said amount representing the initial bid amounts and the reductions provided in the attached negotiated Change Order Number 1. WHEREAS, the Contractor, on the 13th day of June 20� entered into a certain contract with the Town, hereto attached, for Sealed Bid No. 2015/16-50. Entitled Project No. 2015/16-50, PHASE TWO UTILITY UNDERGROUNDING INITIATIVE including ALTERNATE BID ITEM NUMBER 1: TOWN STREET LIGHTING IMPROVEMENTS, which Contract is made a part hereof by reference thereto. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall well and truly perforin and fulfill all the undertakings, covenants, terms, conditions and agreements of said Contract, and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall be void; otherwise to remain in full force and effect. WHENEVER the Principal is declared by the Town to be in default under the Contract, or whenever the Contract has been terminated by default of the Contractor, the Town having performed the Town's obligations there under, the Surety shall: 1. Complete the Contract in accordance with its terms and conditions, or at Town's sole option. 2. Obtain a Bid or Bids for submission to the Town for completing the Contract in accordance with its terns and conditions, and upon determination by PFB-1- the Town and the Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and the Town, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient Funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price" as used in this paragraph, shall mean the total amount payable by the Town to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the Town to the Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Town named herein or the successors or assignees thereof. The Surety shall and does hereby agree to indemnify the Town and hold it harmless of, from and against any and all liability, loss, cost, damage or expense, including reasonable attorneys' fees, engineering and architectural fees or other professional services which the Town may incur or which may accrue or be imposed upon it by reason of any negligence, default, act and/or omission on the part of the Contractor, any Subcontractor and Contractor's or subcontractor's agents, servants and/or employees, in, about or on account of the construction of the work and performance of said Contract by the Contractor. This bond shall remain in full force and effect for such period or periods of time after the date of acceptance of the project by the Town as are provided for in the Contract Documents, and the Contractor hereby guarantees to repair or replace for the said periods all work performed and materials and equipment furnished, which were not performed or furnished according to the terms of the Contract Documents. If no specific periods of warranty are stated in the Contract Documents for any particular item of work, material or equipment, the Contractor hereby guarantees the same for a minimum period of one (1) year from the date of final acceptance by the Town of the entire project. Any suit on this bond must be instituted within such period or periods as may be provided by law. IN WITNESS WHEREOF, the above bounden parties have caused this Bond to be executed by their appropriate officials on the 9th day of June 2016. PRINCIPAL WITNESSES: (If sole Proprietor or Partnership) (Firm Name) Title: (Sole Proprietor or Partner) PFB-2- United States Fire Insurance Company 4acnt Copy of Agent'ss License as issued by State of Florida Insurance . t Commissioner) Atto ey n -fact David T. Satire (Po er of Attorney must be attached) (CORPORATE SEAL) PFB-3- PRINCIPAL (If Corporation) Wilco Electr' C /dba Wilco Utility LLC (Corp Le Name �— BY: (President) Attest: (Secreta j •': (CORPO TE SEAL) 2007 FLOHIDA COUNTERSIGNED BY RESIDENT FLORIDA........ AGENT OF SURETY: David T. Satine SURETY United States Fire Insurance Company 4acnt Copy of Agent'ss License as issued by State of Florida Insurance . t Commissioner) Atto ey n -fact David T. Satire (Po er of Attorney must be attached) (CORPORATE SEAL) PFB-3- PAYMENT BOND (SECTION 255.05, FLA. STAT., AS AMENDED FROM TIME TO TIME) TOWN OF GULF STREAM Bond #602-109427-5 PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE BY THIS BOND, we Wilco Electrical LLC /dba Wilco Utility LLC, as Principal, and United States Fire Insurance Company as Surety, are held and firmly bound to Town of Gulf Stream, as obligee, (hereinafter called the Town), in the sum of $ami s97. o-5 for payment of which we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payments to all claimants, as defined in Section 255.05 (1), Fla. Stat., as amended from time to time, 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 Pays the Town all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that the Town sustains in enforcement of this bond. Performs the guarantee of all labor and materials furnished under the contract for the time specified in the contract, then this bond is void, otherwise it remains in full force. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes do not affect Surety's obligation under this bond. The provisions of Section 255.05, Fla. Stat., as amended from time to time, are specifically adopted by reference and made a part hereof for the purposes specified therein. The contract dated _ Jim - 13 20 16 between the Town and Principal is made a part of this Bond by reference. Claimants are advised that Section 255.05, Fla. Stat., as amended from time to time, contains notice and time limitation provisions which must be strictly complied with. The provisions and limitations of section 255.05 Florida Statutes, including but not limited to the notice and time Iknitetions in Sections 255.05(2) and 255.051701, are incorporated in this bond by reference. : IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this qrh day of. ' e 20 16 A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If sole Township or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). WITNESSES: TERSIGNED BY SIDENT FLORIDA AGENT OR SURETY PRINCIPAL: Wilco Electrical LLC /dba Wilco Si gg ue of Authorized Officer V( d -Al t�6 Title 430 Business Parkway Business Address Royal Palm Beach, FL. 33411 City State SURETY: LLC p0�•'r0 = 2u07 = FLORID ' _ t . Q�j.IFA1y • ♦♦' 1 United states Fjr2 Insurance Comnanv _ Corporate Sur (Affix Att me in -Fact uavid T. satin Seal) 305 Madison Avenue Business Address Morristown New Jersey 07962 City State Alter Surety Group Inc. Name of Local Insurance Agency PYB-2- POW EROFATTORNEY 21705 UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTO WN, NEW JERSEY KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: ll'arren :4L Aller, David T. Saline each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on January 1, 2017. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent pan: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 5th day of August, 2015. ' wE xso UNITED STATES FIRE INSURANCE COMPANY of c Anthony R. Sltmowicz, Seniorsident State of New Jersey) County of Morris ) On this 5th day of August, 2015 before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. A SONIA SCALA NOTARY PUBLIC OF NEW JERSEY Sonia Scala '•,:kw MY COMMISSION EXPIRES 325/2019 (Notary Public) 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of , 20 UNITED STATES FIRE INSURANCE COMPANY a: �w Al LJ-' CHAPTER 2016-20 Committee Substitute for House Bill No. 273 An act relating to public records; amending s. 119.0701, F.S.; requiring a public agency contract for services to include a statement providing the contact information of the public agency's custodian of public records; prescribing the form of the statement; revising required provisions in a public agency contract for services regarding a contractor's compliance with public records laws; requiring a public records request relating to records for a public agency's contract for services to be made directly to the public agency; requiring a contractor to provide requested records to the public agency or allow inspection or copying of requested records under specified circumstances; providing penalties; specifying circumstances under which a court must award the reasonable costs of enforcement against a contractor; specifying what constitutes sufficient notice; providing that a contractor who takes certain actions is not liable for the reasonable costs of enforcement; providing an effective date. Be It Enacted by the Legislature of the State of Florida: Section 1. Section 119.0701, Florida Statutes, is amended to read; 119.0701 Contracts; public records: request for contractor records: civil action.— (1) DEFMTIONS.—For purposes of this section, the term: (a) "Contractor" means an individual, partnership, corporation, or business entity that enters into a contract for services with a public agency and is acting on behalf of the public agency as provided under s. 119.011(2). (b) "Public agency" means a state, county, district, authority, or municipal officer, or department, division, board, bureau, commission, or other separate unit of government created or established by law. (2) CONTRACT REQUIREMENTS.—In addition to other contract requirements provided by law, each public agency contract for services entered into or amended on or after July 1 2016, must include;, 1 CODING. Words strieken are deletions; words underlined are additions. Ch. 2016-20 LAWS OF FLORIDA Ch. 2016-20 .(b) A provision that requires the contractor to comply with public records laws, specifically to: 1.(a) Keep and maintain public records that ordinarily aml-neeess� weuld-be required by the public agency in ar-der to perform the service. 2.(b) Upon request from the public ends custodian of public records, provide the public agency with a copy of the requested records or allow the aeeess to publie records to be inspected or copied within a reasonable time en the same terms and eanditiens that the _.ubHe ageney __ d provide the reeer-ds and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. ,.(e) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. its public records that are exempt or confidential and records disclosure requirements. If the contractor keeps shall meet all applicable Muirements for retaining public records All records stored electronically must be provided to the public agency. upon request from the public agency's custodian of public records in a format that is compatible with the information technology systems of the public agency. (3) REQUEST FOR RECORDS: NONCOWLIANCE L1a1(3) If a contractor does not comply with ItIm it public agency's records request for recordsthe public agency shall enforce the contract provisions in accordance with the contract. (4) CIVIL ACTION. — 2 CODING: Words strieken are deletions; words underlined are additions. Ch. 2016-20 LAWS OF FLORIDA Ch. 2016-20 Section 2. This act shall take effect upon becoming a law. Approved by the Governor March 8, 2016. Filed in Office Secretary of State March 8, 2016. ,1,� <�/-SL ( I 3 CODING: Words sttieken are deletions; words underlined are additions. Ch. 2016-20 LAWS OF FLORIDA Ch. 2016-20 4. Section 2. This act shall take effect upon becoming a law. Approved by the Governor March 8, 2016. Filed in Office Secretary of State March 8, 2016. 0 �_v 3 CODING: Words stricken are deletions; words underlined are additions. WILCO Request for Change Order: 001 Electrical, LLC. Wilco Electrical LLC dba Wilco Utility LLC Job Number 2015/16-50 430 Business Park Way Date 4/10/16 An ENERGIZING company Royal Palm Beach, Florida 33411 Page 1 OF 3 Location: Town of Gulf Stream, Florida (Golfview Road north to Town Limits) Narrative Description of Required Change REMOVAL OF WORK NOT REQUIRED PRIOR TO RECEIVING NOTICE TO PROCEED 1. Comcast service conduits included in the bid at locations not receiving new underground FPL service conduits are hereby being removed from Contract. Locations to receive are as depicted on the FPL Conduit Installation Supplemental Plans and Specifications drawings dated November 29,2015, and on the revised Comcast Conduit Installation Plans and Specifications for Fiber Optics drawings dated April 1, 2016, which hereby replace the Comcast Conduit Installation Plans and Specifications drawings dated April 15, 2015. This will include the elimination of 97 comcast 1" service conduits not required. 2. AT&T service conduits included In the bid at locations are hereby being removed from Contract. The AT&T requested conduits did not include any requirements for service conduits. Also, certain sections of 4" AT&T conduit being installed are being reduced to 2" conduit as depicted on the revised plan drawings. Revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 hereby replace the AT&T Conduit Installation Plans and Specifications Drawings dated April 15, 2015. This will include the elimination of 187 AT&T 1" service conduits not required. 3. The furnishing and installation of Comcast splice boxes are hereby deleted and removed from this contract. The furnishing and installation of AT&T splice boxes are hereby reduced from 26 to 5 in this contract as depicted in the revised AT&T Conduit Installation Pians and Specifications drawings dated April 1, 2016 . Change Order Cost from Unit Breakdown Page 2 Change Order Cost from T&M Breakdown Page 3 Change Order Cost Total Change Order Duralieq Impact $ (444,178.50) $ (444,178.50) 0 Submitted By�--- V V Name &Title: Recommended: Name &Title: Danny Approved: Name &Title: President Engineer WILCWN - Request for Change Order 001 Job Number 2015/16-50 Electrical, LLC. Date 4/10/16 An ENERGIZING company Page 2 OF 3 i Snit Prirn 4hurh,in of Valnoc fnr fhnnnn nrrinr Wnrb # Item Unit of Unit Price CO Line Item Total Measure Quantity 1 Install 1-4" and 1-2" AT&T Conduits via Directional Bore LF $ 24.00 5981 $143,544.00 Complete. (includes all labor and materials, excludes machine setup ) u19+u27 2 Install 2-4" AT&T/ Comcast Service Conduits via LF $ 33.00 (5981) ($197,373.00) Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u19+u25 3 Install 1-2" AT&T/ Comcast Service Conduits via LF $ 15.00 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20 4 Install 2-2" AT&T/ Comcast Service Conduits via LF $ 21.75 0 $0.00 Directional Bore Complete. (Includes all labor and materials, excludes machine setup ) u20+u27 5 Install 1-1" additional AT&T/ Comcast Service Conduits LF $ 3.00 10080 $30,240.00 on existing Directional Bore Complete. (includes all labor and materials, excludes machine setup) u23+u48 6 Install 2-1" additional AT&T/ Comcast Service Conduits LF $ 12.00 (20944) ($251,328.00) via Directional Bore Complete. (includes all labor and materials, excludes machine setup) u22 7 Directional Bore Machine Setup with Pits EA $ 150.00 (187) ($28,050.00) (includes all pits and site restoration work) 8 Furnish and Install AT&T 36" Pull Box Complete EA $ 2,000.00 (21) ($42,000.00) (includes all materials, site and conduit work) u7 9 Install 1-2" AT&T/ Comcast additional conduit on LF $ 6.75 (14698) ($99,211.50) existing directional Bore . (includes labor and materials, excludes machine setup ) u27+u47 10 11 $0.00 12 $0.00 13 $0.00 14 $0.00 15 Page 3 : T&M Costs Additions / (Reductions) $0.00 Unit Price Cost Total Page Total WILCO- UNIT PRICE EXTENSION I Request for Change Order 001 Electrical, LLC. Job Number 2015/1650 An ENERGIZING Company Date 04/10/16 $ Page 30F3 TIMF. FMIIPMFNT. MAWIHAI E PRMPuoeeomc uecnvnnum OTT. MATERIAL& INVOICE COSTS REIMBURSIBLE5 UNIT PRICE EXTENSION I UNIT EQUIPMENTCOST (Based upon Blue Book Rates) UNIT EXT. RATE $ Saw 5 $0.00 $ $0.00 $ $0.00 5 $0.00 5 SD.00 $ $0.00 5 $000 $ $0.00 S 50.00 $ So.o $ $000 $ 5000 5 $0.00 $ 5000 $ 1 1 $0.00 5 $0.00 Relmburslbles Total $ Equipment Total 50,Ip TOTALS OTY Classification Reg Rate OT Rate Reg OT Hours Hours Total tine Lot" Cost SUMMARY Unman $0.00 TOTAL REIMBURSIBLES $0.00 Supt. $0.00 SALESTA% $0.00 Poject Engineer $0.00 MARK-UP 15% Operator $0.00 TgialPEPIBeMeLLTDST $0.00 DrNei S0A0 TOTAL REG.LABOR 50.00 Laborer 50.00 Equipment Transport Driver $Opp TOTAL O.T. LABOR 50.00 Eleculian $0.00 50.00 EQUIPMENT COST $Opo SD.00 50.00 Tonal Labor $000 DTT PER DIEM Daily Rate Days Total Per Diem 50.00 PERMIT FEES OTHER COSTS TOTALS BASE COST 50,00 PAGETOTAL 50.00 WILCW� Request for Change Order: 001 Electrical, LLC. Wilco Electrical LLC dba Wilco Utility LLC Job Number 2015/16-50 430 Business Park Way Date 4/10/16 An ENERGIZING Company Royal Palm Beach, Florida 33411 Page 1 OF 3' Location: Town of Gulf Stream, Florida (Golfview Road north to Town Limits) Narrative Description of Required Change REMOVAL OF WORK NOT REQUIRED PRIOR TO RECEIVING NOTICE TO PROCEED 1. Comcast service conduits included in the bid at locations not receiving new underground FPL service conduits are hereby being removed from Contract. Locations to receive are as depicted on the FPL Conduit Installation Supplemental Plans and Specifications drawings dated November 29,2015, and on the revised Comcast Conduit Installation Plans and Specifications for Fiber Optics drawings dated April 1, 2016, which hereby replace the Comcast Conduit Installation Plans and Specifications drawings dated April 15, 2015. This will include the elimination of 97 comcast 1" service conduits not required. 2. AT&T service conduits Included in the bid at locations are hereby being removed from Contract. The AT&T requested conduits did not include any requirements for service conduits. Also, certain sections of 4" AT&T conduit being installed are being reduced to 2" conduit as depicted on the revised plan drawings. Revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 hereby replace the AT&T Conduit Installation Plans and Specifications Drawings dated April 15, 2015. This will include the elimination of 187 AT&T 1" service conduits not required. 3. The furnishing and installation of Comcast splice boxes are hereby deleted and removed from this contract. The furnishing and installation of AT&Tsplice boxes are hereby reduced from 26 to 5 in this contract as depicted in the revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 . Change Order Cost from Unit Breakdown Page 21 $ Change Order Cost from T&M Breakdown Page 31 $ change Order Cost Total Change Order Quratiep Impact ✓�v �i i Submitted By(--- Name &Title: Recommended: Name &Title: Danny Bran Approved: Name &Title: President Engineer WILGO� Request for Change Order 001 Electrical, LLC. Job Number 2015/16-50 Date 4/10/16 An ENERGIZING Company Page 2 OF 3 # Item Unit of V Unit Price CO Line Item Total Measure Quantity 1 Install 1-4" and 1-2" AT&T Conduits via Directional Bore LF $ 24.00 5981 $143,544.00 Complete. (includes all labor and materials, excludes machine setup ) u19+u27 2 Install 2-4" AT&T/ Comcast Service Conduits via LF $ 33.00 (5981) ($197,373.00) Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u19+u25 3 Install 1-2" AT&T/ Comcast Service Conduits via LF $ 15.00 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20 4 Install 2-2" AT&T/ Comcast Service Conduits via LF $ 21.75 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20+u27 5 Install 1-1" additional AT&T/ Comcast Service Conduits LF $ 3.00 10080 $30,240.00 on existing Directional Bore Complete. (includes all labor and materials, excludes machine setup) u23+u48 6 Install 2-1" additional AT&T/ Comcast Service Conduits LF $ 12.00 (20944) ($251,328.00) via Directional Bore Complete. (Includes all labor and materials, excludes machine setup) u22 7 Directional Bore Machine Setup with Pits EA $ 150.00 (187) ($28,050.00) (includes all pits and site restoration work) 8 Furnish and Install AT&T 36" Pull Box Complete EA $ 2,000.00 (21) ($42,000.00) (includes all materials, site and conduit work) u7 9 Install 1-2" AT&T/ Comcast additional conduit on LF $ 6.75 (14698) ($99,211.50) existing directional Bore . (includes labor and materials, excludes machine setup ) u27+u47 10 $0.00 $0.00 ]15Page3 $0.00 $0.00 ts Additions / (Reductions) $000 Unn Price Cost Tntal Page Total WILCO -- Request for Change Order 001 Electrical, LLC. Job Number 2015/16-50 An EWEEGMAIG Company Date a/1o/16 •_ w•,a cm..c inv sic wv� unu EXTENSION UNIT EOUIPMENTCOST UNR EXT. flEiMBURSIBlE5 PRICE (Baud upon Blue Book Rates) RATE 5 SO DO $ 50.00 S som $ 30.00 5 SO.DO $ $0.00 $ $O.DO 5 $0.00 $ $o.00 $ 50.00 $ 50 DD $ So.DO $ 50.00 5 SO.00 $ 50.00 $ $0.00 5 50.00 Relmbunibles Total $ - Equipment Total $000 TOTALS tian Reg OT Res OT Taut Line labor Cost Pate Rate Hours Hours SUMMARY $0.00 TOTALROMBURSIBES $0,00 50.00 SALES TA% $0.00 ineer 50.00 MARK-UP 15% N�� SO.00 talaewrWRsa`mSr So.00 so .OR SOAIO t Transport Driver $0.00 ITOTAL O.T. LABOR 50.00 50.00 5•0�.00 EOUIPMENTCOST 50.00 W.Lb Total labor 50.00 OTY PER DIEM Das1V Pate Total Per Diem JDM 50.00 PERMR FEES OTHER COSTS TOTALS 1PAGECT00STTAi. 50,00 $000 W'LCO� Request for Change Order: 001 Electrical, LLC. Wilco Electrical LLC dba Wilco Utility LLC Job Number 2015/16-5o 430 Business Park Way Date 4/10/16 An ENERGIZING company Royal Palm Beach, Florida 33411 Page 1 OF 3 Location: Town of Gulf Stream, Florida ( Golfview Road north to Tnwn i imitO Narrative Description of Required Change REMOVAL OF WORK NOT REQUIRED PRIOR TO RECEIVING NOTICE TO PROCEED 1. Comcast service conduits included in the bid at locations not receiving new underground FPL service conduits are hereby being removed from Contract. Locations to receive are as depicted on the FPL Conduit Installation Supplemental Plans and Specifications drawings dated November 29,2015, and on the revised Comcast Conduit Installation Plans and Specifications for Fiber Optics drawings dated April 1, 2016, which hereby replace the Comcast Conduit Installation Plans and Specifications drawings dated April 15, 2015. This will include the elimination of 97 comcast 1" service conduits not required. 2. AT&T service conduits Included in the bid at locations are hereby being removed from Contract. The AT&T requested conduits did not include any requirements for service conduits. Also, certain sections of 4" AT&T conduit being installed are being reduced to 2" conduit as depicted on the revised plan drawings. Revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 hereby replace the AT&T Conduit Installation Plans and Specifications Drawings dated April 15, 2015. This will include the elimination of 187 AT&T 1" service conduits not required. 3. The furnishing and installation of Comcast splice boxes are hereby deleted and removed from this contract. The furnishing and installation of AT&T splice boxes are hereby reduced from 26 to 5 in this contract as depicted in the revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 . Change Order Cost from Unit Breakdown Page 2 Change Order Cost from T&M Breakdown Page 3 Change Order Cost Total Change Order matieq Impact $ (444,178.50) $ (444,178.50) 0 LL Submitted ByL' "' V Name &Title: Thoma emit, President Recommended: Name &Title: Danny Brann i, Engineer Approved: Name &Title: WILCO�- Electrical, LLC. An ENERGIZING company Request for Change Order Job Number Date I Init Pri,. C4halnln of\/ah... inr!'kaon. nM— W-1, 2 OF N Item Unit of Unit Price CO Line Item Total Measure Quantity 1 Install 1-4" and 1-2" AT&T Conduits via Directional Bore LF $ 24.00 5981 $143,544.00 Complete. (includes all labor and materials, excludes machine setup ) u19+u27 2 Install 2-4" AT&T/ Comcast Service Conduits via LF $ 33.00 (5981) ($197,373.00) Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u19+u25 3 Install 1-2" AT&T/ Comcast Service Conduits via LF $ 15.00 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20 4 Install 2-2" AT&T/ Comcast Service Conduits via LF $ 21.75 0 $0.00 Directional Bore Complete. (Includes all labor and materials, excludes machine setup ) u20+u27 5 Install 1-1" additional AT&T/ Comcast Service Conduits LF $ 3.00 10080 $30,240.00 on existing Directional Bore Complete. (includes all labor and materials, excludes machine setup) u23+u48 6 Install 2-1" additional AT&T/ Comcast Service Conduits LF $ 12.00 (20944) ($251,328.00) via Directional Bore Complete. (includes all labor and materials, excludes machine setup) u22 7 Directional Bore Machine Setup with Pits EA $ 150.00 (187) ($28,050.00) (includes all pits and site restoration work) 8 Furnish and Install AT&T 36" Pull Box Complete EA $ 2,000.00 (21) ($42,000.00) (includes all materials, site and conduit work) u7 9 Install 1-2" AT&T/ Comcast additional conduit on LF $ 6.75 (14698) ($99,211.50) existing directional Bore . (includes labor and materials, excludes machine setup ) u27+u47 10 11 $0.00 12 $0.00 13 $0.00 14 $0.00 15 Page 3 : T&M Costs Additions / (Reductions) $0.00 Unit Price Cost Total Page WILCO--%� UNIT PRICE EXTENSION Request for Change Order 001 Electrical, LLC. Job Number 2015/16.50 An ENERGIZING Company Date 04/10/16 $ Page 30F3 TIME FMJIPMFNT. MATFRIAI R RFIMRURca RI cc vvicevnnwu OW. MATERIAL g INVOICE COSTS REIMBURSIBLES UNIT PRICE EXTENSION UNIT I EQUIPMENTCOST leased upon Blue Book Rates) UNIT EXT. RATE $ S0.00 $ SOAO $ So.00 $ $0.00 S SO.00 S $0.00 S I $0.00 S $0.00 $ $0.00 S 1 $0.00 $ $0.00 $ $0.00 $ SO.00 S SO OD $ SOAn $ $0 W $ Reimbunibles Total S - Equipment Total 50.00 TOTALS CITY Classification Reg Rate OT Rate Reg OT Noun Hours TOW Une Labor Cost SUMMARY Unman $0.00 TOTAL REIMBURSIBLES $0.00 Supt. $0.00 SALESTAX $0.00 Po)ectEngineer $0.00 MARKUP ISX Operator $0.00 IPTAIPEMaURSRIE raaT $0.00 DrHer 50.00 TOTALREG.LABOR S000 Laborer 50.00 Equipment Transport Onver 50 p0 TOTAL O.T. IABOR 50,00 Elecnidan S0.00 $0.00 EQUIPMENTCOST $0,00 50.00 $0.00 Total Labor 50.00 QTY PER DIEM Daily Rate Days Total Per Diem $000 PERMIT FEES OTHERCOSTS TOTALS BASE COST $0.00 PAGETOTAL $0.00 WILC��- Electrical, LLC. An ENERGIZING company Location: Town or Request for Change Order: :o Electrical LLC dba Wilco Utility LLC Job Number Business Park Way Date 4/10/16 31 Palm Beach, Florida 33411 Page 1 OF 3 Golfview Road north to Town Limits) 1. Comcast service conduits included in the bid at locations not receiving new underground FPL service conduits are hereby being removed from Contract. Locations to receive are as depicted on the FPL Conduit Installation Supplemental Plans and Specifications drawings dated November 29,2015, and on the revised Comcast Conduit Installation Plans and Specifications for Fiber Optics drawings dated April 1, 2016, which hereby replace the Comcast Conduit Installation Plans and Specifications drawings dated April 15, 2015. This will include the elimination of 97 comcast 1" service conduits not required. 2. AT&T service conduits included in the bid at locations are hereby being removed from Contract. The AT&T requested conduits did not include any requirements for service conduits. Also, certain sections of 4" AT&T conduit being installed are being reduced to 2" conduit as depicted on the revised plan drawings. Revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 hereby replace the AT&T Conduit Installation Plans and Specifications Drawings dated April 15, 2015. This will include the elimination of 187 AT&T 1" service conduits not required. The furnishing and installation of Comcast splice boxes are hereby deleted and removed from this contract. The rnishing and installation of AT&T splice boxes are hereby reduced from 26 to 5 in this contract as depicted in the AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 . Change Order Cost from Unit Breakdown Page 2 $ (444,178.50) Change Order Cost from T&M Breakdown Page 3 $ Change Order Cost Total $ (444,178.50) Change Order DuratieR impact 0 Submitted ByL-- Name &Title: Thomas Recommended: Name &Title: Danny Approved: Name &Title: President Engineer WILCO®- Electrical, LLC. An ENERGIZING company Request for Change Order Job Number Date 20F ri I Item Unit of Unit Price CO Line Item Total Measure Quantity 1 Install 1-4" and 1-2" AT&T Conduits via Directional Bore LF $ 24.00 5981 $143,544.00 Complete. (includes all labor and materials, excludes machine setup ) u19+u27 2 Install 2-4" AT&T/ Comcast Service Conduits via LF $ 33.00 (5981) ($197,373.00) Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u19+u25 3 Install 1-2" AT&T/ Comcast Service Conduits via LF $ 15.00 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20 4 Install 2-2" AT&T/ Comcast Service Conduits via LF $ 21.75 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20+u27 5 Install 1-1" additional AT&T/ Comcast Service Conduits LF $ 3.00 10080 $30,240.00 on existing Directional Bore Complete. (includes all labor and materials, excludes machine setup) u23+u48 6 Install 2-1" additional AT&T/ Comcast Service Conduits LF $ 12.00 (20944) ($251,328.00) via Directional Bore Complete. (includes all labor and materials, excludes machine setup) u22 7 Directional Bore Machine Setup with Pits EA $ 150.00 (187) ($28,050.00) (includes all pits and site restoration work) 8 Furnish and Install AT&T 36" Pull Box Complete EA $ 2,000.00 (21) ($42,000.00) (includes all materials, site and conduit work) u7 9 Install 1-2" AT&T/ Comcast additional conduit on LF $ 6.75 (14698) ($99,211.50) existing directional Bore . (includes labor and materials, excludes machine setup ) u27+u47 10 11 $0.00 12 $0.00 13 $0.00 14 $0.00 15 Page 3 : T&M Costs Additions / (Reductions) $0.00 Unit Price Cost Total ($444,178.50) Page WILCO-%fte.— UNIT PRICE EXTENSION Request for Change Order 001 Electrical, LLC. Job Number 2015/1650 An ENERGIZING Company Date 04/10/16 Tsaar sni DDncuT a —DIA' o e Page 3OF3 CITY. MATERIAL& INVOICE COSTS REIMSURSIBLES UNIT PRICE EXTENSION UNIT EQUIPMENTCOST (Based upon Blue Book Rates) UNIT W. RATE $ $000 $ SO00 $ $0.00 $ $0.00 $ S0.00 $ $0.00 $ $0.00 $ $000 $ $0.00 $ saw $ $0.00 $ 5000 $ 5000 $ $0.00 $ 50.00 $ Reimbursibles Total $ - Equipment Total TOTALS QTY ClassifiWion Reg Rate OT Rate Reg OT Hours Hours Total Une Labor Cost SUMMARY Uneman $0.00 TOTAL REIMBURSIBLES $0.00 Supt. $0.00 SALESTAX $0.00 Poled Engineer $0.00 MARK-UP 15% Operator SO.00 IOraL I1fIMBeaSiGF RISi $0.00 Driver SOHO TOTAL REG.IABOR Sow Laborer 50.00 Equipment Transport Order SC 00 TOTAL O. T. LABOR $0,00 nC[trlflan $0.00 50.00 EQUIPMENT COST $0,00 $0.00 $D.m Total Labor 50.00 CITY PER DIEM Daily Rate Days Total Per Diem $0.00 PERMIT FEES OTHER COSTS TOTALS BASE COST $0.00 PAGE—A' $p.Qp Rita Taylor From: Gary Resnick <Gary.Resnick@gray-robinson.com> Sent: Friday, June 10, 2016 5:52 PM To: Bill Thrasher Cc: Rita Taylor Subject: RE: Agreements (Wilco) Uff I am fine with the Agreement and do not have any revisions to the existing terms. I do not have Section 32 of the Invitation For Bids so do not know what is incorporated in the Agreement. I would suggest adding standard provisions dealing with insurance, indemnification, compliance with Town Code and Florida law, dispute resolution, notices of violations, governing law and venue. Again, these may be contained in the IFB and already incorporated into the Agreement. If you have any questions, please do not hesitate to contact me. Thanks. Gary Gary Resnick I Shareholder GRAYIROBINSON 401 East Las Olas Blvd., Suite loon I Fort Lauderdale, Florida 33301 T: 954-761-81111 F: 954-761-8112 E-mail I Website I Bio I vCard FacebookI Linkedfn I Twitter This e-mail is intended only for the individuals) or entity(s) named within the message. This e-mail might contain legally privileged and confidential information. If you properly received this e-mail as a client or retained expert, please hold it in confidence to protect the attorney-client or work product privileges. Should the intended recipient forward or disclose this message to another person or party, that action could constitute a waiver of the attorney-client privilege. If the reader of this message is not the intended recipient, or the agent responsible to deliver it to the intended recipient, you are hereby notified that any review, dissemination, distribution or copying of this communication is prohibited by the sender and to do an might constitute a violation of the Electronic Communications Privacy Act, is U.S.C. section 2510-2521. If this communication was received in error we apologize for the intrusion. Please notify us by reply e-mail and delete the original message without reading same. Nothing in this e-mail message shall, in and of itself, create an attorney-client relatinuship with the sender. From: 8111 Thrasher [mailto:bthrasher@gulf-stream.org] Sent: Wednesday, June 08, 2016 9:37 AM To: Gary Resnick Cc: Rita Taylor Subject: Agreements (Wilco) Mr. Resnick - Please review the attachment as soon as possible and advise your comments as soon as possible (no later than the end of this week). Thank you, Bill Thrasher www.altersurety.com May 315`, 2016 TOWN OF GULF STREAM, FLORIDA, A Municipal Corporation in Palm Beach County, Florida 100 Sea Road Gulf Stream, FL. 33483 RE: Wilco Electrical LLC /dba Wilco Utility LLC Project: Phase Two Utility Undergrounding Initiative, Project Number 2015/16-50 Bond No. 602-109427-5 To Whom It May Concern: We have executed the enclosed bonds on behalf of the above captioned contractor in favor of the Town of Gulf Stream, Florida. Please note that we have not dated the bonds or the Power of Attorney. The copy of the contract we received was not dated and as the bonds follow the contract they should not be dated prior to the contract. Please accept this letter as authorization to date the enclosed Performance bond(s), Payment bond(s), and the attached Power of Attorney for the captioned project. Please date these items concurrently with the contract date and fax a copy to our office at 305-328-4838 or email to dawn@,altersurety.com so that we can activate the bond coverage. Please do not hesitate to contact our office should you have any questions in this regard. Thank you. Yours truly, United States Fire Insurance Company id T. Saline, Attorney -In -Fact 5979 N.W. 151st Street - Suite 202 - Miami Lakes, Florida 33014 Phone: 305-517-3803 - Fax: 305-328-4838 EXHIBIT 11 AGREEMENT TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE This Agreement made and entered into thisl3_hday of .Tl]np 2016 by and between the Town of Gulf Stream, Florida, a municipal corporation in Palm Beach County, Florida, party of the first part, hereinafter called the Town, and Wilco Electrical LLC /dba Wilco Utility LLC, party of the second part, hereinafter called the Contractor, and duly authorized to do business in the State of Florida and in Palm Beach County, Florida and in the Town of Gulf Stream. WITNESSETH, that the Contractor and the Town, for the consideration hereinafter named, agree as follows: Article I - SCOPE OF WORK The Contractor hereby agrees to furnish all the materials, equipment, and labor necessary to perform in a good, firm, substantial, workmanlike manner, in accordance with the Invitation to Bid and the Contractor's Proposal, all the work, as defined in the Contract including the Additive Alternate Bid Number I as shown in the Work Plan and described in the specifications for the project entitled: TOWN OF GULF STREAM, FLORIDA PROJECT NO. 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE For the completion of all work set forth in the contract documents, which are: Invitation to Bid, Instruction to Bidders, Proposal, Bid Guaranty, Agreement, Performance Bond, Payment Bond, Insurance Requirements, Standard Terms and Conditions, General Conditions, Exhibits, and Construction Details and Specifications dated 12/30/2015 for the Total Bid including Alternate Bid Items Less Adjustments provided in the Attached Change Order Number 1 amount of. Two Million Eight Hundred Ninety Thousand Five Hundred Ninety -Seven and Five Hundredths Dollars, ($2,890,597.05) (to the Contractor by the Town, all in accordance with the requirements and provisions of the Contract Documents. ARTICLE II - TIME OF COMPLETION The Work to be performed under this Contract shall commence on the date of Notice to Proceed. The Work shall be Substantially Complete no later than 8 months after Notice to Proceed is given and all Work completed no later than 30 calendar days after Substantial Completion, with such extensions of time as are provided for in the General Conditions. If said Work is not completed within the time stated above, the Contractor shall be liable, and hereby agrees to pay to the Town as liquidated damages and for the extra Engineering and Administrative expenses incurred, and not as a penalty, for the amount stated in Section 33 of the CD-1- TGS Con RFP Doc PH2 1-31-2016-Ag=mmt and Bond Fot .doc 5202016 ALTER SURETY GROUP, INC. Bond Department - Public Works Bond In compliance with Florida Statute Chapter 255.05, the provisions and limitations of section 255.05 Florida Statutes, including but not limited to, the notice and time limitations in Sections 255.05(2) and 255.05(10) are incorporated in this bond by reference. Bond Number 602-109427-5 Contractor Wilco Electrical LLC / dba Wilco Utility LLC Address & 430 Business Parkway Phone No. Royal Palm Beach, FL. 33411 (305) 248-9911 Surety United States Fire Insurance Company Address & 305 Madison Avenue Phone No. Morristown, NJ 07962 973-490-6600 Owner Name Town of Gulf Stream, Florida, a municipal corporation in Palm Beach County, Florida Address & 100 Sea Road Phone No. Gulf Stream, FL 33483 561-276-5116 Contracting Public Entity (if different from the owner) Address & Phone No. Contract/Project Number Project Number 2015/16-50 Project Name Phase Two Utility Undergrounding Initiative Project Location Within the jurisdictional limits of the Town of Gulf Stream Legal Description Phase Two Utility Undergrounding Initiative Description of Improvement: Phase Two Utility Undergrounding Initiative This bond is given to comply with section 255.05 Florida Statutes and any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2) and (I0), Florida Statutes. Any provision of this bond which conflict with or purports to grant broader or more expanded coverage in excess of the minimum requirements of the applicable statute shall be deemed deleted herefrom. This bond is a statutory bond, not a common law bond. This is the from page of the bond. All other page(s) are deemed subsequent to this page regardless of any page number(s) that may be pre-printed thereon. EXHIBIT 12 PERFORMANCE BOND (This Bond meets and exceeds the requirements of Florida Statutes Section 255.05, as amended from time to time) TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE Bond #602-109927-5 STATE OF FLORIDA ) ) ss.: COUNTY OF ) KNOW ALL MEN BY THESE PRESENTS that we, Wilco Electrical LLC /dba Wilco Utility LLC, as Principal, hereinafter called the Contractor, andUnited States Fire Insurance Compan as Surety, are held and firmly bound unto Town of Gulf Stream, as obligee, (hereinafter called the "Town"), in the Penal sum of Two Million Eight Hundred Ninety Thousand Five Hundred Ninety -Seven and Five Hundredths Dollars, (S 2,890,597.05 ) for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.Said amount representing the initial bid amounts and the reductions provided in the attached negotiated Change Order Number 1. WHEREAS, the Contractor, on the 13th day of June 2016 entered into a certain contract with the Town, hereto attached, for Sealed Bid No. 2015/16-50 . Entitled Project No. 2015/16-50, PHASE TWO UTILITY UNDERGROUNDING INITIATIVE including ALTERNATE BID ITEM NUMBER 1: TOWN STREET LIGHTING IMPROVEMENTS, which Contract is made a part hereof by reference thereto. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall well and truly perform and fulfill all the undertakings, covenants, terns, conditions and agreements of said Contract, and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, then this obligation shall be void; otherwise to remain in full force and effect. WHENEVER the Principal is declared by the Town to be in default under the Contract, or whenever the Contract has been terminated by default of the Contractor, the Town having performed the Town's obligations there under, the Surety shall: I. Complete the Contract in accordance with its terns and conditions, or at Town's sole option. 2. Obtain a Bid or Bids for submission to the Town for completing the Contract in accordance with its terms and conditions, and upon determination by PFB-I- the Town and the Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and the Town, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient Funds to pay the cost of completion less the balance of the Contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract price" as used in this paragraph, shall mean the total amount payable by the Town to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the Town to the Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Town named herein or the successors or assignees thereof. The Surety shall and does hereby agree to indemnify the Town and hold it harmless of, from and against any and all liability, loss, cost, damage or expense, including reasonable attorneys' fees, engineering and architectural fees or other professional services which the Town may incur or which may accrue or be imposed upon it by reason of any negligence, default, act and/or omission on the part of the Contractor, any Subcontractor and Contractor's or subcontractor's agents, servants and/or employees, in, about or on account of the construction of the work and performance of said Contract by the Contractor. This bond shall remain in full force and effect for such period or periods of time after the date of acceptance of the project by the Town as are provided for in the Contract Documents, and the Contractor hereby guarantees to repair or replace for the said periods all work performed and materials and equipment furnished, which were not performed or furnished according to the terms of the Contract Documents. If no specific periods of warranty are stated in the Contract Documents for any particular item of work, material or equipment, the Contractor hereby guarantees the same for a minimum period of one (1) year from the date of final acceptance by the Town of the entire project. Any suit on this bond must be instituted within such period or periods as may be provided by law. IN WITNESS WHEREOF, the above bounden parties have caused this Bond to be executed by their appropriate officials on the 9th day of June 2016. PRINCIPAL WITNESSES: (If sole Proprietor or Partnership) (Firm Name) !, Title: (Sole Proprietor or Partner) PFB-2- United States Fire Insurance Company ( a Copy ofAgent's C �nt License as issued by State of Florida Insurance - Commissioner) Atto cy n -fact David T. Satin. (Po r of Attorney must be attached) (CORPORATE SEAL) PFB-3- PRINCIPAL (If Corporation) Wilco Elect r' /dba Wilco Utility LLC (Corp a Name `— BY: (President) Attest: v R/c ', ��� O • L �� �; (Secreta '•.'� (CORP O TE SEAL) LV07 FLOHjDA COUNTERSIGNED BY %, ' cOn"PAS•.•' RESIDENT FLORIDA......... LORIDA.•••' AGENT OF SURETY: David T. satin SURETY "mill"``,`,`` United States Fire Insurance Company ( a Copy ofAgent's C �nt License as issued by State of Florida Insurance - Commissioner) Atto cy n -fact David T. Satin. (Po r of Attorney must be attached) (CORPORATE SEAL) PFB-3- 1k. % PAYMENT BOND (SECTION 255.05, FLA. STAT., AS AMENDED FROM TIME TO TIME) TOWN OF GULF STREAM Bond #602-109427-5 PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE BY THIS BOND, we Wilco Electrical LLC /dba Wilco Utility LLC, as Principal, and United States Fire Insurance Company as Surety, are held and firmly bound to Town of Gulf Stream, as obligee, (hereinafter called the Town), in the sum of $2.090 s97. os for payment of which we bind ourselves, our heirs, personal representatives, successors and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payments to all claimants, as defined in Section 255.05 (1), Fla. Stat., as amended from time to time, 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 Pays the Town all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that the Town sustains in enforcement of this bond. Performs the guarantee of all labor and materials furnished under the contract for the time specified in the contract, then this bond is void, otherwise it remains in full force. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes do not affect Surety's obligation under this bond. The provisions of Section 255.05, Fla. Stat., as amended from time to time, are specifically adopted by reference and made a part hereof for the purposes specified therein. The contract dated Jimp Jim1 I 20_j& between the Town and Principal is made a part of this Bond by reference. Claimants are advised that Section 255.05, Fla. Stat., as amended from time to time, contains notice and time limitation provisions which must be strictly complied with. The provisions and limitations of section 255.05 Florida Statutes, including but not limited to the notice and time limitations in Sections 255.0512) and 255.05(10), are incorporated in this bond by reference. IN WITNESS WHEREOF, the above bounded parties executed this instrument under their several seals, this gr -h day of ,Tune 20 16 A.D., the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If sole Township or Partnership, two (2) Witnesses required). (If Corporation, Secretary only will attest and affix seal). WITNESSES: C TERSIGNED BY SIDENT FLORIDA AGENT OR SURETY PRINCIPAL: Wilco Electrical LLC /dba Wilco Utility LLC Siet &ure of Authorized Officer Cj -�' S".SIL 1:C_ —2007 Title __ FLORIDA 930 Business Parkway i '• �' BusinessAddreSS '�.,� *" Royal Palm Beach, FL. 33411 '���I ofiltt10% City State SURETY: United States F' Insurance Company Corporate Sur (Affix Att mein -Fact David T. satins Seal) 305 Madison Avenue Business Address Morristown New Jersey 07962 City State Alter Surety Group Inc. Name of Local Insurance Agency POWER OFATTORNEY 21705 UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Warren Al. Alter, David T. Saline each, its true and lawful Attomey(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars (57,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on January 1, 2017. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article 111 thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein slated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to he signed and attested by its appropriate officer and its corporate seal hereunto affixed this 5th day of August, 2015. Fprwsuq,_ UNITED STATES FIRE INSURANCE COMPANY le` n1 State of New otewJersey) Anthony R. Slimowicz, Senior Vice President w County of Morris ) On this 5th day of August, 2015 before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. �• D SONIA SCALAE NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3/25/1019 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of , 20 ,,..ww•• UNITED STATES FIRE INSURANCE COMPANY pS,pE�NSU :w s -s; e I�. �j �r..wrs� Al Wriahl, Senior Vice President CHAPTER, 2016-20 Committee Substitute for House Bill No. 273 An act relating to public records; amending s. 119.0701, F.S.; requiring a public agency contract for services to include a statement providing the contact information of the public agency's custodian of public records; prescribing the form of the statement; revising required provisions in a public agency contract for services regarding a contractor's compliance with public records laws; requiring a public records request relating to records for a public agency's contract for services to be made directly to the public agency; requiring a contractor to provide requested records to the public agency or allow inspection or copying of requested records under specified circumstances; providing penalties; specifying circumstances under which a court must award the reasonable costs of enforcement against a contractor; specifying what constitutes sufficient notice; providing that a contractor who takes certain actions is not liable for the reasonable costs of enforcement; providing an effective date. Be It Enacted by the Legislature of the State of Florida: Section 1. Section 119.0701, Florida Statutes, is amended to read: 119.0701 Contracts; public records: request for contractor records: civil action.— (1) DEFINITIONS.—For purposes of this section, the term: (a) "Contractor" means an individual, partnership, corporation, or business entity that enters into a contract for services with a public agency and is acting on behalf of the public agency as provided under s. 119.011(2). (b) "Public agency" means a state, county, district, authority, or municipal officer, or department, division, board, bureau, commission, or other separate unit of government created or established by law. (2) CONTRACT REQUIREMENTS.—In addition to other contract requirements provided by law, each public agency contract for services entered into or amended on or after July 1. 2016. must include; (a) The following statement in substantially the following form, identi- fvfna the contact information of the public agency's custodian of public records in at least 14 -point boldfaced type: 11UMM MAKIIIA11MMMUs' op I• •1 �1_ �` MAM- OlLeRiN-A"Iy • ..• J11 �� C • . • i MI► • 1 1 CODING: Words stricken are deletions; words underlined are additions. Ch. 2016-20 LAWS OF FLORIDA Ch. 2016-20 (b� A provision that requires the contractor to comply with public records laws, specifically to: 1.W Keep and maintain public records that ordinarily and neeessarily would-be required by the public agency iaarder to perform the service. 2.(b) Upon request from the public agency's custodian of public records provide the public e c with a copy of the requested records or allow the eeeess iepubke records to be inspected or copied within a reasonable time en the same term—q aand es-fiffii4ens that the publie ageney would provide the reeerds and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. &(,e) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 4.(d4 Upon completion of the contract, Meet all requirements fer retaining public reeerds ead transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public of contract the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keels shall meet all applicable requirements for retaining_ public records All records stored electronically must be provided to the public agency. upon request from the ublic am=3c s custodian of public records in a format that is compatible with the information technology systems of the public agency. (3) REQUEST FOR RECORDS: NONCOMPLIANCE — 2LX-B4 If a contractor does not comply with the a public agency's reeards request for records, the public agency shall enforce the contract provisions in accordance with the contract. 2 CODING: Words striehea are deletions; words underlined are additions. Ch. 2016-20 LAWS OF FLORIDA Ch. 2016-20 contractor. enforcement. Section 2. This act shall take effect upon becoming a law. Approved by the Governor March 8, 2016. Filed in Office Secretary of State March 8, 2016. Z2e -5`c> c— ---4, <-�', ( I 3 CODING: Words strieken are deletions; words underlined are additions. WILCO -m - Electrical, LLC. 43 An ENERGIZING Company Rc Location: Town of Gulf Stream, Florida Request for Change order: Electrical LLC dba Wilco Utility LLC lob Number Business Park Way Palm Beach, Florida 33411 olfview Road north to Town Date 4/10/16 Page 1 OF 3.. Narrative Description of Required Change REMOVAL OF WORK NOT REQUIRED PRIOR TO RECEIVING NOTICE TO PROCEED 1. Comcast service conduits included in the bid at locations not receiving new underground FPL service conduits are hereby being removed from Contract. Locations to receive are as depicted on the FPL Conduit Installation Supplemental Plans and Specifications drawings dated November 29,2015, and on the revised Comcast Conduit Installation Plans and Specifications for Fiber Optics drawings dated April 1, 2016, which hereby replace the Comcast Conduit Installation Plans and Specifications drawings dated April 15, 2015. This will include the elimination of 97 comcast 1" service conduits not required. 2. AT&T service conduits included in the bid at locations are hereby being removed from Contract. The AT&T requested conduits did not include any requirements for service conduits. Also, certain sections of 4" AT&T conduit being installed are being reduced to 2" conduit as depicted on the revised plan drawings. Revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 hereby replace the AT&T Conduit Installation Plans and Specifications Drawings dated April 15, 2015. This will include the elimination of 187 AT&T 1" service conduits not required. 3. The furnishing and installation of Comcast splice boxes are hereby deleted and removed from this contract. The furnishing and installation ofAT&T splice boxes are hereby reduced from 26 to 5 in this contract as depicted in the revised AT&T Conduit Installation Plans and Specifications drawings dated April 1, 2016 . Change Order Cost from Unit Breakdown Page 2 Change Order Cost from T&M Breakdown Page 3 Change Order Cost Total Change Orden Impact Submitted By�-- v Name &Title: Name &Title: Danny Approved: Name &Title: $ (444,178.50) $ (444,178.50) 0 President Engineer WILC&�- Electrical, LLC. An ENERGIZING Company Request for Change Order Job Number Date I Inif Pri,n Gk.Ad. of 11.6— f— rk- a n.A— 1AI-6 2015/16-50 2 OF d Item Unit of Unit Price CO Line Item Total Measure Quantity 1 Install 1-4" and 1-2" AT&T Conduits via Directional Bore LF $ 24.00 5981 $143,544.00 Complete. (includes all labor and materials, excludes machine setup ) u19+u27 2 Install 2-4" AT&T/ Comcast Service Conduits via LF $ 33.00 (5981) ($197,373.00) Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u19+u25 3 Install 1-2" AT&T/ Comcast Service Conduits via LF $ 15.00 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20 4 Install 2-2" AT&T/ Comcast Service Conduits via LF $ 21.75 0 $0.00 Directional Bore Complete. (includes all labor and materials, excludes machine setup ) u20+u27 5 Install 1-1" additional AT&T/ Comcast Service Conduits LF $ 3.00 10080 $30,240.00 on existing Directional Bore Complete. (includes all labor and materials, excludes machine setup) u23+u48 6 Install 2-1" additional AT&T/ Comcast Service Conduits LF $ 12.00 (20944) ($251,328.00) via Directional Bore Complete. (Includes all labor and materials, excludes machine setup) u22 7 Directional Bore Machine Setup with Pits EA $ 150.00 (187) ($28,050.00) (includes all pits and site restoration work) 8 Furnish and Install AT&T 36" Pull Box Complete EA $ 2,000.00 (21) ($42,000.00) (includes all materials, site and conduit work) u7 9 Install 1-2" AT&T/ Comcast additional conduit on LF $ 6.75 (14698) ($99,211.50) existing directional Bore . (includes labor and materials, excludes machine setup ) u27+u47 10 11 $0.00 12 $0.00 13 $0.00 14 $0.00 15 Page 3 : T&M Costs Additions / (Reductions) $0,00 Unit Price Cost Total VI/�LCO� Request for Change Order 001 Electrical, LLC. Job Number 2015/16"50 An ENEEGIZWG company Date 04/10/16 Page 30P3 TML FM IICMCMT M oee�eee necnm�.n ow. MATERIAL&INVOICE COSTS REIMBURSIBLES UNIT PRICE EXTENSION UNIT EQUIPMENT COST (Based upon Blue Book Rates) UNIT EXT. RATE $ S0.00 $ - $0.00 S 50.00 $ $0.00 S So.00 $ $0.00 $ $0170 $ $0,30 S 50.00 S $000 $ 50.00 S $000 $ sooo $ S0.00 $ $ Relmbursibles Total $ - Eq.1pirtent Total TOTALS QTY Classification Reg Rate OT Rate Reg OT Hours Hours Total Une labor Cort SUMMARY Uneman $OAo TOTAL REIMBURSIBLES $0.00 Supt Saw SALES TAX $0.00 Fojea ringl.eer 50.00 MARK-UP 15% Operator $0.00 orulleMeuRsss msr SOHO Driver Laborer 50.00 $000 TOTAL REG -LABOR SOLOO Equipment Transport Dover Electrician $0.00 SOHO TOTAL O.T. LABOR $0.00 50.00 SD.DO EQUIPMENTCOST $0.00 Total labor SO X) so 00 QTY PER DIEM Daily gate Days Total Per Diem $0.00 PERMIT TEES OTHER COSTS TOTALS BASE COST PAGETOTAL $0.00 50,00 P �� ��� ����'� � i �72ef�2. i EXHIBIT 11 AGREEMENT TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE This Agreement made and entered into this _ day of 2016 by and between the Town of Gulf Stream, Florida, a municipal corporation in Palm Beach County, Florida, party of the first part, hereinafter called the Town, and Wilco Electrical LLC /dba Wilco Utility LLC, party of the second part, hereinafter called the Contractor, and duly authorized to do business in the State of Florida and in Palm Beach County, Florida and in the Town of Gulf Stream. WITNESSETH, that the Contractor and the Town, for the consideration hereinafter named, agree as follows: Article I - SCOPE OF WORK The Contractor hereby agrees to furnish all the materials, equipment, and labor necessary to perform in a good, firm, substantial, workmanlike manner, in accordance with the Invitation to Bid and the Contractor's Proposal, all the work, as defined in the Contract including the Additive Alternate Bid Number 1 as shown in the Work Plan and described in the specifications for the project entitled: TOWN OF GULF STREAM, FLORIDA PROJECT NO. 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE For the completion of all work set forth in the contract documents, which are: Invitation to Bid, Instruction to Bidders, Proposal, Bid Guaranty, Agreement, Performance Bond, Payment Bond, Insurance Requirements, Standard Terms and Conditions, General Conditions, Exhibits, and Construction Details and Specifications dated _12/30/2015_for the Tota! Bid Less Adjustments provided in the Attached Change Order Number I amount of: Two Million Eight Hundred Ninety Thousand Five Hundred Ninety -Seven and Five Hundredths Dollars, ($2,890,597.05) (to the Contractor by the Town, all in accordance with the requirements and provisions of the Contract Documents. ARTICLE lI - TIME OF COMPLETION The Work to be performed under this Contract shall commence on the date of Notice to Proceed. The Work shall be Substantially Complete no later than 8 months after Notice to Proceed is given and all Work completed no later than 30 calendar days after Substantial Completion, with such extensions of time as are provided for in the General Conditions. If said Work is not completed within the time stated above, the Contractor shall be liable, and hereby agrees to pay to the Town as liquidated damages and for the extra Engineering and Administrative expenses incurred, and not as a penalty, for the amount stated in Section 33 of the CD-t- TGS Con aFP Doc PH2 1.31 -2016 -Agreement and Bond Forms 5/17/2016 Bid Documents per calendar day for each and every day or part of a day thereafter that said Wrk remains substantially or fully incomplete. ARTICLE III - PAYMENT (A) Progress Payments. 1. On not later than the fifteenth day of every month the Contractor shall prepare and submit a detailed estimate and payment requisition on a standard EJCDC form addressed to the Project's Engineer, with copies to Rita Taylor (Town Clerk), covering the percentage of the total amount of the Contract which has been completed based upon the sum of the Value of Completed Work from the start of the job up to and including the last day of the preceding billing period (amount previously paid), together with such supporting evidence as may required by the Town and/or Contractor. Partial Release(s) of Lien and Subcontractor Utilization Report shall be submitted with each payment requisition to verify payment(s) to subcontractors and material suppliers. The Town shall retain 10% of the value of each invoice issued for the Project (the "Retainage"). 2. Within 30 days after receipt and appr val of Contractors invoic� the Town shall pay to the Contractor ninety percent (90%) of the ount invoiced based upo the Value of Completed Work Units that have been accepted and ' voice as approved by th Engineer, less the aggregate of previous payments. It is agreed that th Engineer shall have the right to finally determine the amount currently due to the Contractor. 3. To support timely and appropriate progress payments against the base bid, Contractor hereby agrees to the allocation of the Lump Sum Bid Price according to the following schedule of values for the respective components of the Work as a percentage of the lump sum bid amounts: A. Installation of FPL conduits ......................: B. Installation of FPL concrete pads / handholes..: B. Installation of FPL padmounted transformer stations, switches, and capacitors ..................: % C. Installation of FPL primary & secondary cable.,: % D. Installation of communications conduits/ boxes..: % E. Conversion of Overhead Electric Services ........: % (Total for Base Bid items A through E to Equal 100% ) F. Installation of Street Lighting conduit ............: % G. Installation of Street Lighting wire handholes...: % H. Installation of Street Lighting poles & fixtures...: % (Total for Alternate Bid Item #1 items F through H to equal 100%) CD-2- TQS Can RFP Doc PH2 1-31-2016-Agmnmmt and Bond Fotms 5/172016 12 t t PLEASE NOTE: S mittaIs of estimates and invo- es for payment must be directed to the Project's Enginee o that they may be process or recommendation and approval. The Town (� avill not be responsible for any delay in ipayment sekedule if the Contractor submits his estimate and invoice to Partial payments ' be made based on completion of units as indicated on the prints for items A, C, and D. P 'al payments for items B and E shall be paid for each item completed as a percentage of the t al number of items in the respective category. If included, partial payments for street lighting all be paid in a like manner relative to units of 4tc�o�tpleted, units of conduit completed, nu ber of fixtures completed. ICOR/W aAI< I� (B) Final Payment is .�% afl Ltionandteptance, 75 )J, Ji ref "fie 1. Upon r pt of written notice that the Wrk is ready £or final inspe the P-j�ez Engine shall within fifteen (15) calendar days make such inspectio the wor cceptable under the Contrac5 at1ance ntract ly performedi and le to the res ve utilities, fly isfinal c 'ficate over his own signature, sta In the ork required b this Contract has complete and is accepted b6y hi ,�ndPr the to 60�t�yc end eetiien°'eK and the entire f in the js Retainage, shall be aid to the Contray the Town wt 'n seventy (70) calendar days after the date of said Fi I Certificate.,i f bra 5 6 t civ 'Praj c.c 2. Before final pa ent is dueethe Contractor shall submit evidence satisfactory to thAngineer that all utility acce tance has been secured, and that all payrolls, materials bills, and other indebtedness conn ted with the Work have been paid, except that in case of disputed indebtedness or lie s the Contractor may submit in lieu of evidence of payment a surety or Performance Bond atisfactory to the To guaranteeing payment of all such disputed amounts when adjudicated i cases where such pa ant has not already been guaranteed by Surety or Performance bond A#d.f.Ae-r 3. If, after the k has been substantially completed, full completion thereof is materially delayed through n fault of the contractor, and the Engineer so certifies, the Town shall, upon receipt of the certi Icate of the Engineer, and without terminating the contract, make payment of the balance due f that portion of the Work fully completed and accepted. Such payment shall be made under th terms and conditions governing final payment, except that it shall not constitute a waiv r. 5. The Contrac r must have satisfied the conditions of Section 32 of the Bid Documents. 14�1/u SuG� we �f//i'J/i✓/f �id.J 7/t I CA,15 )' Ai e l= r SA (� CD-3- TGS Con RFP Doc PH2 1-31-2016-Agnxment and Bond Fomes 5/17!1016 *4,�3 ) A PERFORMANCE BOND (This Bond meets and exceeds the requirements of Florida Statutes Section 255.05, as amended from time to time) TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE STATE OF FLORIDA y ) COUNTY OF ,� P ) KNOW ALL MENY THESE PRE NTS that we, Wilco Electrical LLC /dba Wilco Utility LLC, as Principal, he inafter called a Contractor, and as Surety, are held and fi ly bound unto own of Gulf Stream, as obligee, (hereinafter called the "Town"), in the Penal of Two Million Eight Hundred Ninety Thousand Five Hundred Ninety -Seven and Five undredths Dollars, ($ 2,890,597.05) for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.Said amount representing the initial bid amounts and the reductions provided in the attached negotiated Change Order Number 1. WHEREAS, the Contractor, on the day of 20 entered into a certai4pntract with the Town, hereto attached, for Sealed Bid No. 2015/1,6-0 . Entitled Project No. 2015/16-50, PHASE TWO UTILITY UNDERGROUNDING INITIATIVE including ALTERNATE BID ITEM NUMBER 1: TOWN STREET LIGHTING IMPROVEMENTS, which Contract is made a part hereof by reference thereto. ;+,5 A MI( NOW THEREFORE, THE CONDITION OF THIS O LIGATION IS SUCH, that if the Contractor shall well and truly perform and fulfill alla undertakings, covenants, terms, conditions and agreements of said Contract, and all d ly authorized modifications of said Contract that may hereafter be made, notice of which odifications to the Surety being hereby waived, then this obligation shall be void; otherwise remain in full force and effect. WHENEVER the Principal is declared by the Town to be in default under the Contract, or whenever the Contract has been terminated by default of the Contractor, the Town having performed the Town's obligations there under, the Surety shall: Be /espews:Ak- fd/ 1. ( Xompletelhe Contract in accordance with its terms and conditions mat, 2. )7ibtaior Bids for submission to the Town for completing the C tract in accorn a daBid nce with }'ts terms and conditions. a i S14fe I —5h PFB-1- jhe Town and the Surety df the lowest responsible Bidder. Lange for a Contract between such Bidder and the Town, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completio less the balance of the Contract price; but- t exceeding-, $elndhzg co is and damages for which the Surety may be liable hereunder, ° 1 N� the amount set fo h in the first paragraph hereof. The term "balance of the Contract price" as used in this paragraph, shall mean the total amount payable by the Town to the 'DJ under the Contract and any amendments thereto, less the amount prop ly paid by the Town to the Contractor. Of +k, C01Jh-Acf No right of action shall accrue on this bond to or for the use of any person or corporation other than the Town named herein or the successors or assignees thereof. L its The Surety shall and does hereby agree to indemnify the Town and hold it harmless of, from and against any and all liability, loss, cost, damage or expense, including reasonable attorneys' fees, engineering and architectural fees or other professional services which the Town may incur or which may accrue or be imposed upon it by reason of any negligence, default, act and/or omission on the part of the Contractor, any Subcontractor and Contractor's or subcontractor's agents, servants and/or employees, in, about or on account of the construction of the work and performance of said Contract by the Contractor This bond shall remain in full force and gffect for such period or periods of time after the date of acceptance of the project by the Townes are provided for in the Contract Documents, and the Contractor hereby guarantees to repair or replace for the said periods all work performed and materials and equipment furnished, which were not performed or furnished according to the terms of the Contract Documents. If no specific periods of warranty are stated in the Contract Documents for any particular item of work, material or equipment, the Contractor hereby guarantees the same for a minimum period of one (1) year from the date of final acceptance by the Town of the entire project. Any suit on this bond must be instituted within such period or periods as may be provided by law. IN WITNESS WHEREOF, the above bounden parties have caused this Bond to be executed by their appropriate officials on the day of 120. PRINCIPAL WITNESSES: (If sole Proprietor or Partnership) (Firm Name) M Title: (Sole Proprietor or Partner) PFB-2- EXHIBIT 13 PAYMENT BOND (SECTION 255.05, FLA. STAT., AS AMENDED FROM TIME TO TIME) TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE BY THIS BOND, we Wilco Electrical LLC /dba Wilco Utility LLC, as Principal, and +W as Surety, are held and firmly bound tq�Town of Gulf Stream, as obli ee, (here after called the Town), in the II'' P a ac!✓c5 sum of $ for payment of which we bind 6utw ves, our heirs, personal representatives, successors and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payments to all claimanA as defined in Section 255.05 (1), Fla. Stat., as amended from time to time, supplyingnncipal with labor, aterials, or supplies, used irectly or indirectly by Principal in the prosecution of theWrk provided for in the c ntract and ff5 Pays the Town all losses, damages, expenses, c ts, and attorney's fees, including appellate proceedings, that the Town sustains i nforcement of this bond. Performs the guarantee of all labor and materials furnished der thel—cic ntract for the time specified in th 'o ntract, then this bond ip void, othertw�ise it emainj in full forcer��,v,( e(4+ Any changes in or under th6ntra t�cuments and compliance or noncompliance with any formalities connected with the ontract or the changesnot affect Surety's obligation under this bond. �s� k 8 The provisions of Section 255.05, Fla. Stat., as amended from time to time, are specifically adopted by reference and made a part hereof for the purposes specified therein. Th contract dated 20. between the Town and Principal is made a part of this Bond by reference. Claimants are advised that Section 255.05, Fla. Stat., as amended from time to time, contains notice and time limitation provisions which must be strictly complied with. PYB-I- AFFIDAVIT TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE STATE OF FLORIDA ) COUNTY OF PALM BEACH Before me the undersigned authority, authorized to administer oaths and take acknowledgements, personally appeared who, after being fust and duly sworn, upon oath disposes and says that all lienors contracting directly with or directly employed by (him, them, it) and all bills, wages, fees, claims or other charges incurred by in connection with the construction of PHASE TWO UTILITY UNDERGROUNDING INITIATIVE and ALTERNATE BID ITEM No.l: TOWN STREET LIGHTING IMPROVEMENTS have been paid in full. SIGNED: WITNESS: STATE OF FLORIDA COUNTY OF PALM BEACH The foregoing instrument was acknowledged before me this day of 20_ by who is personally known to me or who has as identification and who did (did not) take an oath. Notary (Print & Sign Name) Commission No. AF -1- EXHIBIT 16 CERTIFICATION OF CORRECT PREPARATION TOWN OF GULF STREAM PROJECT NO: 2015/16-50 PHASE TWO UTILITY UNDERGROUNDING INITIATIVE Bidder's Name: The undersigned agree(s) to perform all work, as provided for in the Contract Documents, and to execute the Contract by The undersigned further agrees to furnish a sufficiently satisfactory Performance and Payment Bond in the sum of not less than one hundred percent (100%) of the Contract Price of the Work as indicated by the approximate quantities shown here, bg A Bid Guaranty in the amount of at least five percent (5%) of the Total Bid Price xm6tl accompany each Bid. The Bid Guaranty shall be payable to the Town. The Bid Guaranty is to be forfeited as liquidated damages if, in case this Bid is accepted, the undersigned shall fail to execute the attached Contract under the conditions of this Bid; otherwise, said Bid Guaranty" be returned to the undersigned upon the delivery of a satisfactory Performance and Payment Bonids4 q It I (We), the undersigned, hereby acknowledge that submission of the Bid constitutes an incontrove blq representation by the undersigned that without exception the Bid was premised upon performing th4e 4fork required by the Contract documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract documents are sufficient in sco e Vd detail to indicate and covey an understanding of all terms and conditions for performance of theirk. c4`no The undersigned also acknowledges that thee dersigned eri}1 not be entitled to any additional compensation or time extensions based upon leged differing conditions that should have been reasonably anticipated by the undersigned. Town officials and employees are prohibited from soliciting and accepting funds or gifts from any person who has, maintains, or seeks business relations with Town. I (We), the undersigned, hereby certify that I (we) have carefully examined this Bid after the same was completed, and have verified each item placed thereon; and I (we) agree to indemnify, defend, and hold harmless Town against any cost, damage, or expense which it may incur or be caused by any error in my (our) preparation of same. [signature page follows] CCP -I-