Loading...
HomeMy Public PortalAboutContracts & SupplementsApril 27, 1999 Page I of Supplemental Agreement Town of Gulf Stream RE: State Road AIA Landscape Historic Highway Enhancement Project Federal Aid Project No. Se -6427 W.P.J. No. 4118811 State Road Project No. 15723.00.10002 This agreement entered into this T- day of RAY 19 99 by and between the Town of Gulf Stream and Arazoza Brothers, Contractor for the additional work and improvement of the ro: d assigned as shown below: 1. Jamaica Square: Improvement of parking area to include but not limited to paver accents and additional plant material. 2. Street Signage: Coquina -finish street signs with bronze lettering. 3. Miscellaneous: Additional site work including but not limited to moving of existing trees, additional plant material and clearing. The quantities to be paid for shall be determined as provided in the Contract dated May 15. 1998. The quantities so determined shall be paid for at the unit prices stated on the Contract dated Mgy 15. 1998 and the attached sheets. It is further agreed that this supplemental agreement shall not alter or change in any manner the force and effect of the original Contract May 15. 1998, including any previous amendments thereto, except insofar as the same is altered and amended by this supplemental agreement. The Town of Gulf Stream and Arazoza Brothers agree that the contract time adjustment and sum agreed to in this Supplemental Agreement constitute a full and complete settlement of the matters set forth herein, including all direct costs and indirect costs for equipment, manpower, materials relating to the issues set forth in the Supplemental Agreement. This settlement is limited to and applies to any claims arising out of or on account of the matters described and set farih in this Supplementai Agreement. Granted Time This Agreement to: July 31, 1999 Net Change in Contract Amount this Agreement Not To Exceed: S 27,000.00. Please note that the allocations indicated in the Not To Exceed Amount are subject to change. To be determined after Property Owners and the Town agree on the distribution. The Town of Gulf Stream reserves the right to allocate what monies it so determines up to but not to exceed S 27,000.00. Pagc 2 of 2 Executed By: COUNTY OF PALM BEACH Sworn to and subscribed before me on this 3 day of a y, 1999 by LE i's l 'vx G a I• r i so n Notary Public, State of Fjbrida i9k] RMA P'.N*CC�g3581 Ceurynao2 �. a em�rg co. Personally known _� or Produced Identification Type of Identification Produced Arazoza Brothers (S aly By & / J112�]q Albert Arazoza, Presid6htj Date STATE OF FLORIDA COUNTY OF PALM BEACH Sworn to and subscribed before me on this 10h day om-n 1999 by �\ber-b ArQZOZq - C cvsm�t- OFFICIALNOTARy SEAL Notary Public, State of Florida ODAUSSMITH NOTARY PUBLIC STATE OF FLORIDA Sm r{ -h COMMISSION NO. CC767366 MY COMMISSION EXP. AUG. 13,M Print, Type of Stamp Commissioned Name of Notary Personally known X or Produced Identification Type of Identification Produced August 27, 1998 Page 1 of 2 Supplemental Agreement Town of Gulf Stream RE: State Road AlA Landscape Historic Highway Enhancement Project Federal Aid Project No. Se -6427 W.P.I. No. 4118811 State Road Project No. 15723.00.10002 This agreement entered into this 9 -("CA day of 5gp V'—MbEr 1999 by and between the Town of Gulf Stream and Arazoza Brothers, Contractor for the additional work and improvement of the road assigned as shown below: 1. Jamaica Square: Improvement of parking area to include but not limited to paver accents and additional plant material. 2. Street Signage: Coquina -finish street signs with bronze lettering. 3. Miscellaneous: Additional site work including but not limited to moving of existing trees, additional plant material and clearing. The quantities to be paid for shall be determined as provided in the Contract dated May 15, 1998. The quantities so determined shall be paid for at the unit prices stated on the Contract dated May 15, 1998 and the attached sheets. It is further agreed that this supplemental agreement shall not alter or change in any manner the force and effect of the original Contract May 15. 1998, including any previous amendments thereto, except insofar as the same is altered and amended by this supplemental agreement. The Town of Gulf Stream and Arazoza Brothers agree that the contract time adjustment and sum agreed to in this Supplemental Agreement constitute a full and complete settlement of the matters set forth herein, including all direct costs and indirect costs for equipment, manpower, materials relating to the issues set forth in the Supplemental Agreement. This settlement is limited to and applies to any claims arising out of or on account of the matters described and set forth in this Supplemental Agreement. Granted Time This Agreement to: May 1, 1999 Net Change in Contract Amount this Agreement Not To Exceed: S 35,994.00. Please note that the allocations indicated in the Not To Exceed Amount are subject to change. To be determined after Property Owners and the Town agree on the distribution. The Town of Gulf Stream reserves the right to allocate what monies it so determines up to but not to exceed S 35,994.00. Page 2 of 2 Executed By: COUNTY OF PALM BEACH Sw�� /qprn to and subscribed before me on this 'I day of ` , 1998 by Kr0 Garl^1'sor� - Notary Public, State of Florida RITA L TAYLOR Print {� ��7S 70J� CO s'Lg � bXW Q IR • ehwry2l ng ��R`�FY 6ntlnp Co. Personally known or Produced Identification Type of Identification Produced Arazoza Brothers (Seal) By 4LG lzq0 Albert A[azoza Presid t Date STATE OF FLORIDA COUNTY OF PALM BEACH Sworn to and subscribed before me on this 7 � day of Sg1998 by OFFICIAL NOTARY SFAL ODAI,15 SMI'rN Notary Public, State Of Florida FLORIDA, NUrWW ommSSION NO• CC767366 ON pcP. AUG.73 tl�S Srn 1-41 MY �,,,...... Print, Type of Stamp Commissioned Name of Notary Personally known X or Produced Identification Type of Identification Produced __�` 7LQ'iWI IKr vas we Ptaat100r�CR�a 32601+ ortu swum WZ7111 is9 rxc0ai1 aW7ri AUNM 13. 19" Atasosa BM& CQgL t990i S.W. za attest Homaromad Fidida 3303] Rr. Camm ibr Sheet X+(wkm AW 7be Town of cwvs, wZ b1[ebJ to �iazajxnthonm=isb=dpm AN the lobes aooMM31 lbr the ooh 0f 9ae� I.Sro�iocae for the Tawre o! C'aalf Ses�dioat. d the ahatie wasito be p ii► AR arro d is �oaraa+teed to be as and (iartiatw *w abatC+wu� sed i wcov mw vrith the red�ooa p er' ooaopktcd in a enbW=tmt wb=mftc mmeer firr the Om of512, "" 12 aaeat iia 30: 30 CM& Ouqc1°a r see piree WA* tarea*r 8e10o� �E woe 4" z'A. vAh Ed. Dr. Le. t0 be 3" : Ur 5oa the Pdm of St -00 I + ' ophm 10 add 6 ntrcsj aim iia AIA wi&i a bm= ft *z pi[w o{S33ftCA r Y '1 I ..• • 1 t costa, wM be over said tip the VFmk to be I IN 08/14/98 11:25 TX/&Y N0.6734 08/28/98 11:11 TX/RX N0.699 P.002 ������." " 7X��A't��rlE.'Irltur<r5 " 0-1>1l.e lockitig. " !1501 N.W; ]181N��Y��'I��Medley,:i:%L" 33178 .. :)��lOtler (3l)Sj 82 PA1tkR" �� " lyazF {30,SY. 821-FAXX 527" -2837 821-299 '. :a CONTRACT NO.- Job o:Job No,�� n it :, - n rl. mieree Ip '3 aS- MON g1r -r,2 ._ the axnefe dl the pramise9. 1 8escrihed��efciv, hdfefnaltsr Isfarred rn as"Purchasor' offer Ie Mrilrput with OEM PAVERS, herelnatter ed to ae'ConNaular'_ tp tut ' f1; to dpllVei dnd gir0%G lAr inaLOAation of all mater(al6 neoassaty 10 Improve the premises heeled a): (&rate) RIP) mcordlnp t* Intl following apocHicalbns: L4 . . VEA DE81Rfxpi WO. ESIRED: YR40PATTPRN:' Q'" Heriingt7bne��i O PE CF, (`CINS11iUGT14N: ':" '1�� Ndw [] 1GE,FlM.MINT TO 9E USEM. _ . " lit " obnor,lte Toe *PE 4P" WORKt" " A- Tyw ` B. r)uppb end tnstalt.t��en Inch'rding6 . : . Cl.. Excavation and G(aposfol 01 'Q' Bass Praperatlnn mole lIv. Q Badding Oepd (ApproxA." ) " :p ' Pavgrrl foe s{weNlfod'abevo ��.' ��. . " _ lj C(�� fonup and tllrpoJrtpf debnic _. " ' . Area to be as (w apcl ed food Mal draWtng . Alinnor Other Roplacam'ont at Erikiing 0 Other he CASH PRIGS for all Labor �� Material (Ir clr(ding laity a=Uvabla d6mur")1a S vont. E3 Cash L7. ' Credh jSublat!" to the approval of the Crpa Safes Depaninsn0 Mtn la.a cash bonsaWan, tha puroh'04..price [drill be paid as loHaWs: ;rift"Gown. Payment;- L ', = Balarwe Payabla S " . I thio ie a cledill Uinagggh, rhe ipr94I *0t`1ot credit 4 mnralnpd In a 6oparate document which 16 incorporated heroin by raterence Ind nfade'a part thereof. Aga, the urvderelgned, are hereby Quth ).no OEM PAVERS -in verity and ravlaw my/our aredi( record with an Indapondent credit pportir4 A,penoy and release them ftfh AIW. Ily.k(cwrod from Inadvertent orniaainfla or 0110r5. JQWDISK t3 70 BE dFaNE OTH6gi Fj7 1" i)fAT 9P CIAED tN T"W OMTRAUT WITHOUT ADDITIONAL rHAFiciES. rhls agrf,amanuterma cancels and a(tporaodpa aq:othac, vorbal'ni olherwisa_ Sprinkler evotams, utilities and/or any work not, rpeoiticolly monlianarf NI"abdvfo Gonr rl" .wllfbl f ria X40mgMily of cuatomer and noottyGeM PAVERS. y IN MAYNEIM VMEFMOF PL%cha%or��*) WN&.0arounto signed their n", day of_ j64to��U and . %OWRodgmiactoofafru&Qrpy(" r>'fA}'o> iriNp+a:i - THIS MESSAGE APPLIES M DOOR" .ti#MS ONLY. You (he Purcheasr(s) may canal this (ratlsaCtion a1 any rima prior to mldntyld of the third birainass day Slip.. t.of 1WsyansaWbn" 9" ybpompanvlW nmi atqurrallalon lotm Iw en sxptenalion of Signature aff wad below alcor 4cin ps tooalpt the Purchasrrr(s) reealVsd soparata cancea a nd al puaPntae 8V f)'YE ������IIg4 BY SIFN$D- ----��: " .. " _' " . ' " " rtR��h We AODEPTED BY 8Ki1tED ��_ - FfApr a{Iva Purchaser Deli CONTRACT BETWEEN THE TOWN OF GULF STREAM AND VA71i RRA ggpppp��pppp SFLANDAPE ENHANCEMENT PROJEQT THIS CONTRACT, made this 11- day of � 4t! , 19_L, by and between the Town of Gulf Stream, a public corporation of the State of Florida, hereinafter designated as "the TOWN", and (CONTRACTOR NAME), (STREET ADDRESS, CITY, STATE AND ZIP), a (STATE OF INCORPORATION) Corporation, FEIN Number (FEIN NUMBER) hereinafter designated as "the CONTRACTOR". WITNESSETH THAT: WHEREAS, the TOWN is a municipality and given those powers and responsibilities enumerated by Chapter 166 Florida Statutes and the Florida Constitution; and WHEREAS, the TOWN is empowered to enter into contractual arrangements with public agencies, private corporations or other persons, pursuant to Florida Statutes; and WHEREAS, the TOWN desires the services of a qualified and experienced contractor to provide construction services; and WHEREAS, the TOWN solicited and received bids on (BID OPENING DATE) for the Construction of (TITLE), (COUNTY) County, Florida; and WHEREAS, the CONTRACTOR has responded to the TOWN'S solicitation and the CONTRACTOR is qualified and willing to provide said services; and WHEREAS, the TOWN has found the CONTRACTOR'S response to be acceptable and wishes to enter into a CONTRACT; and WHEREAS, the TOWN has budgeted funds in its current fiscal year budget which are available for the funding of this CONTRACT; NOW, THEREFORE, the TOWN and the CONTRACTOR in consideration of the benefits flowing from each to the other do hereby agree as follows: STATEMENT OF WORK The CONTRACTOR shall furnish all equipment, tools, necessary and shall perform the required work in Documents for entitled: "State Raod A1A Landscape Gulf Stream, Palm Beach County, Florida". 2. PERIOD OF PERFORMANCE materials, labor and everything accordance with the Contract Enhancement Project", Town of Unless extended or terminated, the period of performance of this CONTRACT shall commence upon the effective date of the Notice to Proceed and continue for a period of 60 calendar days. The CONTRACTOR shall not proceed with work under this CONTRACT until a Notice to Proceed is received from the TOWN. 3. CONSIDERATION The consideration, for the full and complete performance under this CONTRACT, subject only to such additions and deductions as are agreed to by the parties in writing, shall be in an amount not to exceed S201,314.15. The consideration stated above is based upon the aggregate contract price submitted to the TOWN, which aggregate amount is obtained from the summation of the lump sum price bid items shown in the Bid including the specific consideration required under Section 725.06, Florida Statutes. By including such specific consideration in addition to other good and valuable considerations, paid by the TOWN and receipt of which is acknowledged by the CONTRACTOR, the parties agree that they have complied with the requirements of Section 725.06, Florida Statutes, if applicable, for the indemnification agreement in paragraph 6 of the CONTRACT. 4. INCORPORATION OF DOCUMENTS The Contract Documents listed below are incorporated herein by reference and shall become a part of this CONTRACT as though physically attached as a part hereof and all documents in this CONTRACT shall be interpreted together to yield the most consistent results to achieve the purpose of the project: a) Drawings for State Road Al Historic Highway Landscape Enhancement Project b) Specifications for State Road A1A Historic Highway Landscape Enhancement project c) Addenda supplementing the documents forming this CONTRACT as are referenced to it and attached as a part of it. 5. PAYMENT REQUESTS If satisfactory progress is being made, the CONTRACTOR may request partial payments every other week, based on the actual work done or completed, which request may 10. ASSIGNMENT The CONTRACTOR shall not assign, delegate, or otherwise transfer its rights and obligations as set forth in this CONTRACT without the prior written consent of the TOWN. 11. ATTORNEY FEES If either party utilizes legal action, including appeals, to enforce this CONTRACT, the prevailing party shall be entitled to recover its reasonable attorney's fees and costs. 12. COMPLIANCE The CONTRACTOR, its employees, subcontractors or assigns, shall comply with all applicable federal, state, and local laws and regulations relating to the performance of this CONTRACT. The TOWN undertakes no duty to ensure such compliance, but will attempt to advise the CONTRACTOR, upon request as to such laws of which it has present knowledge. 13. INDEPENDENT CONTRACTOR The CONTRACTOR is an independent contractor and is not an employee or agent of the TOWN. Nothing in this CONTRACT shall be interpreted to establish any relationhip other than that of an independent contractor, between the TOWN AND THE CONTRACTOR, its employees, agents, subcontractors, or assigns, during or after the performance of this CONTRACT. The CONTRACTOR is free to provide similar services to others, 14. INTEGRATION This CONTRACT states the entire understanding between the parties and supersedes any written or oral representations, statements, negotiations, or agreements to the contrary. The CONTRACTOR recognizes that any representations, statements or negotiations made by the TOWN staff do not suffice to legally bind the TOWN in a contractual relationship unless they have been reduced to writing, approved and signed by an authorized TOWN representative. This CONTRACT, once properly executed, shall bind the parties, their assigns, and successors in interest. IN WITNESS WHEREOF, the parties hereto have set their hands and seals on the day, month and year first above written. WHEN THE CONTRACTOR IS AN INDIVIDUAL Signed, sealed and delivered in the presence of: By: Witness Signature of Individual Witness Printed Name of Individual NOW, THEREFORE, the TOWN and the CONTRACTOR in consideration of the benefits flowing from each to the other do hereby agree as follows: 1. STATEMENT OF WORK The CONTRACTOR shall furnish all equipment, tools, materials, labor and everything necessary and shall perform the required work in accordance with the Contract Documents for entitled: "State Road Al Landscape Enhancement Project", Town of Gulf Stream, Palm Beach County, Florida". 2. PERIOD OF PERFORMANCE Unless extended or terminated, the period of performance of this CONTRACT shall commence no later than 16 days following the effective date of the Notice To Proceed and continue for a period of 90 calendar days. The CONTRACTOR shall not proceed with work under this CONTRACT until a Notice to Proceed is received from the TOWN. 3 CONSIDERATION The consideration, for the full and complete performance under this CONTRACT, subject only to such additions and deductions as are agreed to by the parties in writing, shall be in an amount not to exceed $202,846.00. The consideration stated above is based upon the aggregate contract price submitted to the TOWN, which aggregate amount is obtained from the summation of the lump sum price bid items shown in the Bid including the specific consideration required under Section 725.06, Florida Statutes. By including such specific consideration in addition to other good and valuable considerations, paid by the TOWN and receipt of which is acknowledged by the CONTRACTOR, the parties agree that they have complied with the requirements of Section 725.06, Florida Statutes, if applicable, for the indemnification agreement in paragraph 6 of the CONTRACT. 4. INCORPORATION OF DOCUMENTS The Contract Documents listed below are incorporated herein by reference and shall become a part of this CONTRACT as though physically attached as a part hereof and all documents in this CONTRACT shall be interpreted together to yield the most consistent results to achieve the purpose of the project: a.) Drawings for State Road A1A Historic Highway Landscape Enhancement Project b.) Specifications for State Road A1A Historic Highway Landscape Enhancement project c.) Addenda supplementing the documents forming this CONTRACT as are referenced to it and attached as a part of it. 5. PAYMENT REQUESTS If satisfactory progress is being made, the CONTRACTOR may request partial payments every other week, based on the actual work done or completed, which request may be approved and paid by the TOWN. All pay requests shall reference the TOWN'S Contract Number. 6. INDEMNIFICATION For $100.00 and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged as part of the first payment for service, the CONTRACTOR shall pay, indemnify and save harmless the TOWN, its agents, guests, invitees and employees, from all suits, actions, claims, demands, damages, losses, expenses, including attorney's fees, costs and judgments of every kind and description to which the TOWN, its agents, guests, invitees, or employees may be subjected by reason of personal injury, bodily injury including death or property damage, resulting from or growing out of any intentional negligent, or careless act or commission, omission, or consequential damage connected with the CONTRACTOR, it Subcontractor, its agents, or employees, and committed in connection with this CONTRACT, CONTRACTOR'S performance hereof, or any work performed hereunder. CONTRACTOR shall indemnify and save harmless the TOWN, its agent, or employees, from and against all claims, demands, actions, suits, damages, losses, expenses, costs, including attorney's fees and judgements of every kind and description arising from, based upon, or grown out of the violation of any federal, state, county or city law, by-law, ordinance or regulation by the CONTRACTOR, its agents, trainees, invitees, servants or employees. The CONTRACTOR further acknowledges that it is solely responsible for ensuring the safety of the premises to protect its employees, subcontractors, invitees, licensees and all other persons during the course of the work, and agrees to hold and save the TOWN harmless against all claims involving alleged negligence by the TOWN in failing to adequately ensure the safety of the premises or otherwise ensure compliance with the CONTRACT. 7. GRATUITIES The CONTRACTOR hereby warrants that he has not, during the bidding process, nor shall he, during the term of this CONTRACT, offer to pay any officer, employee or agent of the TOWN, anything of value including, but not limited to gifts, loans, rewards, promises of future employment, favors or services, based on the understanding that the actions, decision or judgments of such officer, employee, or agent would be influenced thereby. In the event of a breach of this provision, the TOWN may terminate this CONTRACT without liability and, at its sole discretion, deduct or otherwise recover the full amount of such fee, commission, percentage, gift, or other consideration. 8. LAW VENUE The laws of the State of Florida shall govern all aspects of this CONTRACT. In the event it is necessary for either party to initiate legal action regarding this CONTRACT, venue shall be in the Fifteenth Judicial Circuit for claims under state law and in the Southern District of Florida for any claims which are justifiable in federal court. 9. CONTRACT AMENDMENTS This contract may be amended only with the prior written approval of the parties. 10. ASSIGNMENT The CONTRACTOR shall not assign, delegate, or otherwise transfer its rights and obligations as set forth in this CONTRACT without the prior written consent of the TOWN. 11. ATTORNEY FEES In witness thereof, the said Arazoza Brothers Corporation, and the Owner, the Town of Gulf Stream have caused this contract to be executed and their corporate seals affixed through their proper officers, thereunto duly authorized, on this day and year first above. OWNER Town of Gulf Stream SEAL:. By William F Koch Jr Mayor Town of Gulf Stream Printed Name and Title Date of Execution AS ATTESTED BY: Rita L Taylor. Town Clerk Town of Gulf Stream Printed Name and Title Date of Execution PERFORMANCE BOND Contract No. BY THIS BOND, We, Arazoza Brothprg Cnippratinn as Principal, and , as Surety, are bound to TOWN OF GULF STREAM, herein called the Town, in the sum of Dollars for the payment of which we bind oursolves, our heirs, personal representatives, successors and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs fully the contract between Principal and TOWN for the above-reforsnced Contract Number, said Contract being made part of this bond by reference, at the times and in the manner prescribed in the contract and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes supplying Principal with labor, materials, or supplies, used directly or indireclfy by Principal in tate prosecution of the work provided for in the contract and 3. Pays TOWN all losses, damages, expenses, costs, and attorney's fees, including appellata proceedings, that TOWN sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified In the contract S. Is not placed on the Convicted Vendor List, under Section 287.133, Florida Statutes, during the performance of this Contract- THEN ontract THEN THIS BOND IS VOID, OTHERWISE, IT REMAINS IN FULL FORCE. Any changes In or under the Contract documents and compliance or noncompliance with formalities, connected with the Contract or with the changes, do not affect Surety's obligation under this bond_ DATED on May 26 , 19 98 WHEN THE PRINCIPAL IS AN INDIVIDUAL Signed, sealed and delivered in the presence of: � -t�AS �+ (witness) By: 6110.t (Individual Pri "P 15901 S.W. 242 Street Homestead, Florida 33031 Business Address CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY HAMILTON, OHIO No 32-661 Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 7 of the By -Laws of said Company, does hereby nominate, constitute and appoint: Jeffrey L. Leggett or James F. Murphy or Susan Bohm or Shelly Moore of Sunrise, Florida its true and lawful agent (s) and attorney (s)4tt-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed my and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance SIX MILLION ($6,000,000.00 DOLLARS, excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attomey(s)-in-fact In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty Insurance Company this 15th day of October, 1997. COe } -t R alp v Sam Lawrence, Assistant Secretary STATE OF OHIO, COUNTY OF BUTLER On this 15th day of October, 1997 before the subscriber, a Notary Public ofthe State of Ohio, in and for the County of Butler, duh• commissioned and qualified, came Sam Lawrence, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally Imow to be the individual and officer described in, and who executed the preceding Instrument, and he acknowledge the execution of the same, and being by me duly sworn deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first above written. VXCR py r. 4o'sv\Wur1 S ip �6aIP1� �1 Notary Public in and for County of Butler, State of Ohio My Commission expires September 25, 2002. This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attomey-In-Fact, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, or the official representative thereof, or many county or state, or any official board or boards of county or state, or the Untied States of America, or to any other political subdivision." This instrument is signed and sealed by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any office of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of attorney and the seal of the Company may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of its Board of Directors are true and correct co iesmd are in full force ffecc�, onthis date. WITNESS WHEREOF, t have hereunto set my hand and the seal of the Company this �day of M L�j V A.D., 19 e4� 0:E: .� S4300 -CSG (12196) Assistant Secretary WHEN THE PRINCIPAL OPERATES UNDER A TRADE NAME: Signed, sealed and delivered in the presence of (,Witness) (witness) WHEN THE PRINCIPAL IS A PARTNERSHIP; Signed, sealed and delivered in the presence of., (Witness) (Witness) WHEN THE PRINCIPAL IS A CORPORATION: ATTEST_ (Corporate Sea[) All S / tary f3a�419 (Surety Sea[) Name of Finn BY (Individual Principal) Name of Partnership By: (Partner) Arazoza Brothers Coroora ion (Corporate Principal) Business Address 15901 SW 242 Street Homestead, F1 33031 BT Pr"int (Corporate Surety) Ohio Casualty Insurance Company Busineddress J:16 North Third Street (11 on, Ohio ,�. / er. Secretary a . ; ,; ur�ety���- Susan Bohm Attorney in -Fact (Surety shall provide evidence of signature authority, i.e., a certified copy of Power of Attorney.) NOTE tf both the Principal and Surety are Corporations, the respective Corporate Seals should be affixed and attached, and the following Certificate of Corporate Principal completed. r 0. 0 Bid Bid Bond COPY SECTION 2 BID FORMS 0 Sworn Statement on Public Entity Crimes 41 !i1 STATE ROAD AIA HISTORIC HIGHWAY LANDSCAPE ENHANCEMENT PROJECT TOWN OF GULF STREAM PALM BEACH COUNTY .Submitted on ���' 1� TOWN OF GULF STREAM Date GULF STREAM, FLORIDA By BIDDER'S NAME ARAZOZA BROTHERS CORPORATION 1. The undersigned, as Bidder, hereby declares that the only person or persons interested in the Bid as Principal or Principals is or are named herein and that no other person than herein mentioned has any interest in this Bid or in the Contract to be entered into; that this Bid is made without r connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. 2. The Bidder further declares that he has examined the site, or location, of the work and has informed himself fully in regard to all conditions pertaining to that place where the work is to be done; that he has examined the Drawings and Specifications for the work and contractual documents relative thereto, including but not limited to, the Request For Bids, Instructions to Bidders, Bid, Bid Bond, Swum Statement on Public Entity Crimes, Sample Contract, General and Supplemental Conditions, Technical Specifications, and the forms listed in Sections 2 & 3, and has read all of the provisions furnished prior to the opening of bids; and that he has satisfied himself relative to all work to be performed. 3. If this Bid is accepted, the undersigned Bidder agrees to complete all work under this Contract within 60 calendar days from the date established in the "Notice to Proceed with Contract Work." 4, In case of failure on the part of the Contractor to complete the work within the time fixed in the Contract, or any extension thereof granted, then the Contractor shall be liable to pay the Town not as a penalty but as liquidated damages, the sum of $250.00 for each calendar day that the work remains incomplete after the expiration of the time limit specified or any extension thereof, plus any monies which are paid by the Town to any other person, firm or corporation for services rendered for the preservation or completion of the work. Such monies shall be chargeable to the Contractor and shall be deducted from any monies due said Contractor, or if no money is due or the amount due is insufficient to cover the amount charged, then the Contractor and his Surety shall be liable for said amount 5. If this Bid is accepted, it is understood that the terms and conditions of the bid provisions and documents relative thereto, as hereinbefore stated in Paragraph 2, shall be binding upon the parties; however, the undersigned Bidder agrees, upon acceptance, to execute the aforementioned contract with Town of Gulf Stream as a written memorial and formalization of said Bid provisions and matters aph 2, together with necessary bo relative thereto, as set forth in Paragrrids and evidence of insurance (each bond equal to one hundred percent (100%) of the total Contract Bid), of which this Bid, Instructions to Bidders, General Conditions, Technical Specifications, and Drawings shall be made a part for the perfortnanc all equipment, machinery, tools, apparatus, transportation, tsupelrvisionto f' labor necessary and allmeans necessalry to construct and complete the work specified in this Bid and Contract and called for in the Drawings 42 Nil �I and in the manner to commence work within Thirty (30) consecutive calendar days after effective date of the "Notice to Proceed with Contract Work" from the Engineer, and to complete all contract work within the time specified in the Bid Form or pay for liquidated damages and cost of supervision for each calendar day in excess thereof according to the terms set forth in the Contract and �I Specifications. �I 6. Attached hereto is a cashiers check on the Bank of or approved Bid Bond for the sum of � a— , F E • �.Dollars ($ 3/ according to the conditions under instructions to Bidders and provisions therein. �I 7. The Bidder understands that this Bid does not constitute a contract with the Bidder. There is no official contract binding the parties until: (1) bids are reviewed and accepted by appointed staff; (2) the Contract has been approved by the appropriate level of authority within the Town; and (3) the �i Contract has been executed by both parties. 8. The undersigned agrees that, in case of failure on his part to execute and deliver the said �i Contract and the Bonds within fifteen (15) days after receipt of the Contract, the Bid Bond, or securities accompanying his Bid, shall be paid into the funds of Town of Gulf Stream, otherwise, the Bid Bond or securities accompanying this Bid shall be returned to the undersigned. �! 9. The Corporation, Partnership or Business name and signature of authorized Corporate Officer, Partner, or Individual making this Bid, together with the signature of the licensee qualifying Bidder, must appear on the signature page of this Bid. 10. The Bidder understands and agrees that he must perform all work necessary to complete the job as described in the Drawings and Specifications. Payment to the Contractor will be made only for the actual quantities of work performed and accepted or materials fumished in accordance with the Contract. All work and materials not specified under "Item Description" in the Bid shall be considered incidental to the Contract. 11. The undersigned Bidder hereby states that, in making his Bid, he has complied with Section 725.06, Florida Statutes (if that law is applicable to this project), by including in the prices listed above the specific consideration required by said law. 12. Both the Bidder and the licensee shall fill in the information below, pursuant to Chapter 489, Florida Statutes. Licensee is defined as the person who is the licensed Contractor who qualifies the bidding Company, Corporation or Partnership. If the Bidder is an individual, he must be licensed. (Please print or type, excluding signatures). 43 NAME: ARAZOZA BROTHERS CORPORATION PD �x aZy590, Pr nom} FL 33CCi2 ADDRESS: I CAQ I Sit? j:::jL � G 31 FEIN OR SOCIAL SECURITY NUMBER: LICENSE NUMBER: ,52 STATE OR COUNTY: LICENSE TYPE: c_xc LICENSE LIMITATIONS, IF ANY: /air r-t•arr- LICENSEE SIGNATW6&O;&YE-ROTH s oRgoRA N BIDDER'S NAME: �y BIDDER'S SIGNATURE, BY: BIDDER'S ADDRESS: t B!DDER'S PHONE NUMBER: ADDENDUM ACKNOWLEDGEMENT (if necessary The Bidder has received Addendum No. L_ dated 4 2:2-) 6`I6 The Bidder has received Addendum No. 2 dated 41 Z el -915 The Bidder has received Addendum No._ dated (If an INDIVIDUAL is Bidder, sign on this line. If doing business as another entity, (If a PARTNERSHIP is Bidder, fill in name of partnership, followed by the signature of the partner signing) 0 Address By: Partner Business Address of Business Address of Partnership Partnership (Names and Addresses of all Partners - attach a separate sheet if necessary) 44 , t=om 3_,031 ��I I (If a CORPORATION is Bidder, " fill in the name of the Corporation, followed by the signature of the President or Vice President. J !I J L 0 (IF BIDDER IS CORPORATION, AFFIX CORPORATE SEAL) Name of Corporation ARAZOZA BROTHERS CORpORATM President (�� �� Address of Corporation i o t 2-+'z S�� Organized under the Laws of the State of 4 lor ictc. , and authorized by the law to mat this Bid and perform all work and furnish materials and equipment required under It Contract Documents. CERTIFICATE AS TO CORPORATE PRINCIPAL t, A -I b0-+-1:47rozOM , cer��yfi{ tha I arp the Secretary of the Corporation named as principal in the within Bond; that f/1 A Fl,'uzuzr# , who signed the said Bond on behalf of the principal, was then President of said Corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said Corporation by authority of its governing body. Secretary 61!/{��,��' N(Corporate Seal) 0 0 45 BID SUMMARY BASE BID PLANTING TOTAL SHEET:L-1 2 Q1P , QC SHEET: L-2 � 3�3: CK SHEET: L-3- N , SHEET: L-4 i -fig , 00 SHEET: L-5 �` % 3- -7-"7 1 SHEET: L-6 �/� SHEET: MISCELLANEOUS �> i BID TOTAL: 2--0 113 1 y -11 ALTERNATE BID TOTAL: 2 �) I �- • Gt/ 47 TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT SHEET L-1 BID SHEET OTY BOTANICAL SIZE UNITCOST T�O�T�A(L, 120 HAMELIA PATENS -COMPACTA' #3 � 1 • Cli I�--1= �=--L 1 BRASSIA ACTINOPHLLA 8-10'X3-4'fULL X &10', 3 12" CAL. J1�L_ 11� 1Zc" ' 3 CONOCARPUS ERECTUS 14-16 t 3 BURSERA SIMARUBA 14-16 X 6, 3" CAL. C! G L ,<) . X5, 3" CAL. / I , B COCCOLOSA DIVERSIFOLIA 17 . 6 COCOS NUCIFERA MALAYAN 3' G.W. CURVED TRUNK L!c() (9-' ll ll�� LT Ct' 1 GRN. COCOS NUCIFERA MALAYAN 6 G.W. CURVED TRUNK L 4 5 GRN. COCOS NUCIFERA MALAYAN 10' G.W. CURVED TRUNK 1 I L•!`, � GRN.1 _�— Z� 1 I G �� t 1 CLUSEA ROSEA 6-8' X 4' . 24COCOLOBA UVIFERA #7 FULL 7 COCOLOBA UVIFERA 8' 6" C.T., 14'X 8'-r!, =J- 2 GELSEMIUM SEMPERVIRENS #3 FULL 329 HYMENOCALLIS LATIFOLIA #3 FULL T-- �} 1 JATROPHA 5-6' X 3' TREE TRIM _�- • t 1 6 LIVISTONA CHINENSIS 3' X 3' 1 LIVISTONA CHINENSIS 6 WD. Ll '-!a 64 MYRSINE GUTANENSIS #3 FULL 2 PYROSTEGIA IGNEA #3 FULL I L �� Ly1 ' 3 PONGAMIA PINNATA 12-14' X 6 I • LICH" 1 ACOELORRHAPHE WRIGHTII &AY xY0.A 16 SABAL PALMETTO 't 5 SABALPALMETTO 16-260.A.CURVED TRUNK ..Itv 14 THRINAX RADIATA 5• C.T. CURVED SC- 4, uCi• GD 4,810 SOFT. ASPHALT REMOVAL 1,620 Sq. FL STAUGUSTINE FLORITAM /1 Z 3.7• �o SOD SUB TOTAL BASE BID COST: $ ,� J - eJ D, 48 i TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT ALTERNATE BID PLANTING 3 COCOLOBAUVIFERA Ir6-C.T.,14'XT 2-c�V,M 78 MWENOCALLIS LATIFOLIA 83 FULL V, , a- --!5Q.2 1.00 100 HAMELIA PATENS #3 FULL (C , r15 L,9,7/5 d" 6 SABAL PALMETTO 1427 O.A. 10, w -)&1(J r 6D TOTAL ALTERNATE COST. S 215q2,010 49 If either party utilizes legal action, including appeals, to enforce this CONTRACT, the prevailing party shall be entitled to recover its reasonable attorney's fees and costs. 12. COMPLIANCE The CONTRACTOR, its employees, subcontractors or assigns, shall comply with all applicable federal, state, and local laws and regulations relating to the performance of this CONTRACT. The TOWN undertakes no duty to ensure such compliance, but will attempt to advise the CONTRACTOR, upon request as to such laws of which it has present knowledge. 13. INDEPENDENT CONTRACTOR The CONTRACTOR is an independent contractor and is not an employee or agent of the TOWN. Nothing in this CONTRACT shall be interpreted to establish any relationhip other than that of an independent contractor, between the TOWN AND THE CONTRACTOR, its employees, agents, subcontractors, or assigns, during or after the performance of this CONTRACT. The CONTRACTOR is free to provide similar services to others. 14. INTEGRATION This CONTRACT states the entire understanding between the parties and supersedes any written or oral representations, statements, negotiations, or agreements to the contrary. The CONTRACTOR recognizes that any representations, statements or negotiations made by the TOWN staff do not suffice to legally bind the TOWN in a contractual relationship unless they have been reduced to writing, approved and signed by an authorized TOWN representative. This CONTRACT, once properly executed, shall bind the parties, their assigns, and successors in interest. IN WITNESS WHEREOF, the parties hereto have set their hands and seals on the day, month and year first above written. ►h9a��ii:l�d�P►ti7[�i�lZ6 : ► ► � � Signed, sealed and delivered in the presence of: By: Witness Signature of Individual Witness Printed Name of Individual WHEN THE CONTRACTOR OPERATES UNDER A TRADE NAME Signed, sealed and delivered in the presence of: By: Individual Witness Name of Firm Witness Signature of WHEN THE CONTRACTOR IS A PARTNERSHIP Signed, sealed and delivered in the presence of: By: Witness Name of Firm Witness Partner WHEN THE CONTRACTOR IS A CORPORATION ATTEST: 42'rc t gr��-j,�✓5 �+.I�=r��c'- l�Wv'^-1" Secretary Name Corporation By:'" l n � Press lent 00 (CORPORATE SEAL) 741I TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT SHEET L-2 BID SHEET QTY BOTANICAL SIZE UNITCOST TOTAL 12 BOUGANVIILEA SPECTABILIS #3 FULL '7 1 COCOS NUCIFERA MALAYAN GRN. T G.W. CURVED TRUNK _gtyl L4 (0,W 2 COCOS NUCIFERA MALAYAN GRN. 10' G.W. CURVED TRUNK 1 // ' ��t.L ry� G �2 i.W 2 EPIPREMMUM AUREUM 8- BASK 24- RUNNERS ) -W I4/, GLI 2 FICUS RUBIGINOSA 12-14' X 6.2 lrZ CAL- 2,%�, oe) -50,,19. le) 7 HYLOCEREUS UNDATUS #3 FULL %0, i)) 70- OLS 1 LIVISTONA CHINENSIS 3'X3' 2S 0 Z!5, CQ 20 MANDEVILLA SPLENDENS #3 FULL i Z - a L Ll0 . 0 20 PYROSTEGIA IGNEA #3 FULL. OD 20 RHABOADEMIA BIFLORA 93 FULL 0. 0Q ! L0 . Co 5 SABAL PALMETTO A.CURVED //1,1� ro cyclooo TRUNK . 14 SERENOA REPENS'CINEREA' T X 3', FULL (�U 2'1310-0d 17 TRAJASMIC i13 FULL 60 !`l) /� JJ. x NOIDEPERMUM 8 THRINAX RADIATA S' C.T. CURVED 175 CATHARANTHUS ROSEUS 6- POT, FULL �i , SUB TOTAL BASE BID COST: $ 6/ ��/� tv .171 SHEET L-2 50 TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT 51 a SHEET LJ BID SHEET QTY BOTANICAL SIZE UNITCjOST TOTAL 14 AUSTRALIAN PINE SUPPLIED BY TOWN (� .1C1�� w , Lr0 382 ASYSTASIA GANGETICA #1 FULL IG 6 13URSERA SIMARUBA 14-18 X 8, 3- CAL //1•U�� 2 BURSERA SIMARUBA 10.17 X F. Z' CAL �)� ,L�-' �i�v�L� •'�� 1 CASSIA SURATTENSIS SBX4-S R)161 C,cl 11 10.17 X 8, 3' CAL p r (rf r 01) b `-jL. ECONOCARPUS RECTUS'SERICEA' —bo 66 CHRYSOBALANUS ICACO 93 FULL �C) I L4v, J� 8 COCOS NUCIFERA MALAYAN 8 G.W. CURVED TRUNK % CC,� (� /�',� CoL'-t ` GRN. 60 COCOLOBA UVIFERA #7 FULL .� /- nn %(�� , w v ClO 3 EPIPREMMUMAUREUM 8- BASK 24' RUNNERS •yl.' 58 FICUS MACROPHYLLA•GREEN #3 FULL L l r ISL' 112 FICUS NITIDA #3 FULL 750 HYMENOCALLIS LATIFOLIA #3 FULL 3 UVISTONA CHINENSIS 3•X3' V WD. / •���/, 11i� �.JG' vC� 2 UVISTONA CHINENSIS . 278 URIOPE #1 FULL .._�• SG �^/L�� 12 OCHROSIA ELLIPTICA 6A' FULL �L--L•r� 13 SABAL PALMETTO 16.28 OA.CURVED - �' Q�j r� TRUNK 8 SERENOAREPENS•CINEREK 7X3, FULL 461 �r �1 `" •/'y�/) 11 TERMINALIA CATAPPA 8 X 8/�, SUB TOTAL BASE BID COST: 3 7/ r JG SHEET L-3 51 a I I TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD Al LANDSCAPE ENHANCEMENT PROJECT SHEET L-4 BID SHEET Q.Y BOT N)CA 30 AUSTRALIAN PINE 22 ACALYPHA WILKESLkNA SUPPLIED BY TOWN BRASSIA ACTINOPHLLA BURS£RA SIMARUBA g COCOS NUCIFERA MALAYAN GRN. g COCOS NUCIFERA MALAYAN GRN. I COCOS NUCIFERA MALAYAN GRN. .{ FICUSAUREA 19 HYMENOCALUS LATIFOUA 6 UGUSTRUM RECURVAFODUM 1061 LIRIOPE 7 OCHROSIA ELLIPTICA 2158 RHOEO SPATHACEA 1 SABALPALMETfO 4 SABAL PALMETTO 1 SERENOA REPENVCINEREK 1 THRINAXRADIATA SIZE UNITCOS/ntT TOTAL JJ1� SUPPLIED BY TOWN '7. /J nG Y3 FULL 8-jor x3.9 FULL SPECIMEN 20-22)M, S• ���•% ���1'(.�� CAL 3' G.W. CURVED TRUNK g' O.W. CURVED TRUNK 1aa.W.CURVED TRUNK �j 23 /Y-=-? 13 FULL x e "' " 2. oD 12-14 z f1 FULL ls� 1^ FULL • ��'/ ...- cv #1 FULL 'G i4 -2X OA. 16.26' O.A.CURVED /ec 01) - /-cl. CSU TRUNK FULL 7 X T. S C.T. CURVED S L-C� oo SUBTOTAL BASE BID COST. SHEETL-4 53 -ay-add y0 recti 444 404 '7NI'7055tl aaFstd-h d yy- a �� TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT SHEET Ls BID SHEET CITY BOTANICAL SIZE UNITCOSTyy�� SUPPUEO BY TOWN IV %�TOO^TAL/�,/yt, ll� 91t`� 11 AUSTRALIAN PINE 19 ALPINA PURPURATA 07 FULL y �. 1i% 55� • CO 9 BRASSIAACTINOPHLLA S-10'X34'FULL �G L•' (`y� -�/0 'OD 7 BUCMA EUCERAS 1418 X 6.10',S 1R' CAL.��_jJ•U/J 47 CRINUM ASIATICUM 3' X T. 07 �l 1 . cV 6 CASSIA SURATTENSIS 5-6X4-7 �c-/V L7WILlf' 10 COCOS NUCIFERA MALAYAN 6 G.W. CURVED TRUNK (P/ av �J ORN. 6 CCOCOS NUCIFERA MALAYAN W O.W. CURVED TRUNK /RN./ I /',/•;,� `/ LV .C/� 6 CLUSEA ROSEA _ ,,.If 11 CORMA SESESTENA 11I7+ X 4S,OA. TREE [(!%' 14 COCOLOBA UVIFERA 66' C.T. 14' X S ^/�/,_/�O,,>> G , UD 31'WiC/. 1 COCOLOBA UVIFERA 6 X 4 FULL, TREE TRIM l�D•�1� I �D' �� 25 HYMENOCALLIS LATIFOLIA #3 FULL 77 HAMELIA PATENS t0 FULL 7 �O' ! S- / 3 UVISTONA CHINENSIS 3•X9" -2-�•� i�d 6 LMSTONA CHINENSIS VJD. 4,164 LIRIOPE t1 FULL �• � /� }moi', ��K7J2-, SZ) 30 LANTANA CAMARA /i FULL"�//—����y 4 OCHROSIA ELLIPTICA 6�6 FULL _w 4L' �,' w 1 ACOELORRHAPHE WRIGHTII &10'X4' /n /L/.� ,Q •U� 1 SABAL PALMETTO 14.22 O.A. 43 SABAL PALMETTO TRVNKA.CUILVED C.T. CURVED 6 THRINAX RADIATA S j'7L �J' SUBTOTAL BASE BID COST. S ��• ( -� SHEET LS 53 04/22/98 15:12 TX/RX N0.4267 P.006 C00•d SSC6'ON )M/X.L OI:6i 86/8Z/60 TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT 55 £e -d CBL9 LbL Lob '7NZ'7055tl L/3H5Iy-.821 wd b- H Ill 6- -2/dtl SHEET L-0 010 SHEET OTY 1B BOTANICAL CRINUMASIATICUM SIZE VX3'.M7 UNITCOST ±5,9. 66 TOTAL M '6�, B CASSIA SURATTENSIS /�'�'f E CONOCARPUS ERECTUS'SERICEA' 10.17 X B13' CAL 190, [v 2 COCOS NUCIFERA MALAYAN GRN. 3' O.W. CURVED TRUNK 1 COCOS NUCIFERA MALAYAN GRN. C G.W. CURVED TRUNK /-✓'� (rj (L�L� (fj� 1 HUCIFERAMALAYAH to O.W.CURVEDTRUNK 1,100--10 DI). (o) 3 cm CLUSEA ROSEA "X < /?U, 0j7 L� a 1 75 10 4 3 1740 1 615 13 COROIA SESESTENA CONOCARPUS ERECTUS HYMENOCALL IS LATIFOLIA HAMELIA PATENS JATROPHA LIVISTONA CHINENSIS LIRIOPE ACOELORRHAPHEWRIGHTO RHOEOSPATHACEA SABAL PALMETTO �1F71 X4810!. TREE O'0'C.T1 ItX of #3 FULL i3 FULL 5-w XVTREETRIM -3!X3' mi FULL &10'X4 ■1 FULL vf= O.A. /%J�n /00 2�'[/""= �•f --a)) LwG 'L''"�G l hol (,�.' G(.) n'�•�-'N) CC��I • J C1/ ��-��•�F) •�J 6e 4/�'/t+� �� / 21 1(v 14 6 SAEAL PALMETTO THRINAX RADIATA � OJLCURVEP SC.T. CURVED �lJ(1 • %i'1 •fir y/i �r� �/ � �I. CO f— /y Lr �, L7L•L.�, v SUB TOTAL BASE 010 COST: SHEET L-0 55 £e -d CBL9 LbL Lob '7NZ'7055tl L/3H5Iy-.821 wd b- H Ill 6- -2/dtl AAR-ll-JH WtJ W<�oy rr, RpY-FI SNER ASSOC� ZNC_ TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT MISCELLANEOUS ITEMS BID SHEET QTY BOTANICAL 407 747 029] P-07 SIZE UNfTCOST 40 HAND LABOR (WEEDING. HOURS PRUNING) PLANTING SOIL PER SPECS 32D SPLIT RAIL FENCE (MATCH LINEAR FT_ EXIST.) 200 BAHIA SEED LBS. 4707 PINE NEEDLES BALE 5 STUMP GRINDING • T.B.D. BAHIA SOD SQUARE FEET • T.B.D. ST.A000SnNE FLORITAM SOD SQUARE FEET I PANTED WOOD SIGN APPROXI. I7 X IS' I MAINTENANCE OF TRAFFIC • I OFF DUTY POLICE OFFICER TO SUPBRVISE TRAFFIC CONTROL MAINTENANCE OF TRAFFIC)PER ITEM ADDENDUM NO.1 REGARDING 1 MOBILIZATION. BONDS, INSURANCE 00 DAYS HAND WATERING. MAINTENANCE 1 INDEMNIFICATION SI OOm 510000 SUB TOTAL BASE BID COST: S f • COMIACtor tO supply unit PdCes for Installed malarial in the eveM they We necessary. EE 04/22/98 15:12 TX/RX NO.4267 P.007 TOTAL 10 all 41.5x0 .� �h2 C ' , -7 / -- _� ,LY: BGG CC W • I OFF DUTY POLICE OFFICER TO SUPBRVISE TRAFFIC CONTROL MAINTENANCE OF TRAFFIC)PER ITEM ADDENDUM NO.1 REGARDING 1 MOBILIZATION. BONDS, INSURANCE 00 DAYS HAND WATERING. MAINTENANCE 1 INDEMNIFICATION SI OOm 510000 SUB TOTAL BASE BID COST: S f • COMIACtor tO supply unit PdCes for Installed malarial in the eveM they We necessary. EE 04/22/98 15:12 TX/RX NO.4267 P.007 I J i 0 I r 0 11 D- a a 0 r 0 a SWORN STATEMENT UNDER 287.133(3)(A) FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES R: RUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER TO ADMINISTER OATHS. statement is submitted with Bid or Contract No. lira cc,c �Gn,c�. PrTrc or —ZThts swornstatement is submitted byA&M7hR T tRp M=mn11 lrt\ ry �[�Y�C1-c, �v�GS whose business address is Ir�� —<- gr applicable) Its Federal Employer Identification ntiscation Number (FEIN) its L S — 133 — Cf the entity has no FEIN, include the Social Security Number of the individual signing this swam statemenLSS* 2d 1'8`1-51+2:2- 3. My name is r� I } I'CLZ C and my relationship [please print name of Individual signing this imml to the entity named above is 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g) Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, Including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. S. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, In any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entry of plea of guilty or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1)A predecessor or successor of a person convicted of a public entity crime; or 2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facia case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The tern "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. W, ;,IMPORTANT: CONTRACTOR MUST COMMRPLETE THIS SECTION BEFORE SIGNING iFO '.8. Based on Information and belief, the statement which I have marked below is true in relation to the entit- lease indicate which statement applies.] submitting this sworn statement. [P V--- Neither the entity submitting this swam statement, or any officers, directors, executives, partne shareholders, employees, members, or agents who are active in management of the entity, nor any affilir of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executh partners, shareholders, employees, members, or agents who are active in management of the entity, o, affiliate of the entity has been charged with and convicted of a public entity crime subsequent to Jul 1989, AND [Please indicate which additional statement applies.] There has been a proceeding concerning the conviction before a hearing officer of the Sta Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. [Please attach a copy of the final order.] The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. [Please attach a copy of the final order.] The person or affiliate has not been placed on the convicted vendor list. [Please describe any action taken by or pending with the Department of General Services.] 1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. 1 ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFOR ATIO CO p TAINED IN THIS FORM. By: l/J [signature] Date: Sworn to and subscribed before me this day of 9 nlr Personally Known Notary Public - State of -4-1 cz�,- �� � Produced identification My commission expires (Type of identification) `r1� (Printed typed or stamped commissioned y name of notary) OFFICIA" ARY SEAL ROSEMARY FERRINO >'!Yf ARY PUBLIC STATE OF FLORIDA ' CONMLSSION NO. CCSSiar6 atY COAI�IISSIO'N IXP. NAY Zi,2000 10 59 so L 1 BID BOND COUNTY OF Dade RFB No. STATE OF FLORIDA KNOW ALL MEN BY THESE PRESENTS, that we Arazoza Brothers Corpora as Principal and Ohio C sualty Insurance Com anv , as Surety, are held and figly 'bound unto Town of Gulf Stream in the panel sum of dollars (r 5%ofAmount lawful money of the United States; for the payment of which sum, well and Bi truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severalty, firmly by these presents. THE CONDITION OF THE OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated April 30 , 19 98. for the Contract and Specifications. for the above - referenced Bid Number. WE NOW, THEREFORE, if the Principal shall not withdraw said Bid within eighty (80) days after date of if opening of the same and shall within fifteen (15) calendar days after the prescribed fortes are 731 presented to him for signature, enter into a written contract with the Town of Gulf Stream, in accordance with the Bid, as accepted, and shall give such bond or bonds as may be specified in the Bidding or Contract documents, with good and sufficient sureties, as may be required, for the faithful performance and proper fulfillment of such Contract, and for the payment of labor and supplies incurred in connection therewith, or in the event of the withdrawal of said Bid within the period specified, in the failure to enter into such Contract and give such bonds within the time specified, if the Principal shall pay the Town the difference between the amount specified in said Bid and the amount for which the Town may procure the required work and/or supplies, if the latter amount be in excess of the former, then the above obligations shall be void and of no effect, otherwise, to remain 111P11111 In full force and virtue. IN WITNESS WHEREOF, the above bound parties have executed this statement under their several seals this 30th day of April , 19 98, the name and corporate seal, if applicable, being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 12 :.d LI IF AN INDIVIDUAL, IN THE PRESENCE OF: By; (Witness) (Individual Principal) Business Address By: (Witness) (Individual Principal) Business Address IF A CORPORATION, ATTEST: WJ 004 (Corporate Seal) Arazoza Brothers Corporation (Corporate Principal) 15901 S.W. 242nd Street, Homestead, FL 33031 Business Address ATTEST: Ohl sualty In anV Company (Corporate Seal) 8y: ( orpOrate SUfef) 136 North Third Street Usiness AddreSS Hamilton, Ohio By: Resident Agent Susan Bohm 57 CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY HAMILTON, OHIO No 32-661 Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, in pursuance of authority granted by Article VI, Section 7 of the By -Laws of said Company, does hereby nominate, constitute and appoint Jeffrey L. Leggett or James F. Murphy or Susan Bohm or Shelly Moore of Sunrise, Florida its true and lawful agent (s) and attorney (s)in-fact, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCFS, not exceeding in any single instance SIX MILLION ($6,000,000.00 DOLLARS, excluding, however, any bond(s) or undcrtaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as Polly and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Hamilton. Ohio, in their own proper Persons. The authority granted hereunder supersedes arty previous authority heretofore granted the above named attorney(s)-in-fact. In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of the said The Ohio Casualty Insurance Company this 15th day of October, 1997. a Ilk .`SEAL' p - J a� c} ati� Sam Lawrence, Assistant Secretary STATE OF OHIO, COUNTY OF BUTLER On this 15th day of October, 1997 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Sam Lawrence, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY, to me personally know to he the individual and officer described in, and who executed the preceding instrument, and he acknowledge the execution of the same, and being by me duly mom deposeth and saith, that he is the officer of the Company aforesaid, and that the seat affxcd to the preceding inamment is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer wcre duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. M TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year fast above written. iow'k 1 's Notary Public in and for County of Butler, State of Ohio My Commission expires September 25, 2002. This power of attorney is granted under and by authority of Article VI, Section 7 of the By -Laws of the Company, adopted by its directors on April 2, 1954, extracts from which read: "ARTICLE VI" "Section 7. Appointment of Attomey-in-Fact, etc. The chairman of the board, the president, any vice-president, the secretary or any assistant secretary shall be and is hereby vested with full power and authority to appoint attorneys -in -fact for the purpose of signing the name of the Company as surety to, and to execute, attach the corporate seal, acknowledge and deliver any and all bonds, reeognbances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, "the official repr scutative thereof, or to any county or state, or any official board or boards of county or state, or the Untied States of America, or to any other political subdivision." This instrument is signed and scaled by facsimile as authorized by the following Resolution adopted by the directors of the Company on May 27, 1970: "RESOLVED that the signature of any office of the Company authorized by Article VI Section 7 of the by-laws to appoint attorneys in fact, the signature of the Secretary or any Assistant Secretary certifying to the correctness of any copy of a power of mtomey and the seal of the Company may be affixed by facsimile to any power of attomey or copy thereof issued on behalf of the Company. Such signatures and seal are hereby adopted by the Company as original signatures and seal, to be valid and binding upon the Company with the same force and effect as though manually affixed." CERTIFICATE I, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company, do hereby certify that the foregoing power of attorney, Article VI Section 7 of the by-laws of the Company and the above Resolution of in Board of Directors on: tme and correct copies and in full force a ec on is date. p' IN WITNESS WHEREOF, I have hereunto set my hand and the seal of the Company this day of �{,( A.D., 19 Y/'d �O OE-]JI 54300-CSG (12196) Assistant Secretary Arozozca taros., Corp. 15901 S.W. 242 Street, Homestead, Florida 33031 - (305) 246-3223 - Fax (305) 246-0481 Mailing address - P.O. Box 924890, Princeton, Florida 33092 Job Name: Historic highway State Road AIA Landscape Enhancement Proiect Water Shedule Following 4 Weeks 3 Times Per Week Following 4 Weeks 2 Times Per Week Last 2 Weeks Page 5 1 Time Per Week p.pR=22-9H �+ty n�:�� rn ,.u.—r •snc•a Addendum No.X Town of Gulf Stream State Road Al Historic Highway Landscape Enhancement Project Federal Aid Project No. Se -6427 W.P.I. No. 4118811 State Road Project No. 15723.00.10002 Construction Documents Index of Contents Addendum No. 1, Two Items, A -A 8 Pages Index of Attachments Revised Project Specifications April22, 1998 yTisher Associates, Mo. Landscape Architects 04/22/98 15:12 TX/RX 140.4267 P.002 qpR-22-99 LIED 02:37 PM ROY -FISHER ASSOC-INC- 0:_ Cft V1 1 _ ' • • ' 407 747 Q�ki� ADDENDUM NO. 1 TO Drawings and Project Specifications, dated March 2,1 998 for State Road AlA Historic Highway Landscape Enhancement Project. The Town of Gulf Stream, as prepared by Roy -Fisher Associates Inc. Tequesta, Florida. This Addendum shall hereby be and become a part of the Contract Documents the same as if originally bound thereto. The following clarifications, amendments, additions, deletions, revisions and modifications form a part of the Contract Documents and change the original documents only in a manner and to the extent stated. Receipt of this Addendum must be acknowledged by inserting its number and date on the Proposal Form Failure to do so may subject he bidder to disqualification. NOTE: Bidders are responsible for becoming familiar with every item of this Addendum. ( ITEM NO. 1 Revisions and clarifications and Revised Bid Sheets These changes are reflected in the following revised bid sheets: A. Include asphalt removal at the Bath and Tennis Club: 4,600 Sq. Ft. Additional Floritam sod for this area: 1,620 Sq. Ft. (Sheet 1,-1) B. Provide a small oval sign approximately 12" X I8". The sign is to be made of wood and painted white with black lettering with the words "Town Hall". Shop drawings must be provided for pre -approval by the Town Manager before installation. C. Add one additional Ligustrum tree, 12-14' X 6' in front of Villa D'este Condominium. Plant Ligustntm (a total of 6, 5 were previously specified) close to hedge, 2 Ligustrums between each existing Royal Palm. Final locations to be approved by the Landscape Architect. (Sheet L-4) D. Located at address 2918: There are three well heads that you must be very careful around. These are to be staked by the Owner prior to construction. (Sheet L-4) E. Located at address 1421: On both sides of the driveway, substitute Green Buttonwoods for the Black Olive (3) trees. (Sheet L-1) F. Located at address 3851: Substitute 1 Grcen Buttonwood for the Sea Grape. (Sheet L-6) G. Jamaica Square Condominiums: Remove 210 Sq.Ft. of asphalt from the right-of-way as shown on plan. (Sheet L-1) H. Located at address 3377: Plant 631 Liriope in the beds currently shown as Pine Needle beds. (Sheet L-5) 04/22/98 15:12 TX/ItX No.4267 P.003 APP -22 -96 WED 02:36 P11 R6V-FISHER Assoc.ZNC. 407 747 0291 P -0`.l. 14 THRINAXRADIATA 4.610 SOFT. ASPHALT REMOVAL 1.620 Sq. FL STAUGU$TINE FLORITAM SOD TRUNK 5' C.T. CURVED SUB TOTAL BASE BID COST: $ 48 TOYAL 04/22/98 15:12 TX/RX NO.4267 P.004 TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT S14EET L-1 BtD SHEET QTY BOTANICAL, SIZE UNITCOST 120 HMELIA PATENS'COMPACTA' 93 1 BRASSIA ACTINOPHLLA B-19 X 3-4' FULL 3 CONOCARPUS ERECTUS 14-16'X 0610', 3 Irl CAL. BURStRA 81MARUBA 14-1 B X 8',3- CAL. 8 COCCOLOBA DIVERSIFOLIA 12 X E. 3" CAL. 8 COCOS NUCIFERA MALAYAN 3' G.W. CURVED TRUNK ' GRN. 1 C00O3 NUCIFERA MALAYAN 6 G.W. CURVED TRUNK GAN. 5 C00O3 NUCIFERA MALAYAN 18' G.W. CURVED TRUNK GRN. 1 CLUSEA ROSEA B-8' X 4' 24 OOCOLOBA UVIFERA 07 FULL 7 COCOLOBA UVIFERA B' 6" C.T.. 14' X B' 2 GELSEMIUM SEMPERVIRENS #3 FULL 322 NYMENOCALLIS LATIFOLIA 03 FULL 1 JATROPHA 5-6 X TT REE TRIM 6 LMSTONA CHINENSIS 3'X3' 1 LMSTONACHINENSIS 5'WD. 84 MYRSINE GUTANENSIS #3 FULL 2 PYROSTEOIA IGNEA n FULL 3 PONCAMIA PINNATA 12.14' X E 1 ACOELORRHAPHE WRIGHTII 8-10'Xd 16 SABAL PALMETTO 1422 O.A. S SABALPALMETTO 18-27 O.A.CURVED 14 THRINAXRADIATA 4.610 SOFT. ASPHALT REMOVAL 1.620 Sq. FL STAUGU$TINE FLORITAM SOD TRUNK 5' C.T. CURVED SUB TOTAL BASE BID COST: $ 48 TOYAL 04/22/98 15:12 TX/RX NO.4267 P.004 qpp-22-99 LJID 022,39 PM ROY -FISHER ASSOC-INC_ 407 747 0201 Y_05 W TOTAL 04/22/98 15:12 TX/RX NO.4267 P.005 TOWN OF GULF STREAM HISTORIC HIGHWAY $TATE ROAD AIA LANDSCAPE ENHANCEMENT PROJECT SHEET L-4 BID SHEET OTY BOTANICAL SIZE UNITCOST 30 AUSTRALIAN PINE SUPPLIED BY TOWN 22 ACALYPHAWILKESIANA #3 FULL I BRASSIAACTINOPHLLA 81VX3.4'FULL 1 BURSERA SIMARUBA SPECIMEN 20.27 XS, 4 CAL C COCOS NUCIFERA MALAYAN 3' O.W. CURVED TRUNK GRN. 8 COCOS NUCIFERA MALAYAN B' O.W. CURVED TRUNK GRN. 1 COCOS NUCIFERA MALAYAN 1d G.W. CURVED TRUNK GRN. 4 FICUSAUREA Y3 19 HYMENOCALLIS LATIFOLIA 13 FULL 4 LIGUSYRUM RECURVAFOLIUM 12-14'X0' 1081 LIRIOPE 01 FULL 7 OCHROSIAELLIPTICA 64r FULL 2158 "CEO SPAYHACEA N1 FULL 1 SABAL PALMETTO 14-72 O.A. 4 SABAL PALMETTO 16Q6'0.A.CURVED TRUNK 1 SERENOA REPENS'CINEREA' 3'X3', FULL 1 THRINAXRADIATA SC.T. CURVED SUB TOTAL BASE BID COST: S SHEET L-1 W TOTAL 04/22/98 15:12 TX/RX NO.4267 P.005 " APP -22-90 WE�' 02-59 PM ROV-FISHER ASSOC.IHG_ 407 747 0203 P_06 TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD A1A LANDSCAPE ENHANCEMENT PROJECT SHEET L-5 BID SHEET OTY BOTANICAL 11 AUSTRALIAN PINE 19 ALPINA PURPURATA 3 DRASSIAACTINOPHLLA 7 BUCIDA DUCENAS 47 CRINUM ASUITICUM 5 CASSIA SURATTENSIS 10 COCOS NUCIFERA MALAYAN 30 ORN. a COCOS NUCIFERA MALAYAN 1 GRN. 0 CLUSEA ROSEA 11 CORDIASEDESTENA 14 COCOLODA UVIFERA 1 COCOLODAUVIFERA 25 HYMENOCALLIS LATIFOLIA 77 HAMELIA PATENS 3 LIVISTONA CHINENSIS 8 LMSTONA CHINENSIS 4.164 LIRIOPE 30 LANTANA CAMARA 4 OCHROSLA ELLIPTICA 1 ACOELORRHAPHEWRIGHTII 1 SABAL PALMETTO 43 SABAL PALMETTO 8 THRINAX RADIATA SIZE SUPPLIED BY TOWN N7 FULL 8-10' X 3-C FULL 1418' X 0" tf7, 3 1/Y CAL. 3'X3'.07 S -V X 45' 8' O.W. CURVEOTRUNK 1U O.W. CURVED TRUNK "Xd 10 -12X4 -5,0-A. TREE TRIM a'a-C.T,14X8' 8' X 4 FULL, TREE TRIM N3 FULL 03 FULL 3'X3' S WD. 01 FULL Xf FULL " FULL 8-1ax4 14.27 OA 10-26' OA.CURVED TRUNK S C.T. CURVED UNITCOST SUB TOTAL BASE BID COST: S SHEET LS 53 TOTAL 04/22/98 15:12 TX/RX N0.4267 P.006 qPR-22-99 WED 02=59 PM ROY -FISHER ASSOC.INC_ 407 747 0291 P-07 TOWN OF GULF STREAM HISTORIC HIGHWAY STATE ROAD Al LANDSCAPE ENHANCEMENT PROJECT MISCELLANEOUS ITEMS BID SHEET OTY BOTAMCAL SIZE UNITCOST TOTAL 40 HAND LABOR (WEEDING, HOURS PRUNING) PLANTING SOIL PER SPECS 32D SPUT RAIL FENCE (LATCH LINEAR FT. EXIST.) 200 BAHIA SEED LBS, 4707 PINE NEEDLES BALE 5 STUMP GRINDING • T.B.O. BAHIA SOD SQUARE FEET • T.B.D. ST. AUGUSTINE FLORITAM SOD SOVAREFEET 1 PAINTED W000 SIGN APPROX. 12'X 18' I MAINTENANCE OF TRAFFIC • 1 OFF DUTY POLICE OFFICERTO SUPERVISE TRAFFIC CONTROL (PER ITEM NO.Z, ADDENDUM NOA REGARDING MAINTENANCE OF TRAFFIC) 1 MOBILIZATION, BONDS, INSURANCE 00 DAYS HAND WATERING, MAINTENANCE 1 INDEMNIFICATION 5100.00 SI00.00 SUB TOTAL BASE BID COST: S Contractor to Supply unit prices tar Installed material In the event they aro necessary. P' 04/22/98 15:12 TX/RX N0.4267 P.007 AeR-22-99 WED 03=00 PM ROY -FISHER ASSoc-INC_ 407 747 0291 R-09 April 22, 1998 Town Technical $PeclGctltiorw for the of Gulf Stream - Landscape Enhancement Project Federal Aid Project No. SE -6427 W.P.1 No. 4118811 State Project No. 93060-3506 ITEM. NO.2 MA1NT R iANCF OF TRAFFIC �Secti<)n I - Qgncr2l 1.1 The CONTRACTOR shall be responsible for the proper maintenance control and detour of traffic in the arca of construction during the course of construction. All traffic control and maintenance procedures shall be in accordance with the requirements of FDOT Standard index No. 600, Section L02 of the "FDOT Standard Specifications for Road and Bridge Construction" dated 1991 (and all supplements thereto), Part VI of the Manual on Uniform Traffic Control Devices and thew Technical Provisions. R %fall he the CONTRACTOR'S responsibility as Bidder, prior to submitting his hid, to determine the amount of work required so that his Proposal reflects all costs to be. incurred including clearing and grubbing, necessary fill, suitable ruck base and asphaltic concrete for detour. No claims for additional payment will be considered for costs incurred in the proper mainwriancc, control, detour and protection of traffic and no extensions in Contract time will be granted due to this maintenance of traffic item. 1.2 Traffic shall be maintained at all times where practical and as more particularly specified hereinafter. No traffic shall be detoured without prior knowledge and approval of the ENGINEER and the respective traffic control agency having jurisdiction. No lane closures shall be allowed during peak travel hours as determined by the ENGINEER. The CONTRACTOR shall notify such agencies 48 hours prior to changing traffic patterns. 1.3 The CONTRACTOR shall keep the County and State, all law enforcement, are protection and ambulance agencies informed, in advance, of hie construction schedules, and shall notify all such agencies, forty-eight (48) hours in advance in ill,-- event heevent of detour or closure of any roadway. 1.4 All traffic control signs and devices, barricades, flashers and similar devices shall be furnished and maintained by the CONTRACTOR. 1.5 The CONTRACTOR shall provide the services of uniformed, off-duty police officers to supervise traffic: control and maintain safety along Elie routes of the work or at any other arca where his operation causes traffic congestion such that police supervision is required to protect the public safety and the work. page 101`2 04/22/98 15:12 TX/RX N0.4267 P.008 A qf--4-22-99 WED 03x00 PM ROY -FISHER Assoc -SNC- 407 747 0293 R-09 1.6 F�cavated or other muterial stored tidiacent to or partially upon a roadway pavement, shall be adequately marked for traffic and pedestrian surety at all times. Necessary access to adjacent property shall be provided at all times. 1.7 In the event the CONTRACTOR most detour or close off residential street traffic, he shall submit a plan (or field sketch) to the ENGINEER for approval depicting a method ofproviding one way operation or runaround detour route to the respective traffic agency having jurisdiction a minimum of live days prior to any street closing. RMO-VIV40137 mmommUFF49FUM, 2.1 The CONTRACTOR shall present his Maintenance of Traffic Plan at the Preconstruction Conference. Tbc Maintenance of Traffic Plan shall be in written form and include a minimum of four full sue sets ofplun set% which indicate the type and location of all signs, lights, barricados, striping and harriecc to be used for the safe Passage of pedestrians & vehicular traffic through the project and for the protection of the workmen. The plan will indicarc conditions and setups for each phase of the C'ONTRACTOR'S activities. 2.2 in no case may the CONTRACTOR hegira work until the Maintenance of Traffic Plan has been approved in writing by the ENGINEEP, Modifications must also be npprovcd in writing. Except in an emergency, no changes to the approved plan will he allowed until approval to change such plan has'bccn received. 2.3 The cost of all such work included in the Maintenance of Traffic Plan shall be included in the pay item for Maintenance of Traffic. 2.4 The CONTRACTOR shall be responsible for performing daily inspections, including weekends and holidays, with N13TM inspections at nighttime, of the installations on the project and replace all equipment and devices not conforming with the approved standards during that inspccrion. The EKOTNEER will be advised of the schedule of these inspections and be given the opportunity to join in the inspection as is deemed necessary. Section 3 - Barricades and Prptection of WtL 3.1 The CONTRACTQR shall protect his work throughout its length by [he erection of suitable barricades and handrails, where required. He shall further protect this work :It night by the maintenance of suitable lights, especially along or across thoroughfares. Wherever it is necessary to cross a public walk, he shall provide a suitable safe walkway with handrailings. He shall also comply with all laws or ordinanees covering the protection of such work and the safety measures to be employed therein. The CONTRACTOR shall carry out his work so as not to deny access to private property. All utility access manhole,, valves, fire hydrants and letter b Imes shall be kept accessible at all times. page 2of 2 04/22/98 15:12 TX/RX N0.4267 P.009 Z00'd 86E6 -0N XH/XJ. EE:TT 06/8Z/60 Addendum No. 2 Town of Gulf Stream State ]toad AIA historic Highway Landscape Enhancement Project Federal Aid Project No. Se -6427 W.P.1_ No, 4118811 State Road Project No. 15723.00.10002 Construction Documents Index of Contents Addendum No. 2, Five Items, 18 Pages Index of Attachments Revised Project Specifications April 28, 1998 Roy -Fisher Associates, Inc. Landscape Architects y4vz- Constance Roy -Fisher, President 6 r = T r ant 66 -BL -adz TOO'd 86EV*ON xu/xi Cull es/ez/eo ,2 • -F •0 ••V ADDEND'UMNO. 2 to Project Specification, dated April 27, 1998 for State Road AlA Historic Highway Landscape Enhancement Project, Town of Gulf Stream, as prepared by Roy -Fisher Associates Inc., Tequesta, Florida This addendum shall hereby be and become a par[ of the Contract Documents the same as if originally bound thereto. The following clarifications, amendments, additions, deletions, revisions and modifications form a part of the Contract Documents and change the original documents only in manner and to the extent stated. Receipt of this Addendum must be acknowledged by inserting its number and date on the Proposal form. Failure to do so may subject the bidder to disqualification. NOTE! Bidders are responsible for becoming familiar with every item of this Addendum. ITEM NO. 1 Required Contract Provisions for Federal Aid Construction Contracts I -XI[ (attached) These provisions supersede any conflicting provisions in original contract documents. ITEMNO. 2 DOT Wage Rate Table for Palm Beach County. Contractors must abide by these wage rates on this project and provide verification as required by FDOT. ITEMNO. 3 Clarification of Liquidated Damages. The project has ago period for installation followed by a 90 -day maintenance and watering period, Page 42 and 62 have mistakenly identified the installation period as 60 days. After the 90 -day installation period, the Landscape Architect and Engineer will certify the project for substantial completion. Should the project not be substantially complete, the liquidated damages outlined in the attached table will be applied. The 90-daY watering and maintenance period will begin only after the certification of Substantial Completion. ITEMNO. 4 Non -Collusion Contract Provisions (attached) These provisions supersede any conflicting provisions in original contract documents. ITEMNO. 5 Statement regarding Disadvantaged Business Participation (attached) Please note, there is no DBE participation requirement. 6r:rt 3x11 -B -NO 600'd BVEFON X21/X1 EE:TT BG/BZ/60 gTATE Of RORII?4 pF?A<Tl.(FNT 0$ Tk aNar00.TATb1H REQUIRED CONTRACT PROVISIONS FEDMtAIrAjD CONSTRUCTION CONTRACTS 1. The, oonon-r p,,aitma rlWl apply to all work Perfumed Ott the eomact by the Cram MwWT's worst org-elalioo and with the eatiNABOM of aorta:, under the-onwoor s Immedute a p-ri—A-noo and to W Work performmd oo the Comte" by Piecework. station work. OF by wbco tteet- 2. Erzept a o{b.0 AM PMvWd for in "Ch "Otram. iM oonnsror shag inset is asp mbwnaait all of *1 aypoinionc wormed La Weir R.,L&W Comma pt%, ; Om, sed iwnhW agMm their IOCU an to 'my , A tut orb-oe em , purchase order that MY in Rom b. made. The Requirad Contra' Provitiaoa .hail era be iow.Poraua by rmfesemcc in "Y uses- Tye prime Contractor Abell be m pon.ibtc for Compliance by any subaoMMmOr M loonor tiger euh[anVaaM tvhh corns Rtegvimd Contract pecrywoolI, 3. A 1,111h Of Ary of the 16F-hfiwa —hwd in Wes. Required conn,, provisions anon be wffiae.W ground$ fot-M`O`ti d r1,* r mwl- 4. A btMmb of me following dawr Of W. Paq�Comm"'. provisions natty .I.o bC gwtanda for d.barm m as pmridd in 29 CFR 5.121 S.ctfan 1. Paragraph 2: $.Cion IV. pAtagt+phs 1. 2, 3, 4, ad 7; Barnum V. para -alpha t .d 2a through 29. 5- p'.aptaa s{aing Om Of tba I.bor suado them R-as ds.c000 IV (•ac•P: Pn'SraPy S) .cod rattier V of f themeM p.drwd Comair prov{sioa Ahad no, be aol i,,, to W' dCPutCa d-oM of this wnmot. 5.1% di.p— Awtall be. teaelvd in t000pl.ote with the pton.dustadthe US. Dep&nmmscflabor (DDW u am 1129 CFR 5. 6, rad 7. Di+pmAa Wilda the ttwamng of this d•uAA i=Wde disputes bAtwwcm the Concrae or (or .oY of i.a aeb"Alfwlore) aed the .g ara,.,y. 0,, DOL, a the comragmr's ampkyeM m their mp aasmadvea. 6. StIMI A M Leber Doting the petformonw of this COOMa4L We o0n,m,lor shall twit Staaimtror agamot Labor ho m AMY Other bone. poeatasioo. or territory of rho Udwd Sawa (ckaept for uMpl.>imm prewataa for 1,02115n .Q-" 3 nOHTlRUC11ON-oris r.ee t of 10 poen f3s-otrvn CONaTAVCT01c -NM r.$• w of to Appg, aiaa Co mAC I, Whee applicable, as Apomfid in Amcbmam A). Or b. employ COO le, labor for •ny PO'poae wto iti the limits of the pmjeC un1eoe h is labor performed by Comvicu who Am on parolo, supervise ral.M, or probAMOL M NONP19CRlMIfIATION (ApplinbY to d Federal -aid ComtrUCdOft wntracu and to all ralaw M+baor macts of f 10.000 or more.) 1. Fgaal Fimlj'm,,A UPAS: Fquol employtnenc opportunity (F1cO) tequu.nrmts trot to Qiserimi[Cb sod w take .fErmrtivo --don to Autm.egod WpOlw,*'.s Cas fold' molar Laws, aam.tive order$, Ml ' mguWj,,,, (ZS CFR 39, 29 CFR 1630 AM 41 CFR 60) And olden of W e Swmaary OfLA, ea moi 8 by the ptoviliuns P=114fibd hcaein. And U,Toaaa ptotuam to 21 U.S.C. 140 '"ll m.a;*. rhes Pro and apalfic .flim"Ve action stAndards for the toMmC,Ot'a project activities under this Contract_ The Eq -1 Oppotomi0' Conwv-tlon Co.va-t Ope-:fimuau M fmmb ardar 41 CFR 611-4.3 $ad the Pt isiOoa of the American Dixbilides Act of 1990 (42 U.S.C. 12101 n seq.) set fotth uo6ec23 CFR 15 ed 29 CFR 1630 Aro WOMPO ANd by mf— I. this ..MmCt, in the enmlinen of this carr. -t, the 00torwl r *BMAI to comply with the following mmintum Woalfac r.q"irn,am activities of 6O: A. The wabaCtar will work with the Stab highway Agency (SHA) .d the Frenal Gowtia» n rerlyio3 ort EEO obiill"iom And io their mviv of his/her activider Wader the aoenca. b. 71. Con,aCx w�l ao.opa ea hm: operadvg policy the following mamosam: Alt u rhe pact' of this COMPao3' to $#vin that applicentA ara Amyl ". and Ihat empWoes are heated during tmMbymat. $tubes r.gnd w Weir r41% adu0 ; emp"T'nal r. ago or dl-. cmcnlGrY. Srseh upgrading, demotion, or rronafal r.crW{tntaoa or rarmttmwt Advardabrg: i•y ff or remained— twee Of PAY or om.r forme Of 000* opo": Aad adecaion for traintog. inabrling "PmO ieesh)p. pra.Pprattb.xahip, and/or anihA-Sa6 baielrOg Z_ CSO ONca. The CO,,m $tor will dmige A, .d make known w We SHA LreapomaadgrWffi be .I bja o m �?�*y'h-bW,w for dministaring aM pt an fictive cmovemor Program of EEO este who mum be aMiged sdegtuu Aodwtity and mapotxWllltY m do w. 3.D(4Maa+i- d of Ptttic7: All raambaW e Of - oomneor's auH Who an tuthorL" m hhe, MpertiM, prmrnae, and diwhscr apb.. y.., a< who reeatltm.od wet •-do. C, who aro atibrvantislly m imolyd le arch e2dW ot, Wb. male ftdly cpgeaant of. ud'wiR tntpleoem, the-aimregof f EEO Polioy . 4 C°eoe-Wl fe'p.- sbUl'Gsa o prmide EFA to .stet gtd_ and dAuiOs don Of nWj ymCnc. To wura that the above .gaeanse(A wW b* mal. dx fotlo ng ..bona will be terse M a Pa.!. A. Periodi. n.eAtlopl of ,,Pn i,, Y aM Pm000sl of(k. _� before Wa Cert of wort and thea rot lea amployw wdl be the corna.tor'a EEO OfuM Wen ovee Avery sit mmraha. N which titste policy sed !e itoplevlaFniort e'{0 h. teviAWe tad eaplaiod. 71u m.a,ep wilt ba 000duted by the EEO Offio.r. b. A3 nee srp.rvisory or Peravowl efic. employ.a Will b. grvan A tboowgh irdogrio.tion by Obi EEO OffiOet, covering Alt major EdUbit 1V-2 jbllgtliced Caatrart Pcovj-d- l 17udem-al Aid Ct711tri 4--2-5 ant es-ea-adti Age I. wPe+al ... ............................. I 1 Q. Nodi.eriminsriom .......................... 3 �. Nwoegregatd F.dlid.s ..................... ry. d WWWat Wage - _ - - - - - - - E PgrnnOt of PredoaarmmM. V. Staunterns ape Pay -1,$ ...................... Vl. ReeoN M Ma¢tia1A, Supplies, AM labae .......... 7 Vti, Sublatdng.x Aasl61a1a9 We CrmYaca.............. 7 7 VM. Safety: Aceidem Prev$N+on .............. — — 7 1X. Fico Swaemeno Coao.ming Highway Prgjmas ....... X. ImpLau,awtion of Ciao Air Act aM Federal WMA, Pollutlou Control An ........ I ....... _ .. g Xl. centfeation Regadlrrg D-h.reaAm. Suapcmrioo, b,dp3iLty. and Vnhrnt-7 Fsduaion ............. S xu. Canlfsmtion Regarding UM of Corsair Ftgd. fm byiggLob .......................... 10 ATTACHMENTS A. Employ w, pra(sa.oce for Appalachia Cewecn (,n,UWd {o Appalachian IOO"Crs only) 1. GENERAL 1. The, oonon-r p,,aitma rlWl apply to all work Perfumed Ott the eomact by the Cram MwWT's worst org-elalioo and with the eatiNABOM of aorta:, under the-onwoor s Immedute a p-ri—A-noo and to W Work performmd oo the Comte" by Piecework. station work. OF by wbco tteet- 2. Erzept a o{b.0 AM PMvWd for in "Ch "Otram. iM oonnsror shag inset is asp mbwnaait all of *1 aypoinionc wormed La Weir R.,L&W Comma pt%, ; Om, sed iwnhW agMm their IOCU an to 'my , A tut orb-oe em , purchase order that MY in Rom b. made. The Requirad Contra' Provitiaoa .hail era be iow.Poraua by rmfesemcc in "Y uses- Tye prime Contractor Abell be m pon.ibtc for Compliance by any subaoMMmOr M loonor tiger euh[anVaaM tvhh corns Rtegvimd Contract pecrywoolI, 3. A 1,111h Of Ary of the 16F-hfiwa —hwd in Wes. Required conn,, provisions anon be wffiae.W ground$ fot-M`O`ti d r1,* r mwl- 4. A btMmb of me following dawr Of W. Paq�Comm"'. provisions natty .I.o bC gwtanda for d.barm m as pmridd in 29 CFR 5.121 S.ctfan 1. Paragraph 2: $.Cion IV. pAtagt+phs 1. 2, 3, 4, ad 7; Barnum V. para -alpha t .d 2a through 29. 5- p'.aptaa s{aing Om Of tba I.bor suado them R-as ds.c000 IV (•ac•P: Pn'SraPy S) .cod rattier V of f themeM p.drwd Comair prov{sioa Ahad no, be aol i,,, to W' dCPutCa d-oM of this wnmot. 5.1% di.p— Awtall be. teaelvd in t000pl.ote with the pton.dustadthe US. Dep&nmmscflabor (DDW u am 1129 CFR 5. 6, rad 7. Di+pmAa Wilda the ttwamng of this d•uAA i=Wde disputes bAtwwcm the Concrae or (or .oY of i.a aeb"Alfwlore) aed the .g ara,.,y. 0,, DOL, a the comragmr's ampkyeM m their mp aasmadvea. 6. StIMI A M Leber Doting the petformonw of this COOMa4L We o0n,m,lor shall twit Staaimtror agamot Labor ho m AMY Other bone. poeatasioo. or territory of rho Udwd Sawa (ckaept for uMpl.>imm prewataa for 1,02115n .Q-" 3 nOHTlRUC11ON-oris r.ee t of 10 poen f3s-otrvn CONaTAVCT01c -NM r.$• w of to Appg, aiaa Co mAC I, Whee applicable, as Apomfid in Amcbmam A). Or b. employ COO le, labor for •ny PO'poae wto iti the limits of the pmjeC un1eoe h is labor performed by Comvicu who Am on parolo, supervise ral.M, or probAMOL M NONP19CRlMIfIATION (ApplinbY to d Federal -aid ComtrUCdOft wntracu and to all ralaw M+baor macts of f 10.000 or more.) 1. Fgaal Fimlj'm,,A UPAS: Fquol employtnenc opportunity (F1cO) tequu.nrmts trot to Qiserimi[Cb sod w take .fErmrtivo --don to Autm.egod WpOlw,*'.s Cas fold' molar Laws, aam.tive order$, Ml ' mguWj,,,, (ZS CFR 39, 29 CFR 1630 AM 41 CFR 60) And olden of W e Swmaary OfLA, ea moi 8 by the ptoviliuns P=114fibd hcaein. And U,Toaaa ptotuam to 21 U.S.C. 140 '"ll m.a;*. rhes Pro and apalfic .flim"Ve action stAndards for the toMmC,Ot'a project activities under this Contract_ The Eq -1 Oppotomi0' Conwv-tlon Co.va-t Ope-:fimuau M fmmb ardar 41 CFR 611-4.3 $ad the Pt isiOoa of the American Dixbilides Act of 1990 (42 U.S.C. 12101 n seq.) set fotth uo6ec23 CFR 15 ed 29 CFR 1630 Aro WOMPO ANd by mf— I. this ..MmCt, in the enmlinen of this carr. -t, the 00torwl r *BMAI to comply with the following mmintum Woalfac r.q"irn,am activities of 6O: A. The wabaCtar will work with the Stab highway Agency (SHA) .d the Frenal Gowtia» n rerlyio3 ort EEO obiill"iom And io their mviv of his/her activider Wader the aoenca. b. 71. Con,aCx w�l ao.opa ea hm: operadvg policy the following mamosam: Alt u rhe pact' of this COMPao3' to $#vin that applicentA ara Amyl ". and Ihat empWoes are heated during tmMbymat. $tubes r.gnd w Weir r41% adu0 ; emp"T'nal r. ago or dl-. cmcnlGrY. Srseh upgrading, demotion, or rronafal r.crW{tntaoa or rarmttmwt Advardabrg: i•y ff or remained— twee Of PAY or om.r forme Of 000* opo": Aad adecaion for traintog. inabrling "PmO ieesh)p. pra.Pprattb.xahip, and/or anihA-Sa6 baielrOg Z_ CSO ONca. The CO,,m $tor will dmige A, .d make known w We SHA LreapomaadgrWffi be .I bja o m �?�*y'h-bW,w for dministaring aM pt an fictive cmovemor Program of EEO este who mum be aMiged sdegtuu Aodwtity and mapotxWllltY m do w. 3.D(4Maa+i- d of Ptttic7: All raambaW e Of - oomneor's auH Who an tuthorL" m hhe, MpertiM, prmrnae, and diwhscr apb.. y.., a< who reeatltm.od wet •-do. C, who aro atibrvantislly m imolyd le arch e2dW ot, Wb. male ftdly cpgeaant of. ud'wiR tntpleoem, the-aimregof f EEO Polioy . 4 C°eoe-Wl fe'p.- sbUl'Gsa o prmide EFA to .stet gtd_ and dAuiOs don Of nWj ymCnc. To wura that the above .gaeanse(A wW b* mal. dx fotlo ng ..bona will be terse M a Pa.!. A. Periodi. n.eAtlopl of ,,Pn i,, Y aM Pm000sl of(k. _� before Wa Cert of wort and thea rot lea amployw wdl be the corna.tor'a EEO OfuM Wen ovee Avery sit mmraha. N which titste policy sed !e itoplevlaFniort e'{0 h. teviAWe tad eaplaiod. 71u m.a,ep wilt ba 000duted by the EEO Offio.r. b. A3 nee srp.rvisory or Peravowl efic. employ.a Will b. grvan A tboowgh irdogrio.tion by Obi EEO OffiOet, covering Alt major EdUbit 1V-2 jbllgtliced Caatrart Pcovj-d- l 17udem-al Aid Ct711tri 4--2-5 ant es-ea-adti S00'd BVC6'ON XII/X.L CUTT B6/BZ/60 ..Paas d the-omeauor's EEO obliydons wimin thirty days fallowing them tw0tting for dung with the co.rra<wr. A _ All personnel who -ra angagd in direct recrultttpn for the project will be m,,,ct-d by the EEO OfSAA, is the .oatr-ewf'a procdures for locating and hiring--a—rity g-•-rP amployses. A. Notices and posters caning forth the eonttactai s EEO policy win be placed in seas readily &-----able to "wi0yam, appgcan¢ for .Mlnymaot and pueNial employees. e. Theamrmaae'• EEO polity and the procedonea 10 wTlavrad such policy will be brought to the m=inion of "MI -years by mauls of .Oe inp, attpleyes hwdbon". or tuber apptopriete... e. R.crd>m.otr Wheel advettidng for etnpinye s, the eontracwr —w'i_n include In all adearascownta for "Jo,. the tnution: 'An F ^t Opportunity Employer,. MI such advertjsemmta will be pleced m pubfic.tiore hav(eg a Urge chVALKioe am.ag mjAofity gawps jn the aro' from which the pmjvct w"k to. would normally, be derived. .. The eomnetor will, ttstlas precluded by a valid 6-19-61[08 .gnsm rA, o,Ad" •Ys°'nVtle and direct reauieneel tbfeugh pub%* cad PA,ne employee plated sources likaly w yield quellrt d roinottry group -ppfcatn. To men tide togWnwem. the covtrsctor Will W-rdfy sourcas dp.mv-a1 atee ft g.arm amptayn a and earabilk with such idondfied souncva procedures whefebY odw itY group applicants nay he refer rnd to gra vecosetds for "V loye ni emuider-do0. b. In the even, the contractor has • valid bargaining sgtoeuMM p,A,W,Ay th, neenei, hhmg hag n(ertala, be is ecpoctd a obsw, - the provisions of that agreems s w the -a than the ayamm psntota the earYm.oi a on W liana with EEO contra. plwieiA,A, (The DOL has held that where bOldcnrvseatioa of suoh -gree Wnta have ma effe. of db,cfimio--ng aggi= minorities or w0dlen, Ax obligees the contractor b do be Pea. such trAWllrtY-mstion violate, Eseeudva Oder 112s*, as ... dad.) e. The non"Mr wjU encourage his present muploycea w raise Arni.redy g-O-Ap e'pPjjea•a for empbYanaot. Ltio,nrtioa std peoosdYrea with raged b mfwrbW mleoft ii,,,p applicants wig be discvxad wim so-ployhas. 5. Penteeed Acdove: Wages, w"kinL conditions, and ctnPloy" beoe&a shall be esablWsod sod admivlscerad, and P- .Aad 0-0om of Array typs, baclu1611 bui09. dpgedini. prnnotloO. eLnsfor, "-mod"' layoff, and rareniution, shall be taken without regard to race, col". nhgioe, sat, senaul origin, tai° " dls-bnhy- 764 feilnsrl.i procedures Shan be fogowed: a. Tha connector will <Oruden ischodle bupeetiOM Of pmjoCt titan o :ova mit wortlas C.edidom amevWloye- &eilie-a do an uWlosre d'rs.imminry uvatmaat ofprvioct ria P.raomel. h. 7be aOo"a will periodically evaloam to apnad of wages paid Within each .1",ifiesAn. w d*rermm ins Arty "idve of disnritdoatotY wags Pnedces. A. The .otlnct" wW periodiagy rvkA- selected Pesonoal "now in depth an deemaa wain., mese Is amidases of dh.i t;*C- Where avidsoca is found. the ACMSAmr will PrOmPdY take oofecdve actino. If den nay'sd " -oaus that he diwrimi.tim my —erd beyond the scrims revlewN, weh atneetiva *.ion AMU i.wl-d- tag .ff-eted pmsore. d. The Contractor will Pr"Vtly idvarlg.ta All ooL I— of .11,14 diaerimilWioo made to the coorfseter 61 connection with his ObTipdms tales rids contract, will snemPt In rwwlve surh ew4laidtsf Led will etc-pl.,,ba s co.rectivv -aim within . rea.bi- elms. If the-needLarlOe jodlnras that the disaiwiCedOn nay Lfbea Persons other thin the eompl.iad, -Oh oemative seri.. tag inelud. aAh SOgtt S]SAI>Yt CONY/%UCTIOM • h11N P'.2"10 oma, parsons. Upon conrpt ri.. of each inre.tisadon, the contrast" m will [dorm. dorawry <ompl.iA a& of all d his eveoues Ofappeal. 6. Traidat end Protoodmn .. The eO.a..®y wig asset in l0esting, quadfyist' end leenashW the stills of minority JAWP and woman -mployeea. and &"UA`Aas tiny empl.youm. b. Consirent with the enwncte,- s work force requirements and As panniseible Anda, Federal and State regulaliotu. the eo0n.ctef shall oaks fug .w of naidieg progntns, i.e., appreN't"ship, and on-Yheyob training programs f" the geographical area of contract Performance. when fsea.". 15 Percent ef.pprann<ca"trainees In each occup-d.o shall be in Noir first year of Appnndeaeh-p or traudng. In the .mem - special pmvisiw for traitieg is provided under this cones". this .abpas.yn-ph will be suV..dsd ss iodlcasad in the spari-i provivM- a. The contactor will advise rn>ploym std app ^..... for employmers d.vuLble u-ieilug Programs cad ..trance requjramena for each. d. The contm for will petiodiWlY revisw the miaieg and promotion panda of-jectity group end worm,, a Ploys -a add will enoanrag. eligible sat PlAyee, to apply for sura raining sod promotion. 7. Unions: if the convector tells, in whole or in paR upon unions AS a source of employ.. the coelnotor will caw hia)ha best -lions to obtain the ONVC116011 of welt unions w 'Acral* OPPOrtrmhies for U*Wf%y imtspe -std women within the Y.-0dar and in effect rofert.l. by ouch Anions of mimriq. std fmaln employees. A.Itms by the Oorpaewrahher dire<dy"mroupu • eoNrsetoe, aNOelation acting as agent will include the procvdutas set fords bsiow_ n. Th, e,e,,=r w(1( sue beat eNarts TO d -el -P, in .00pmadoo with Ula enlom. jet. Atioing programs a-msd weed Salifying -sora trdeor'sy geeup menm.rs and women for memb-+ship in Its unions and increasing lint e4nM of admotiW glwp cmploy— and wNmm en OW they trey quefify fee %-Sher peyi-h "V lOYn-m. b. 'rhe A Ae,,,ar will Ale bast afforts An iftp .P bfiO Cj.us. yyn aLdo Arced Agreemert to the and that "Ach un -on will be eontraeiu.Uy bound m re&r npplicantsi without regard w them race. color. religion, sea. agonal odghr, ria or disabl(1ty- e. The eonnrxor is w nbuin infenadon AS to the mferral practices sAd policies of the lab" union m..M nut w the anent sash jofo- dos is .*,than the A,c4Asive po-saasjon of the labor union end e nit labor nim rrlu.es to hangsh such isfoe.utich w the c"wscmr. N menwmor t ail an e,City w the SHA .rad -bell sin ionh what -ffotta heves base rade w obtain Much inforAIA1100. d- fi the.r.A ttu Umbo h uabN w yravWa tlu CCetraewr with s naaoubla flow of ndwlity And woven referrals within the inn trait set forth in she collective bargdmng -gAssmo=4 the eamncror "rale lh o gh Wel-Vendast nerA" I efforts- (sill me enggeyrtsmt v.urrjs widow ngatd to race, color. rhllegor seg, national origin, agc or t isabililY: t .ki" fag effttsa w obtain q"IM d and/or quel-fabl- mj.°tb Zr& P papa •rad woman. (Tba DOL has held that it A ALI be 00 .=AAA that no union with which the oonen cior hes - mi}sctive b-rga(niog sgeemtad pmidt g for e.clusive rvfcl at failed to refer amnoli0, ioyes) In the avast the union r-farr.l Maim P,•vass the connects, fine, mmdng the obbg.ioa perswn w Ex -sub- Oder 1124d. as aamd-d, and these-paei-I ptov-risme such conn r a%afl jrwnadlataly notify the SHA. t. S.l tion of Seb.*.ssanors. PsocAur net of Maeeriek and r .1.e or Egmpasaa(: The aentncwr shall rot mscrimjMe An the S' ds dace, cow, nggion. P., national orwn. or or di bUVY to the edredAA and rsueGoft of subcontractors. i.eltdbuL P—`trAth•nn Of Edtiblt IV -2-1 Required Coneraet Pnoyisifns Federal Aid GxlCracts fs-7.-6 N3HS f d—A id Wty OL= r v 3n -L ss—ez—adv 0 900'd 86C6'ON XTl/X.L nvretials and West of -quipmem. CETT 86/8Z/60 e. Th. eoau.eto - awl D.dfy all Pote.ttn subea•varaa" ano wpplian of Wollner EFA oblisati.m under this cooaam. b. Disedv.teegd b -ti— ootsryrue, (DBE). a. dafi.ad's 49 CFR 23, shall have equal Opportunity compete fur and perfo rat cubcpmracu —buds the avtensc or aaers iter, pursuers m this cornea. 7b. eanm-a*s will "his hen.ffcm, to when bid. from sed m ori " DBE sobaOmtaapre or subcontractor, with meaningful �nty ! �? and 1511111"greaepalion -MOO9 their '"toyau. eblaie lira of DBE mmamCd.. firent III SHA pR.eGnal. c. The ootnpmr wJH tate bis benaflt m eow,re .ubeonuacmr compliance With their EEO obUptfoes- 9. iterotds caul Rcprcwks: Tho, commerce stall keep such records as nsc-aary W dos OIC43t aompba04e with the EEO requ'vemeNe. Such recorde hall be rewind for a period Of thaea yeah Nlowhq completion of the contract wads; dc� be a,.itu bl. fa a0 SHA and th- times e ilp WA- fnrituyeaiooMcurt-' mpma .. Th. rsc rd. kept by the eocenctu dull document the fallowing: (1) The combo, of a ncrity sed m,-,jwnty group membarc and w,meo employed in cash work eiasdficstiOa no the proja" Cq The Progress And affoma being male i4 COOPantim wish union', what applicable, to loctease ampldymeta oppottumdes for m morah"'Ad was aai (3) The progress and efforts being male in Ioctlivj. b6irg, Uft—g, Wafifyi.g, rod upgrdittg m 1iW .ed faaahe McPlOYces: ad (4) Th, pmjI ad effort being mdc 1n aewrmg the earvle" *fj)RE wbeco aetom or aubtorueacrots w(dt meavioghq minority and finale mom anatlon among their e-PLOYre. b, 71s W mM,,on will submit an acwl np«t w the SHA ash Jury for ma 1Wntico of the ptojxt. Idiabrg the aumber of micoritya w,,". and cot! -minority group employer. tae"-m1y eagagd w each wort ajauieation mquirad by the octet— Work- Tbis information's to be mile rNd m Foam PR -1391. if a -tbe-jab naming is bmg loVind by W'5'1 provision, the comecwr w0t be -q-6-d w -111100E ed report training data. W. N01g5EGRE.GATEDFACUXlI (Applicable m all Fedemlold coristMehon, coaaectc .ad W "I rebated subcontracts of SWAM or mote') a. By a bmitsic. of this bid, the =-ud— of thls comet W aab-omm-t, or tla coaaummauon of this mecuki supply ab^Ameet or purdase order. as appropriate. .oatna app � bidder. oalY""-Joe' eappropte -.11s.a that the firm does ua maitaaW eat Provide for 6o, bmployeis any sagtegesd fKllitiee ri say of Ica eatablidrmaab, cad that rate farm does not perch bJ ar ployesa to prfmm their aarrimf N any (eratian, under ka coovnl, wham satregatd Gcird. are 04jo dsed. TL- (ora agrees tha•breach of this ccni6ratm is • vioWi°a of the EEO p'°1iJ1OOs of if, "MMOE- Th, Ano forth..erfrfi. dst m employee pada be deOld atteM m adequate fAcUl its ce the bet's of seg of d(abd`Ey. b. Aa used in Ari.--ttiGatimu. duet as,m '»grKAad iwTulas' ntoana any waiting rut,", work agar. raahomw and waahro0me. raataumma and other eat4K alta. US"d-cls. Inck.r rooms, sed araer stOre" a dee-ing -tees. pahing Wta, drmtieg fouOhmi. ""Ta loo a entvewl nierc areas. uutsporudd oe, abowing fadWc.e Pm"rid.d for gmplpy.cs whuch am segregated by n>Wlkit dir.¢dse, or are. is (aft, rant S+SQ1U39 COH"RUG110W -Dila, r"3d19 mtf,eCatd on the baric of rAce, color. religion, ut.donal otijI cape or dlubilisy. because of habit, local <ursan, or otherwise. The Only escemi.. +ill be for the dlaabled when tee demands for accessibility o.rnide (e.g. 14.1aid Parking). e. "ria, cOema f Agrees that it has Obtained or will obtain id.614 ceaidcadon bum proposed wbczatzscWty Of matari-1 s-ppl3en pd,, ro aa.Ard ofewboMEWCAs aconsummation of mner"'supply agm+ meas of 510,000 or oro" and thel is will mtam Such ses "fle"Oom In he file.. IV. PAYMENT OF PRFLEIELd&NED hIINVEII WAGE (Applicable to an F.deneFeid ooamruc C� ntracued ori madweD0 Wd so w all related subcortrecta. "ovt )sea eUsatfiad ea local coed. or rural minor -*((Nota. which am A+entpt.) I. General: t At mechanics and Ib.— employed or —klDg upon the site Of the work will Ix paid uncouditiOnally and cot lets often than Neo - u.ek ed wehoui oulneq c dedwdon or rebate on arty accou. (aeept such payroll riduclioOs a- ate ptHe'"d by mitulatiortt (29 CFR 3) issued by the Secretary of labor under the Copelad Act (40 U.A.C. 276c) the fun amounts of wages and bola fide fringe benefits (or cash cquivalmu thereof) due at Uma Of PaYmeet_ The payment tbell be computed at wage rarae trot less Eh.. thoae ccwart d W the wage denermiratioa of the Secreary of Labor (hereinafter 'the wage demtminatioo') whiab is attached hereto ad Dude a part h-mOf, ,Ws dlas of any Wmtaebw relationship which rtaay be alleged m etiat batweaa Int- rommaor or As subco°anctm and Nch'share" and raechar,ia. Th, wage daamlmstion Cind.4i g any additiosW cUsesca"iu, and wage W..oef -cad under paragraph 2 of this Soticn IV ad Ute IDOL POOef (VVH-1321) of Farm PHWA-1495) "I be pared at aid times by Ore coeturs Or am uta aubmmmetots at the rate of ilr wmk in a Pagteurer ad __,Able piA•a where it an be assaly ion by the wMion• Forth-ptnpoec of this Sacdoa. owaaibut-1—made a. tea.dAy a.1i ipai d fed baa dde [ting- benefits undo Swdoa t(bW) of the Davfe�a Au (40 OS.C. 2760 on beh-W of Isbeeen Mm, am tmmW."d wall" paid m Such l3barrn O16of ea�jjaau b-proebatom of Sstioe N. p.u.gnp theptopom of gt's gekly period c no, 1,,, oft sande or anter y) un e fpr mots thaw • wally period (bur rot less aAan Utes quarterly) oder plans, Vie, I ProlI whish co-er the Panticuur weeldy period, am deemed ro be *°mvtufUvab' made or inartmd during such weekly peifod_ Sado $j,,mM and machoics chall be paid the Appropriate wage mra ed &.8.11 or, the .1. desamdatiOn for the cl usificAtion of work acaaally Park__A. witheta "Card w skill. ""apt as ptov(ded in pangraphe d and 5 of this Section Tv - b. 1-6016111 or mechanics performing atonic in mom taw oea alasAfication may be compeluetd at the r rpeclfid for e.eb .Lssidati0o for the ime ..wally worked tbwoLf Pmvidd, Ella the amploy-es payroll records accurately set Pooh the tiros spam in each cl"ficatioa in which work is perfimoad. e. All MIM P"d baerysrafiooa of the DavifeA.oa Aa 444 repand area 0mnained i.29 CFR 1. 3. wand 5 are !acro incotpo"td by tefi3emm in thi. contract. 2. CkviFa.ntiaer s. The SHA wntmnirtg off"r 41411 "qulm that Amy ebse of labemPE a Wechanim employed under the contract. which is not Baud ie the wage drermWnion, shall be classified in conformance with the wage dr.rmiratlOn. b. The fomntdag _Ricer abed, appmve an additional clAaibeadon, wage rate ad fringe beeefra 007 rhea the following criteria hale beer, met: }5drilb.t IY-2-1 Iiacit:� Gcr=a�-- Awisd.tx3s Fedafal Aid CWUWts 4-277 caeca-� eta>m s,i 1tab -DNI'OOSSC :J 3115Id— TC 1 as—ez—MdW 5 L00'd 06E6'ON HAI EE:Ti 96/BZ/60 [:1 (1) the nark w be psrformad by the sddi-io W cLssificalion mgmuw is rase performed by a cbui4ution in the wase deseratinataoa G) the additional classification is utilized !n the suss by We eoaaoM(aB ipduary; (3) the proposed wage We. imlading may how fide fringe benefits, hear a reesonabia relationship W the wage ratss contained )e theweaa deeetadeation; -d (e) with Respect an helpan as defined in Sectim IVA(e). Cohan such • tdamrcecatton prevans In the arc. (n which the work is perforated. e_ if it. adaenor Or-ubconir.ccra. as appropriate, the leboran and medanics (ifkmwra to be rmproyd in the additional cl,aaifi,ation or their nyteseauuves. and the connctiag ufficcr -gree as the clw fiesdoe and wag, ram (including the amount designated fur frinta bmidirs whiz appropriate), • report of the motion taken sM8 be sent by me eanserring officer to the DOL. Admhdatrator of the W -g- and Hour Division, Empiaymem Standards AdRJ6aa,tion. W.chhigWa, D.C. 20210. The Wage and Hae Adtniaistramf, or an authorized trprereatativ0. win appswa, modify. or dimapptave every edditioe.i clastifiulion cdo, within 30 days of recelpt and so dews dna ootnu6tg am. a will rctiy the co ruscfmp oflic it within the 3040 period sus edAdOftal ti,tm (a .ece-s-ry. d. In the event the oamraaor or subcontract., u' -Ft Gam. is laboam or pmeManic. W be aaaployil in the mddhio.-I clmulficalbn Or their repra.eontivia. and the contacting officer do Oct agree on the proposed cr...iGeatlm cad wage Our Oncardiag rbc somoura designated rorbrietabacAll. wane mprWrisn), the caonscting Officer -lull refer the queatione. including the views of All iamwtd patties sed the recommendadae of die oawmniag am.. to the Wage end Hour Admletiru,Rr for afetefminslion. Said Adadairwlor. or an authorized apteteataiiva, wW ice a daefroinarion within 30 days of receipt and w adviss the eoaneedrts oK. or win natiy dna coniar cdog offs. within the 30-d.y period that Additional time is necessary e. Tom wag- was fiaaludiug frsap bwncfi4 where AMMprWW) dNermiaed puraaam w paragraph 20 or 2d of this Section N shall be paid Wag wakes prrfnectiag wort is theadditional el.34111ce ion hooa the fits day on which work is periumad in the classification. 3. ![peseta of Fringe BaaMisn A. Whenever the wniawm wag. rate prescribed in the Contract lb, a class of uburcrs ar rna.ehanies laabrdea • frier, bmhatfit walak is as aspnaed as an haft rate, the convector w subcamilabetilift, V •pproprimw. .hell either pay m, beam[(, sa sated in the wage deloR,rmtioo or abet pay mama" Iwem fide fringe bmosfii or m busily ass equivalent diarvaf. b. M the eanu.esor or subcoaxsaor, u appropriate, does nos aisle paymcR a M , trustee Or ahr+ thud perem, he/she may Consider ss ■ pert of the wage. of any Isomer or mceftade the amwm of may Rasa reaansbiy ..fi.ip.t&d in pmviding boom fide £tinge beaefila under . plot M program, provided. dila Ne Seerersry, of Leber hart found. upm N, written roque', of gas eamr.aor, that the appliab)e oaoderd. of the D,bacen An have been nes. The Secretary of Labor asy require the spmemr s eat .side is a ssp.rlse acconnt suet. for Ne no"tim Of obligations under the plan or Program. a. AppRmtkei god TasRa (IRugraats of the US. DOU mrd Helpers, a. Apprentices' (1) Apprentieat will he pertmtud to wort at Iran them the pfadeesrmltad taro for the work they parfornnd -luta iluy are crop!%d Fa W !3-0[0!9 CVNSraVCr10N- foo r.ms m of to ourruant m and individually replaard in • bons fide cppr.micethtp program registered with the DOL. Fmpleytnam and Training Adndrdsuaerm. Bureau of Appnneic.thip am Training... with. a.ne apprardiceship agency recognised by Ina Bureau. or if a perado Is employed in his/her fills 90 days of prob-tioary emPloyuxM •s an app,minie. in e.h an apprmlnadtip program. who is ON individusiy regisierod in the program, but who has been ecrtifid by the Bureau of Apprenticeship sad Traiaior or • State apprem e -111P -ferry (when appropriYc) m b<ellgibla for probationarY employrnad as •a apprendoa. Q) The atlotnbb rni, of epph.ad<w wjouraeym-a-lana! "toy.. oa the job sire in any enfi classification shell not be greater than the ratio pertniued to the connector es M the entire work force under the rcgirtwed program. Any errgtleyea )load an • payroll mi Co apprentice wage rate, -be u not tngiarered or mhemin employd as stated above, sb-11 be paid net Ices than tM app0oable wage rare futad in the weirs dM'.ainaaiaa for the dastilicudm of work actually parfoamd. W add -cion, any o ppropice perf ucridng -ark cin the job ads in e,eate of tae ratio permitted under the rogiuered program shall be Amidriot ire bao th-ppbc-ble wigs rate a. the wage deearminauon for the work aem-Ily perforated. Where . wmrie,.r or subcoatragta is pcfvnr®g connotation an a projma in a localgry otter than that in which its program is nyhEesad, the ratios and wage rails (expressed in paeeeugss of the joumeymamlevel handy nu) specified in the eoomcmr's or mbmovmmr's registered program "I be ol,.rvd. (3) Every apprentice must be paid at nm las than the rata aps¢iGed w the reyisr.e/ program for dr rpPnrid.' 'c Ire! of prepnu. nxpraa°d u • pereattage t>f dlejoureeywwlev.I boury rata apacifud in the epplicible wage determinatio0. Apprentices -ban be paid fringe Wrtciu in maoadarc-WWr nbm P a e oat of dna -pprenticediip program. lithe appnea iocudi, program does rot specify fringe barwfits. -pp - de. tufo be paid the fan aatonat of h(nge bmsef lm tiered .n sire wage dssowo-tion for the applicmhM elassi5atlon. If thm Adndnistt+so. fee dna W.ge and How Division dounalinee that a different practice pravaJa foe the applicable apprL,"bh"d,,, fat(^Ess than be paid in aawNaacs with that MteemioRian- (d) in the ersru the Curemu of Apprialu edhip and Trataieg. or • Slate yprepairaaa+p +fancy recognized by she Bureau, wit draws approval of an spptmdeeddi, program. the Cortactor or wbeose.eaor will n0 ;,eget be pamio,d re rallna apprentices at lass then the eppl,cable. prdcarmsud taro for the Comparable work perforated by regular atgdeyeec umil ma ."table, program is appmvd. It. Traiaass: (D Exempt as provided in 29 CFA 5.16, tn(tteae will eon be permmd m work N lnea then the p,daraadswd Our fix the work performed nor.ss they era eerployd prmau W sad 1n4111duellY Mgitaaed in a program wbfeb has rocnived prior approval. tvidenad by formal cseific.6. by the DOL. Eaaploymae and Training Manieisacrim. (2) The ratio of Reuters w jahmeyramn-levet employees an ,,.job she Ghat sot be gaeVmr it. permitted under the plan apprmnd by doe Empcymem end Training Administration. Any aMIGY" Bsud mire pq'ron at .frames rate who is not Mortared sed participating in a yussag pYn rppray.d by the Eaploynaa t and Training Adminimetien shell be paid not le.. Umul the a(spliabk wags rate On rhe wage dcacrtnl- 0.[ion for the dsstbntlm Of wash Actually performed. in "Ilion, any us aria pe.(aviiag week m Ne job it. in ofessa of the ratio permitted under the registered program s1Wl be pard sat lest than do. spplis:ible wage rats an the wage datesnmnatie. for r work aoni&V perfoemd. (3) E�isry mi. man be paid At tat leu Nue the rub specified is eine approved program for hlNemr leve) of PMS - expressed as a pereem.ge of thejouM.y,wa-level houNy me specified in the appik.W. wag. determination- Tnirwee shut be paid ping. buse>Snm .- with Nm proviaione of the Nim program. If the 4'2-8 ressa , a.y /ass. -pN [ -0055tl L HS f d—AOL Wtl L= r r an -L B6—BL—Ldtl B00'd 84ED'ON XTi/XL EE:TT B6/BZ/6O traioesprogram dc_ rot menthe flag. bmefnl, tra'mees rhW be paid Me fill aa,sua aftiane berofite [load on the wage deaerminadon unless Me Admidwawr of the Wage and Hour t7i Wrr dean®.a War ,ban W .a apprwdcdhip program auoci.td w4h the menaPOndlaB jou ney,ne -lewl wage ore on the wag& detem+ia,don which pnn id.r for tars th.n finll fring. bawfits for aPP,.mIc-- is which RaRR auth arsi.eaa stall receive the same fringe brrafita .s ,pprandCO2- (4) M u,a a dv Fmploya+ma and Training Adanialundoa Withdraw, approval of A training Program, de contractor or ab.odeactor will no longer be Pertained w uulize traloess At ksa Abse Lb, aPpliabl. predetermlasd nu for the work perfompd unit an acceptable, Program is approved. a Helpen' 117 A hctpa is a sem(•Rkilled voha (r&dner than • ak81d joumcyogn maobattic) wbw work, undcr the direction of and asisa , journeyou t. Undar the jwraeyman's direction and epRrvirbn. the helper perforru 4 v.Rety of Wsim w ...ie the journey.. wch u Prapuing. atrying and fbmiabft g outad,is, ,alar equipment. and soppliea ad ma(naining them is order, Cleaning and pt"r ue work &met llfdngu POaidaninS, ems holding mtkflsis or teoa; ad Oahar tdatd, smtd-akWed u&ks ar disencd by dujourD*o n- A help" m&Y Race took: of the trade stand under tla direction ad wpatvlalos of tle jwrnnyown. Tb* particular coria. perfosmd by a bdper vary eaosdln8 so area practice. (a) t(elpem will be parmisd w wort en a paoj.n if the h&lW clU6ifiation is ape66d On an applicable wage dssenninetion or 1s opprovd Pur emit to the sed—,— Proeoduro m,t fora in Sermon IV.2- Aro worker fisted On a payroll at a he7pw wage rata who is act . hops as define +bora. thall be paid Wt Was than the applkabla wsgc eta W deo wage daarntdnadon for u. clse ifit.lioa of we,k aeoudY pea` (osmd- S- Apprentices sad Traia - (Pregrata, Of the V.S. DOT): Appremkes and tniaeeR working soda, aPpraadwelp ad skill training pwg,aaea wbach have bed 001004 by the SaCYa&er)' of Trutsport.rion as proonoting 6.E0 iv corunxtion with Federal -old highway canwouion programs ate ,set suaJ.n to the tegvirenrm. of puRWRpb 4 of Mil Sem" lV. The draight torte houcY wage roes for ,pprrudcea and trainees under W ch prograou will be mebliahed by the P".de, VMS., The nab of ryprenuces ad tnirm W jour—yd3eo shall nor be grease .ban pervdtid by ttb mnmt Of the Particular program. e. VPdhbotdrng: The SffA -ball uyoa ire owe a.s1o4 er upon wridan request of an aothoriod raprssamatiYe of the DOL widdwld. Or cane to be . Whhoid. fian da connector or aObcOntranot under Chit connect or any other Fed"ai oomrect with We rad" prim. coaftzmr. or any other Fdenlly-.aiaacd soman mbj.n w doth:-IAtat Pnv,il'mg wage ragritea,sr.t which it he(4 by the rape prime eotdtaetor, as mucin o<the Rowed Peyu sec,, or advavres as may be considered vettseary to POY laboren and M cbavica, including apprentices, trainsea, .d helper. ,Wl1yd by We Woraco" or any a bee st&emr he fill .mem of ..so.r M."'d by da Wnaa, a the evevt of failure so Pay any taborer or merW raC. Ineludin8 any apprendce. minae, or 6.1p,,.e,Vjoyd Or a wling raw the du of the work, ell a pen of the w,gcs roWitd by the contact, the SHA eootraning affica ouy. altarM eanl&R lam ��� ra^t connector, take wch action u my bs ntae gy t, d Abd. until "hof any Nmhw payr. advance. a guR vtdatlm, be,. aeaad. 7. Orsrtime RecrairroOlum No connactvr or cub ..U-Ctw Resdr&dng far any pan of the foa&tsnato-zs CONeTRVGYl01r •Ogee ptiy.satw entraa work which may, require m involva the ernployrnent of laboten. mech*rk.. w.tchmea or guard, (l telWiag appnnd"s. trainee.. and herpera 'dare In panaraPhs 4 Rod 5 Rbovel ah.0 agvim ar P.mm any abo r. meeh&dc, w&whnun, Or Board In any workweak is which a &r htlahA rplOYd on wch work, to work in "cam, of 40 hours is tush work week uduc arab laborer, mechank. watchnun, or guard receives 000e croanon et a rens W, ba the aeeaodbmhalf titttcs hither basic rue of pay for All houn worked in Race" of 40 hoax+ in such "Cl(weak. {. VfoladOn: U.bilky for Unpaid Wages. Uquidald Damages: In the event of any vWagon of the cause set forth in paragraph 7 above. the contactor .rad any dWeomranot responsible tharsof shall be liable to the affected argloym for hadna utpRld wager In .dditiaw. such eeannor al,allM Raba to the United Sato GR the un of work done nd'r u t o dt rhe D'rsnicc of Cobaabia or a territory. In such aerrhory) for liquidated damages. Such Uquid,ad d.o ages shall be WOtpu•°d*'nn reWect to Race individual laborer, mwdnadc, watchman. at gwrd tnPjQy&d in vin tion of the cause as firth in p.raBnph 7, in the sure or 310 for each "Iftod.r day on which such nmpbyea was agokcd or p,,.ia.d a work to exeau of the wnd.ad work weak 0(40 hours vridneut Payment of the overtime wags required by the ,aura set forth in paragraph 7- 9. WnWeldiag for Unpaid Wages zed fign(dated Damages: Th. SHA rb.11 apo. vR own ,-ba or upon written requem of any , zh,n d repnscmuiva of Ahs DOL withhold, or tauw to be widd.eld, from any mooiu payable on aceovm or vrotk pea(emned by da conuatwxOc>ubtotsrano* ands, aoy W th W."o Or any other Federal conn.g, wilt the came prim, r .tam,, ,, or any odu r FedeaBy-uaaad co tract subject W ug, Coft,mg work Hwa reed Safety • to Lad• Act. which Is held by aha snow prime contractor, such sew g,1 may be da rm -=to be rotes"ryto ,titfy, any liabilities of wch connctw or gbcono'ator for OnrP.id w.ga and ligwdu d damagRa u provided in the c7,,„ set forth in paragraph B Above. V. STATEMEhiTS.t PAYROLLS (Appliabl. w 10 FderRl-ala rtftg,, n cor$2,Q read W all rajad wbW V V,ms. txtept for ptoJxa ltd or, os eauifind u local reads or rural collo tea. which are uenvc) 1. Coaxplissce with Copeland Regulations (29 CFR 3): The contravvor shall Comp? with tbsDomed b rsfenmlInd oa of Ms fiecsvtary of tabor which an herein incotp Y 2. P.yaolls and PRYMN Rocarda: a. V y v01 and but. reco.ds relating thedeao 6114111 bs "Oat"d f'Y Rae eomraoo, end .Rah sutXamnebt during the con. orth. work Rad Praanyq for. Period .1`3 yan horn the date of W MPlaaon Of the coning, lot .0 aboaa, mndm Wf-asica.. lft"a a. watchmaq halpere, end guards waking ,t the rhe of tbs work - b. Th, paYroB Words sha0 corns" the name, sodal aseurity oumber, and address of each wch to ployesi his Or her ooncct n..u:.-.:..w Inarhrty reser O(vnBea paid (unrdudiog nae of oontrtbutorH of cows "dcfpated b, .sew fide fringa beaRfita w weal, equivalent thgaftf toe rypcs deanribed in Section 1(b)(7(M of tba Davis B&Oon Act: daily W weekly eunnbu of bwn worked. ddrwdons mads end actual saga Paid_ a addW=, for Appel"hian eaae,eu, the Payroll records sb.s Weare . antadan indicating whether she eOTloyw lou, or does cwt. nwmully rands in the labor area as defined a Attachment A. paragraph 1. Wherever the S.canrY of trbor, purwat W Section IV, patagnph 3b, has found th,r Ms wages of ,ry IabamT or -^hie`^ inti doMc amwm of anY cods iatooably anticipated in p,ovidi,ig 'Re"" unear. a Plan or program de rad in Station ICOX2)(B) of the Whitt IV -2-1 Required Qmtrect Afoviairns Federal Aid Cont mCM 4-2-9 r,a�a oat /,qr -omr-oosso- 213H d— oa WH 3'.L.T t 351 B6—ec—Ldtl 600'd 06C6'ON MAI CC:TT 96/8Z/60 D.A. Be,. Act, the ceaueonor sad "a alb-Ottetta,or'bell maintain ,,Md. whkh show mat the c,mmh...o, to provide wrath barofits is etdonmblo, due me plan W program Ir financially paaaibie, inn the plan or pmgmm has beets comaaai"td in writing m the laborers or mechanics efrixid, add show the OOR anticipated w the'emsl cwt lan.rtod to providing bese1w. Contractors or wbom4actora "I yieg apprentices or uslaees under approved Programs $11411 maintain writwa avld4ne. of the ngtstntion of apprentices .M trainees, and ndoa and ,.age wue pre.cribd is the appliraw. programs. c. E.ch contraetm aM wbconasttor mall tarnish, -Ch week in wh;eh arty oea"c[ Work is performed, to the SHA Mideot engineor a payroll of wages Paid each of is employes (melu11p11 apprcotieas tninea', and Wpete, described M 3tedon IVs paragraph' 4 and 5, eM watrhmea and guards ergeged 09 work dosing rhe Preceding weekly payroll period). The papon wbntidd shall M out auwewy sad rompinaly all of the Ina to tion req.ncM ea be seair wad under paragraph 2b of this Sacaon V. This iommadon ray, he submitted in any torts, d..io d. Optical Form WH347 is available for this purpose and ray be parch.. A from %he SuperinaMetw of Documr ere Todanl swck "umber 029-005-0014-1), U.S. Opvarnsn at Prinninli Ofiva, W.'hingtm, D.C- MUM. The Prime noatrestor Is respmrble far the .ub,aa eine of eopi.e of p.yrolia by .II aubenareetas. d. Exit payroll subrnmcd $hall be eccompaniod by a 'Satalwrnt of Coapli.noe Ogrud by the covtrMbW w'rtbV3mInctor err hiallor agent who pays or supcnisot the paYthent of the peteona employed under pro camlact and shah Cold* the tbllowing-. (1) that the pgmll for the payroll period ceresin the infumreim rsquft d m as mknuined under p.morAph 2b of [hes Sesrlan V and User wait lafomad m is cortwcx and coPpkae; R) mat a s b Laborer or reechsai. 0.43":as a olb haipaa, apprentice. and train..) -replayed an des ran"ct daring the Payroll period has beat pad the Lal wockly walla erred, Paid o A rebate, either directly or Witordmin a y. ead mat not dduetis have brch Fidler directly ar Indirectly fAa *K fail well" Car906. rMitar mart pMl4-Yble d.d.liatr ser sat form in the Regulation. 29 CFR 3; (3) that sells I.bdrer Or nrsch+oie has been paid not lea the ,he eppikabk wage rate and fringe benefits or Cain quivalrm fon We alesdficedm of worked performed. a apaeified in 1114 "PPEwbte wells de"rmisudon i ,,rim taed into the culdrI 4. a. Th. weekly srbnitsion of - prWWiY asaeuted ranifcstma see forth on the reverse aide of Op600al Form WH -347 shall uttsV the requironwnt for wbndssion of me •5tattvw'n of Cwtpl'asu' [egm'"?d by peng"ph 2d of this Section V. L The labrii Mia- a tory Of rite shave wnlfc 60= airy whiact doe c0ohnso , m civil a Criminal pmm,vikm wrier IS U.3 -C. 1001 atsi 31 U.S.C. 231. g• The e,,Oaewr or subemrractor sWl make the ienotds ,squired under Paragraph 2b of this Section v available Ra` isW.orim4 rnpying. as. weoeeriptioe by .0 Imtilad Mmiewitiva of m. SHA, the FHWA* or the VOL, aM'bali iterate web "p,s apeativ.. m murvisia .,plays.. during working 1200" w dm Job. If rhe c000nrese[ w wbeornanw fails m wbnit the required records w td ants [Eau available, the SHA. the FHWA, the DOL, of all may, a0a written no6m an the contractor.' paean[, appllcad, or WV00r, take seats 'added at any be aeoa'"ry m "uu the wWenwaa ofew fuph'r peymsed. advance, or gusrantea of tape. FuA+eemore., fe0ure w wbusit ties requ'ved nallld rpOa nnqueer w w ark' aw4h "1oNt.Va.T'bi. rosy be gmuods for debarm se, "lion pur'wea w 29 CFR 5.12. VI. RUCORD OF MATERIAL -S. 5LWspIM&S, AND LAROR 1. Oa all Fsd.n4aid ccnwom on the NaAoal Highway System. FORM pale Mer camsTRUCrmtl= ryeadm except those which proAck solely for the installed. of Praecfiv. devices at railroad grade crossings, date which ate constructed m e fo,ee eoeowsadi.eet leiter ruse, highway beurifiution eoatnc4. sed contracts far whleh tire total fiat cOnetntction cod for roadway sed bridge is less titan SI.000.00n (23 CFR 675) the maoec[or shall: a. Beams �fiar with the kst of specific materials and wppl'e. lnained in Farm FHWAA7, 's,,,ners, of Materi.ls std labor Usd by Cont"Uar of Highway Contvucdon Involving Fodere/ FuedW prior tie the eantmerlCerr,am of work under this cowraer- b, hfaimia a reenrd of me teal nM of all materials sed wpplks pmdrad for sad ucarpontW in the work. and tm of the quantities of these epecifie meuri.ls and wppliet listed m Form FHWA47, and in the units shown an Form FHWA-47. F osah- rpm the compkd m of the construct, w the SHA nv:dear engineer on Form FH WAA7 together with the data required in paragraph Ib Mauve m muerAd and WMIIeu, a fimh labor w air- ry of Alt castrate work indicating the tall hours worked sad the total amount earned. -_ k the P. caioe[we'a option, either a single repo,[ covering a0 comrut v,,rk or W.ra a Mom for the connector and for each wacona+'a W.0 be tuhmin.d. VH. STJRI.EITING OR A_S.AGNING THE CONTRACT I- The 4orpr.eror shall perform with its own organization cmtnct wort amounting to not len than 30 pmcent (w' greeter Percermrge R .padfid cleh.. in des cone of the tow original contract prim, "Cludog arp speaahy mane deaign'tad by IM Stara. Specialty bene eery be perforvsd by wbcganee[ and me amcow of alp sue6 sq"ialry item pesfwmrd'say be dducwd from the mw original coetara Prke before mmpa[itng the arsoual of work required to be perforawd by rite cmarauwr's coo tngana•tion M CFR 635). e. -Its owu wg1Oire1ia' shall be conwued an include otdy workers eunployed std paid directly by the Plime meaaclw and equipment owned Or rented by the prime at matter, with oe without Operators. Such ier,tt docs not include •oplayeas w quip— of a subcasraetar, -teiglsa, Or agues of the Prime cOnt"'anr. b. 'Spaiaky Yana' shW 6e ron+a++d m ha Bmltad n wort mu require highly ul d lirad Iwowledgo. abilities, or equipment pot ordinarily available in the type of wtunaiag organa tions qualified and dspxtd w bid an the roNrect as . whole and w general ate a be firnired to anew eoapoaenb Of the overall Co""ct. 2. The con e,t .oroo a upon Mich she re lainmwts sat fonh i. P.tegsepb l d Bac jed V P is aomp ded incudes des cost of awkMal and maaufica,d praduaa which ere w be puleh'eed or produced by the eorKnemr'trader me o0nors [proWsiopa. 3. The eoaral- shall Wmisb (a) a eempetane wppAnlendmt or wparA. who is angtoyad by the It,m. hu fln0 and tily rat d't"ot pgfin,sanee of the work in eeCetdanee with the Cavilers [Mgatrarnryla. and is is charge of all 'vmWeban Opts d= (rRerdl..s of *be po,frrmt he walk) and (b) Mich Other of Ver own M'-b`adonal (..poi msoa. ny..gsa cel. aM .olmxrNs ser rmoa) as the SHA co"ne'dng QMG" dwermiors is looraery w setae the performance of it. Mamtt. 4. Na portion of the contract shsu be wbkp, ".411,44 err Omer A.6 disposed of except with the wNma rAaeo, of the SHA .""cling ogle", Or wthoritd ropts.emati-m and web ottaara when given Wall ant be eonservd oo relieve aha oeiw.00r of any "WosnbUitif lot the fir15➢ment Dims cwunct. Writicn oowent w01 bs givra OOZY after tbe SHA has .se,red that each subomunrt u .videoed in o r,L'ng aped mer it loam" it 4..tieo'" p,oviwma sad requinaments, of the Prime Jr,.stnut Tv 2-1 RegtxL, %d ContYSGt PMVJ8LQ19 Federa A_] d C61tr&=s lf-2-10 L7 FN -.r 178Le 4V4 46V-0HI'0065W a3wSId-A a WH V7!! f 1 317 66-Bz: aclu OTO'd B6Erom xU/xI EE:TT 86/BZ/6O IroNrrlktY ON•MAPS rye; a 10 VXU. SAF7:' ! ACCIDENT MZVISMON 1. 1n ow p. -E. name of" mea the cooneclof WW comply w4b a sppa-ble Federal, Stec. and local lana governing safety, haehb, end seniWion W CFR 615). The tAaMwe *hell psovida.9 vfegu+tda+ safety devices and ptowcdve equ(ymerF and take any other needed attioe as k detmnitw, or as the SHA CodYataing ofdese may daermirw, w be ta.mehly ncomsary w protect tM life tad baatm of enpleym on die Job and the safity of the public std w Protect pmPsrty in oom Gd= avh me p*rforwanea of me wort covered by the wema. 2. it is e condition of Ibla cootnn, amt shall be made a condition of taco subconaehn, wbich U. cosmaceor cGu rs WO PY,Ltaat to this commM that the coMecsOf and ary subeomrtCwr "I Dot P-Msk W employee, in perfomance of tM comnsct, to work in surroundidga Or nodar mtd'Fone which are udseidtY, twxaNOua m "ogeraw m hiLnw health ar safety, H • -d utter conanucnort safety cod heshh nen• dare R9 CFR 1926) pmmolgadd by the Seaeasty of labor, In awordacce wid, Section 107 of the Coetnct Wort Hours and Safety Standards AG (40 U.S.C. 333). 3. purnwa w 29 CFR 19263, i ie a eaditm of fiis wMnCt that the SOcstsary of Labor or autbotiud rsptesanudvC mersof, shell bave Ngm Gravy w my rim ofooscsect perfotmeGoe w ieapent Or ievaadg— the nunv of sorapl'wace with the cemnomoG safety cad ba+hh gedetda add to ",y Gua the doom of the Seaw y under Section 107 ofdw mrancr Work Hours sod Safety Standar. Am (40 V.S.C. 333). lX. FALSE STATIavM TS CONCMaMG WGHWAY PROJECTS W order m anue high quality and durable cowmuedon in conformity .yds eppro"ad place and W jficedoe sal a high degreo of cehabilily on statements sed ryrwndom Mede by vTinaaae. cov+ams+. anppfis and Workm oD Fadccel-aid hlgbwey Prujoev, R is essential the su petsors concerned with the project perf m thrr ftmedODe a "NfuOy, d,oteuThb', No hoosedy es possible. 9AIM4 f uficsaiG dasortioo. or miatepRsemallon Wim respect w say fact rd -ed W Inc pr03ses h e v"ation of Fdaal law. To pMYW MY minmdVOMIN1 leg mgsrding the swiwuos* ofdwss Lad fimllaf sam des folbwin( antics dLLU be posted Go sach lswecsFeid highway p,0ea (23 CFR 6351 is Geta oe mac Piety where it is readily available w all 0MOS cpncetDsd v/101 tM Project: Wali t IiF-24 &*=ed Cmtxacc RVO- ms Fedeml Aid G=L acf.5 k -2 -ll sac'. -f [SLB LbL LOV -�NI'b tl m HS d!!Ao i Wtl bL: Tf an -L 06-9L—Ndt7 TTO•d OvEvOK XU/XL NOTICE TO ALL PERSONNEL. ZNGAGID ON FEDL?RAL-AM WGRWAY PROJEM IS U.S.C. 1020 rads a follows: CC:TT es/az/bO 'whoa,,, bring no swlcer. agent, or artphnw d4ke UWmd Stores. of ony Snrc or Territory, m whoever. %6,dW a person, aereeiedaw. jl,at. ar aorparodon, dsemdmg0' make,, any faue :mmw.a I. Alto r""Waadnn. OPJWU rvorr ar m de d etroaer, gatollry, pumtdo, or ,aa ofde anuria! wed Own, be rued, or do gaandry ar 1-dRy of dee work pa36read x a be p"Jivessd, or de cos$ thereof 4r cavureedan eddy de. atmWim �plwr, map, sprcjfradau, emrmcu, or colts of oansrrvedm on any highwy or rela" project rpbm+oed fir, approval tow se reurl• afT ..pa raaax ar Whoever btowingly oraker amry ja4e srarrmml. foul xp sovadaw. false rqp or f+ue elafa uuh rap", to de eharacur, quality, qmm"*. oroan4ray eorkperJfvraa! orrm be p mroradd. or res edalr Jumuhed ar m brjam,hcd, e, maxdon vqA the contotudon ofarry Ngh«ay or related projen apprund by the Secretary d TrootpOrwai : or ,,sone, ino,hfrtlly male, myfaue srau+aenr orfaue xprHemalon o, to marnal fui N sty atousan$, certjliate'or repro, kubesimed pur,eon, w protGlom of the Federddd Roads Art approved JWy 1, 1916, R9 3mt 35SJ, As ontonded and rmFPlamenud- Shill be Juead not more time S10.0W or vnprisoned lint store don S yrara or boob,' X. [MPI.0a47giATI0N OF CLEAN AIR ACF AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable w all Fodcni-aid Coeasn ctim connects .ad to eD rNaad subcontracts or Simillso or more.) By submission of this bid or the eaeclaion of this contract, or subcontract, as eppropriant, the bidder. Fderal-aid coorimctim edoototor, mr sube9mractor, as .pptoprisse, will bo day.ad to bale stipulated as fWlows-. 1. Tb. any (.merry that d «will be adllaed in the p.rformande of tb:. o9auaat, mlesa such ecPtfa4 is aempt upder the Clean Air A0. as ntmdw (42 U.S.C. 1957 a aq.. as .marded by Pub.L. 91.604), and under de, Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 a seq., a amended by Pub.1.. 92.500), Eriscusva O,def 11771. rad ragel.dom in implmarttation thereof (40 CFR 15) is One listed, on are mane ofraob.a awead, on the U.S. P.wironaattai Protection Aysmry (FPA) list of Violating Facilitim puritan, to 40 CFR 15.20. 2. The, the firm .2mn to mtrtply and eemain to moplianoov wish W tho trquVvr,,a of, 114 of the Clean Air Aa end Section 3% of the Fode," water Pollution Control Ars and all teprlatiom apt guiA-W— liam thereunder. 3. That she fens shall prmWtgr IoWty the SAA Of tba pxaipt of any eomnume.doo from da Director. Office of Feteeal Activttia, EPA. thdhcadnR the . 6,.i0p'tha is or will be utifad for the eum+et is under mmidmtton to be Iiwed on the EPA List of V"ofi ,g Fedtheas- 1 Tbel the firm agnea m include m cause to he ieeludal the nquirtrnew of pmTnph I dnohsgh 4 of this Srra,mn X in aveeY nonexempt wbcoNnat, and fielder agroes to aka such action es dta Sment a mn may direct u . rota,, of erdtxeiag web reqube tone t. M. CERiDTCATION REGARDING DESARIN137IT, SUSPENSION. INEUGERUT1Y AND VOLUNTARY MLUS(ON 1. bubtscimn for Catifcatw- PrbmwYCowed Ttsissantl°a' (Applicable W all F.desal-id a, erects - 49 CFR 29) Yom d'30IP39 c10IrSTnVGT10N - cores rebs a ar w e. By signing and subntiaing this proposal. the P101PI01:w primary pauictpaor is pswiding Ne cenifiestion set out below. b. The ipabjUty of a petsoa to pmvide the cenifiwdon sat out below will not n.oareadly 1 11 in denial of palloipatlaa in lhia tm" vsnssedoo. The prospective partiaipant shelf submit an axilla„tion of why it carmot provide the rertifieado t sat out below. The certiocation w explaradon will be considered ins marreedoar with the department or agroey's dammitetim whm)us to erfee into thin aanwetiea. Hownver, tutum of the pmepeedva primary participant to furnish a eeni8adm or an explanation than disqualify such a Parton front partieipatim in this transaction. c. The cerdficatim in this clausa is a malarial t-Ptes—tion of fact upon which m4isnee wan pull wban the depertmeet or agency dasmdrhed n afar iso rids Inn.eedOP. Tf h is lane determined tint to pmspecdva plimsry pattkipw knowingly tendered an erroneous certficoxim in eddhim to ottaa room available to the Fedrrtl Govemrrrf, tip d<paeo cat a egaay Pay terminale chis oemine4doa for cause of default. d. The poovorive pri eery P-ticipem toil Provide immediate wriocn oodee ro tip depatmsnt or aaaaey to whom this p.Towl it subouud if.ny lion the Proepeetiva primary panleipatn laeroa Vat la ecubndm wsa neroneeua what, arbmined or hes bloom asrolMPW by reason of changed cucuumapees. e. The Is "evvered menaedon; -dcbatmd,” •wqa WoJ." -ir"Slbbe - 'lower tier covered mnucdon.' "Peni<ipertt,' 'penoa," "psKnaay loaned o-as.edon."'prindpal: 'proposal."and'"oluraarily eaeludcd: as used in We clause. have Wb meaning% tat art in the Definitions and Coverage aectiotu of rules, impl91114V 119 Executive OeJc 125a9. you may eons,= the depsetarm or ages.' to which this Proposal is mlivand for acsistaoce in ebuloigg a copy of those regtd.tions- L Tito Woryxtisnc pritosq p.rdcipatr agtw by subalinieg this Proposal dist, should the proposed Covered transaction be. nruesed Kao, d.i,a rot knowiogh' ommr iota aro lower tsar covered transaction with . paean who is d bme/, papended, daaland iaelf8ible, err wmeeeay esrluded fiwv pintieVeaonW this carerod trasaastiOn, unless aolhotixed by the dpatunaa or agedmy ecterimg lot* tills tnnssction. g. The Ftopenn'e P•+TM•y pankhpam fi.rchae airaaa by ,sj,n,,b,S dila proposal that it will include the clause titled 'Certification Regaling Debstateet. Suspevaion, Imdigibility and Voluntary F,rcMloo-Low,Tee Cmhated Tn,,aloa: ptw W d by the depannrsnt of aSarwy entering into this covered tn,,alon, without modificadoo, in sn lower tier co,c d maseetions and in W solictutiooe sot ower tier coveted 4.e,.leties�. It. A pasticipsm in a mvered tra,,acton may roly uPm a cradficatiun Of a pmspoalve ponieilaat in a lowee tier catered tnraeceon that is on, debarred, s,W..dd. i"figible, or voluntarily mWuded hon the emercd tssmsactt w udea It knows thea Woo n:tdfiration is ortooeous. A pstticpam mal decide the Mubcd and frequency by which it desermimf the eligibility df iu prindpau. Each padcyaa tory, ba is mot required w, shook rbc norrproCuramad portion of the -Lias of parties Excluded Fmon Fdenl P,ocumneent Ot Nomprowremem pmgmmi (NmPr°a'conho°t Lia) which is cotopiied by she General Sarvkea Adminlatr.don. i. Notting cotaimd in the 8%0991112 null be ,oestrin to mquln ersbltAmnr -le rymot of raeod. In order to rendes in good faith the sadwdm «quires by this Clause. This km0wkd6s sod 7ufoe ns ion of paucigaa u nil requited to eaeoad tut which is ,wtmaUy p9sws.d by • pmdrot person in Me mdhury course of busvuso doliogs. j. E..pt for mn,,.d,,a a+th.,b d ..der p.ngnph f 9f uhua Ivstnodo,,. if. perueip,N as a e.vwad tntuaction laaw'ing1Y eaters 4-242 iIC rmno Lbt Lov 'DHT -clout;92HSX,,=�18f3 tl 4L= T T 3171 96-BZ-21dtl ZTO'd SVEV'ON X8/X1 EE: TT 86/8Z/V0 ii imo • lower ucr covered trante'dm with • Penson who ie susiteteod' dcb•ned. ineligible. Or v.luerarllY excluded from P"Cipedon iv dila trsmactiOtr, b addition W Mher rsnwellai ava1L61e to 'he Fat" C.saunea, the dapaetnset a astney may termintu thio twoUCten for cure m defiub- C:.,6rcetio. Rt,sartfmg Dtiho seeat, Sospmoo,, IsldiCihilitY nand Voluntary Exchedoe—PriaLwY Coveted Transatdonc 1 . The prospective pritn,ry particilw, rectifies to the best of in knowlodgc and bellaf. that it and Its pnmipsls: "An not pnamly debarred, suspended. PtOPOed for debarment. declared W.11gible, or voluncarily excluded from coved tratsacuoes by any Federal dapartmem or rgeOCY: b. Have not within a 2 -your period preceding this proposal barn wmioted of Or had ' Civil judgeoam rendered araimat them for urcooc oa of field or a orhttinal offers, in on. -tion with Obtaining. attempting to obtain, or performing a public (Federa), Stae or tool) oenwcdoa a oaiaeet under a public ulnae cion: violation of Fadenl or Stets antilop totes or rOmmimtoo of esnbenlerocat, rhafi. forgery, bnbery. falsification or destruction of records, making fila necemen•, or reoeivlps Vote. property: c M nor presently Indicted for or cdterwiw crimiwlly or civilly charged by a gorscpnenal entity (Fdeni, Stat. or [.Call with ..,omiun of any of the Mfa U U aotarocarad in p•rmmph Ib of this ceni5utien: and d. Have, Yon{ will" a }.Yea Period Prae94dg ddx aPPbea- tiordproposal had ones a .tnro public U"'Us'riam (Fdaral. State or local) wrvdtaaad for rause or 416fauh. 2. Wlwre the pro.Peaciva pri,ury Participant u unable to nuedfy m ally of the n.ternrsna in this eettl6auoa, such Prospective psnicipsot droll anach son el pi...tiat to this psopoCat. 2. LesaVmon faf CauSnts'oa. Lower 71sT Cowed Trsasac tionsn (Applicable Ms all autw sluacos Purchases, Orden sod oho, lower tier woaciaw of S25,OW or mora - 49 CFR 29) a. gH to 'j Cud xUbaaiwirg this Pr.Pnew- the Progtsc ivs Iver on, it Providing the cc iiiutioo one nut blow. b- Tac oard6Oniop in this dauea I. a material rapeeupodou of fie uP,. which nd'ulbc' ",, p(sW when this rantamon ecu aatced iru0. if it Is later datatninad dist the Pro-P°Ctive Iowa tis Pariic;pnu knotiogiy reerdaed an anoeanua eertifleaion, in Addition to other rtaledua'y disbW to dee Federal Govermirea, the &Pelrnund Of agency with which this ttautction originated oeY Purses available resoadiss, houdieg s,apeogm andfor debsrlts c- Tire proepaedvo lower da psnicipe.t dull provide Imdmeem ed let - triose union m the person b which this pr -p-4 is Wbffhuw no. the p'.Alewa•e lower tear Participant IC'rm that its «cdf>Cadov was erroneous by saaaaa of 4upsed cireemara.c«. d. Th. umu'wvtmd trsesactim. 'detrarnd: •suspend d.' 'iaedgible: -PdIwCY usvarad tneaaetion,' 'Pa Pent.• •PsnOA, 'principal: 'Proposal,' and evoluourrity txduded.' as used in this Clause. Iseva gee setamrgs ser Ceti in the D.6660- and (•,avertge searom of u4a imPlarO°°ti^g Esreurdva oeder 12549. You rnsY eonact ere Person tow" this PnPoul is subroi td for asielaoee in obui.g a copy o<g.e'e mvitati ns. mm 53M'039 MMMUCrldM. m'ea is 9.f to c 71. ptolelivelower der Participant Apses by submining%hir propoasl that. should the ptvposed not va..d uarsawlw be emcrtd inn. I tbau not knowingly enter into any lower tier eoveaed transaction with a perm who is debaned, wq balOd. dalard inefigibie. orvolualerily eacheind from pudtq fee. b this covered trerwdpo, unless mugtor(xW by Na department or'gaa ,7 with which this transaction otiguuted. f. Tho protpective lawn tier pardcipam further epees by submitting thio pmpomi that b will include this amuse tided •cedi&adon Regarding Debatmam. Saapensioo, losl(gdbilky 'nal Voluntary ..1J _tw - -rw CavasedTmunioc.' without anodific.tien, in all Iowa iter Covend transactions aldol in all saOdtntlons for Iowa tier covered tranucUO". g, A Partietpauon in a cc ea el hnwecdoe omy rely upon . C.r1ifrCWon of a pr -w -ode Pertk)pam is a intoe tier eeveed transaction that L not debarred, suspended, Ineligible, Of volunonVy excluded f.Oo, the earned avo,ctiM udets it knows that the Cadfication 1s erroneous. A y.edeipan rosy deride the method end frnq,m.y by which It oc umloe. the eligibility orita principals. F.Ch pwtieiprmr, mays ben is not regmrad W. Cheek the Nonptocutomeer Lin - b. Nothing eootained in the forego!" -bell be contrm"d to lequtte eaubli.lsmera of a rysrrstt of records In ardor m tcrrder ie rood faith Cas e.rdfwtion required by this elausn- The krmwt dre and bdotmatiOn of paiclpus is not rVpird to bl'C"d that which it uormslly possessed by a Pruden[ Peron in the ordia.ry wane of business drlinn its. I_ P,,.q, for Inaeott. sutMri med Ueda, ParagraPh c of theas tnetrvedone. if x p.rdcipna in a ..ad aan.a tion knowingly Cozen into • batt der covald asourtinn with • Parton who is suspended, debarred, ineligible, or volueatily MClud'd from particiPauon In this vamaction, fe addaiCe m odw remedies available to the Federal Ooverpmem, the dspntmsdt or .geeCY with which mil vawedon crig", d rwy purpu available rernedief, including suspension and/or d,bamwutL e sees Carinficadoe Re;atd'og Debet-9e1e Sesp'.sira, ln't6gthibly o'd Vent ug,y FartJesior-Lawn Tier co.sred TrsnCacNoast 1. The pcasitacive lowerder penisipartt csnifia, by submission of this proposal, that neither h nor w Principals (s presently deb.ncd, Cu.p,rdd, proposed fru, debatneny dodarW ivaligible, or voWntari[Y eactudd ftvtn Pa ddiP dW In ties tnuuarnbu by any Federal dqunnwu or agency. 2. vMee ba yretptotive bre. der Participant is unable m unify to say of the mUnnarys In this xniliudorl, such protpeclh'e PiniciPam dull awdr an eeplauuce b this Proposal. las 7f1I. cHRTMCATLON REGARDING USE of COWILACT FUNDS MR LOBBYING (APp6Cablo to all Faderalsd construction contreW and to an rcl•tad wrbcOw.cca weigh sseeed SIMOM - 49 CYR 20D I TM pnapttive pmO*-m ractifits, by .lgdrg and subnduing rhe' bid of PMPGGW, m the has, of his or ba knowledge and belief, dun: e. NO Floc, aPRW i,,d tared, have been Paid or will he Pala. awn for influtocing or by or on beitalf of the U.darsigosd, m any p 'eCn'Pdeg m influanot ere offices a'n't"C e' of aOY Faded agency. a of Congrea, a an Member of Congress. ser off"'t or Crop1 oy waplaYes of •Mamba of Cengesu. {v coots[ -lion with the awardio ' of 4-2-13 BdAbi.L IV -2-1 FaZL =d pQntracc P11i0oa Fe da ' Aid GmtrdctS fir'. -t [BL0 LbL L96 'DHI S'StY 21 HSId—h02f Wt.Y 9L=[r 3nx 66—oz—adu CTO'd BPCP'ON XH/X,6 CC:TI 86/8Z/60 any Frderel watr ses, me twkiog of Any Frdml gnat, the nuking of gay Fede d lam da eoamtg ion of Any eoopeMioa epaAaM^b srd she esteoion, atmdutauo., res.e..d. emeadmcu, a meainrStim of Sr Frdanl waq.a, gram. I... or COOPentive Sgrocastln. Fossil! $l Qpsle MNSUUMM . Mor Fq, to of to b. If cny !Dada Omer than Federal appropri Wd fund- have ban paid or er111 be paid In Say persOu fbr itstluSreiuf or ettengrhtg ro la sseaec wait or vnwsayee of Soy r"cred aAcory. a MW.., of CODgrera, So offices or eagsloyan of Cwgeen. or So employee of e Member of Congrcae in came tloo with this Fcdcol analrect, gnat, loan, or coopmtivc aSrourAm the uadenigned dull oOnglae uW submit Steoderd Fmm-L11., 'DiWustsm Farm at Aryort Ivbbyint.- is aeeaMetta With hi imauedoas. 2. This certiiicelion is A raStmild repretenut 011 of fist vPon which rellance was placed when tail aacsaartioa war made or enesed inm. Svbatitiov at mu C4tiRra6aa Ir a prervgYiAGa far rnkinj a aoeting into this ueossrdoa hr@osed by 31 U.S.C. 1552- Any petaon who fkib, m fde the requited certification ra W be mbjM to a civil penalty of not less man 510.000 Std not moo she. $100.000 for mnb such WWn. 3. Theprolimeo.o fir% also agraa by cubtdning hist or her bid or pmposd that hi w Who shall require dmt She lSaguago of rh6 cenl0catioo he included ie W Iwer tsar mbeonenae, which Sicced S100,000 sod this W Witch reobierts dull cattily rnd disclou Acrardiogly. nd dUL IV -2-1 Rsgniz+d C « Provisions Fedit-al Aill 03lI raft - 4 --2-14 12 E C -d C8L0 LYL L8b 'DNI S V BIHH —A 2d hay LL= C C an86—HL-21dC .6T0'd 86E6'0N XH/XL EE:TT 86/BZ/60 13 Genera]. Decision Number 8L960037 Superseded General Decision No. FL910037 State; Florida Construction Type= HIGHWAY County(ies) : BROWARA PALM BEACH -MIGHWAY CONSTRUCTION PROJECTS. (excluding tu,-Mels, building •atructures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges; bridges designed fo commercial navigation; bridges involving marine constrcution; & other major bridges) - Modification Number publication Date 0 Comw(iees) : BPOWARD PALM BEACH SUFL3003A 08/0111993 Rates bRiCKLAYER/MASON 50 0.2 10.200 CARPENTERS CONCRETE FiNISRERS ,_ 10.2.1 14.73 ELECTRICIANS FENCE ERECTOR .85 9.40 9 FORM BETTERS 7.25 GRADE MEN 'LABORERS: 10.19 Air `tool Operators 7.99 Asphalt Rakers 9.29 pipalAyer8 7.10 Unskilled IRONWORKERS= 12,53 Reinforcing 12.00 Structural 11.66 PAINTERS POWER EQUIPMENT OPERATORS: 6.22 Asphalt Distributora 9.84 Asphalt Paving 9.22- Asphalt Screed 10.27 Backhoe 9,89 Boom Auger Operator 9.43 Bulldozer Concrete Curb Machine Otor 10.31 3.1.07 Concrete Joint Saw OpenaCor Dragline 12,50 Crane, Derrick, or 9.00 Earthmover 7.7S Forklift Fringes bC'd 91 'Cl MAL, tLh LO b 'OHI'�OTSStl HSId-/. Wtl LL= TT 3f11 86-BL-LdC STO'd 86E6'ON XH/X1 EE:TT 86/8Z/60 14 Front End Loader 9.26 Gradall 10.69 Guardrail. Erector 7.10 Guardrail Post Driver 7.79 Mechanic 8.94 Milling Machine Grade Checker 7.39 Milling Machina operator 6.56 Motor Grader 12.05 Mulching Machine 7.25 Oiler, Greasemen 9.29 Pavement Striping Machine 10.37 Nozzleman 7.69 Pavement Striping Machine 6.94 Piledrivers: 8.51 Leadsman. 12.00 Operator 11.50 Power Subgrade Mister 9.46 Roller: Finish 8.54 Rough 7.31 Self -Prop. Rubber Tire 8.31 Scraper. 8.22 Sign erector 11.33 Small Tool Operator 7.7S Tractors, Light 7.70 Trenching Machine 9.00 Widening Spreader Machine 8.50 TRAFFIC CONTROL, SPECIALIST 7.66 TRAFFIC SIGNALIZATION: Installers 10.37 Mechanics 13.32 TRUCK DRIVER: Low -Soy 8.51 Multi -Rear Axle 7.54 -------------------------------_-•------------__----------------- WELDERS-. Receive rate proscribed for craft performing operation to which welding ie incidental. ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the Labor etandards contract clauses (29 CFR 5.5 (a) (l) (v) ) . I . ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have bean determined to be prevailing. WAGS DETERMINATION APPSALS PROCESS l.) Has there been an initial decision in the matter? This can S I'd Iezo LVL 40V 'SNI"oossw 5 D -A N WG e --:IL sni ss-eL-a1iv sto'd 86EV•ON XM/XZ MIT 86/8Z/60 Is but an existing published wage determination * a Survey underlying a wage determination * a Wage and Hour Division letter setting forth a Position on a wage determination matter * a conformance (additional classification and rats) ruling On survey related matters, initial contact, including requests for summaries Of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described itt 2_) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of construction wage Determinations, Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. c. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR part 1.8 and 29 CPR Part 7). Write to: Wage and hour Administrator 11.8. Department Of Labor 200 Constitution Avenue, N, W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc_) that the requester considers relevant tq the issue. 3_) Tf the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board)_ Write to: Administrative Review Board U. S. Departmant of Labor 200 constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 9 C'd CBZO LbL 404 -OKI -00"V H d -A a W eZ:CC anL e6-eZ-a1iu LTO'd 86C6'ON xu/X.L CC:TT 86/BZ/60 liquidated Damages for )Failure to Complete Work. highway code requirements Pertaining to Liquidated Damages: The Florida Highway Code, Section 337.8, paragraph (2), requires that the Department shall adopt regulations for the determination of default and provides that liquidated damages be paid to the Department by the Contractor for any such default. These code requirements shall govern, and are herewith made a part of this contract. Amount of Liquidated Damages: Such liquidated damages &ball be the amounts esablished in the following schedule: Original Contract Amount Daily Charge Per Calendar Day $50,000 and under.........................................................................................5 385.00 Over 550,000 but less than $250,000................................................................... 460.00 $250,000 or more but less than $500,000.............................................................. 560.00 $500,000 or more but less than S2,500,000.......................................................... 980.00 $2,500,000 or more but less than 510,000,000 ........................ I.............................. 1,090.00 $10,000,000 or more but less than $15,000,000 .....................................................1.510.00 $15,000,000 or more but less than $20,000,000 .....................................................2,020.00 $20,000,000 and over..................................................................................2,020.00 plus 0.005 percent per day for any amount over $20,000,000 Lr'd r6L6 4vL zov 'OHI-00t;Stl y -h b tl 6r-=rr an66-az-Ndtl 16 RTO'd RPCP*ON X8/X1 Cu TT 86/8Z/60 17 \ Exhibit I1-3-4 Page, 12 of 19 Pta1M iriCma COMRACia ACMaa97M3100 ox•oear Paan Sot 4 The Bidder hareby dads" that Lha undem6gne(i Is the person or persons responsible within the firm for the finer decision as to the price(&) and amount of this bid and the Bidder further dDaW111e that 1. The pmoels) and amount of thia bid hate been arrived at independently, wilnout consultation. communication or agreement for the purpose of restricting competition with arty Omar canhactor, bidder Of potential bidder. 7- NOMher the pdca(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or potential bidder on this projeA and will not be so disclosed pnor to live bid operdng. 3. No attempt has been made or wig be made to sorlcn, cause of induce any firm Or person to rahaln from bidding on this project or to submit a bid higher than the bid of this fine, or any intentionally high or non-compet ive bid or other form of tompfomem ary bid. d. The bid is made In good faith and not pursuant to any agreement or discussion with, or Inducement from, arty other ism or person to submit a complementary bid S. The Bidder has not offered or entered into a subcontract or agreement regarding the purchase of mstertals or cervices ham any the; Ilrtry or Dotson, Or Cthre4 promisedtot an dorearrn�t or worries by any other firth or person to res sen from bidding , whether in connection with Mrs or any other projaet, m Consideration of to sub"* ■ complementary Eid on this project 8. The Bidder has not accepted of been promised any subcontract or agreemant regarding the sale of materials or services to any other Arm or person, and teas riot been promised or p id cash or anything of vehre by anY other firm or person. atisthw in connection with this or arty other project. in consideration for the mm's submitting a cc mplememary fid, or agredng to do so, on this Project - 7. The Bidder hes/have made a diligent Inqulry of ant members, officero, employ*n, and agents of the Blddar with respondbABw labeling to the prepers % spi road of submission of the fan's bid on this project and have been advised by each of them that he or aha hit not po tkapabd In any ootnmuniea8oin iu , agreement. eoguslon, act or other Conduct Neonsistem with VV Y of 1M stftmnm is end ri"We" n*'ta on s_ An rephared by Section 337.185, Fltrida Statutes, tiro BMW hes fhdy kdor Gad Mss) end men'tall of Trainsportskm ;m rs. ceao and writing ofd convictions of the firth, ilia shiers& (ass de8r»d in Section 337.103(iXa), Raddaemployees of the mtm and les shitiaI for vtdeaon of amee or federal snhtrust laws with respect to* Public Contract or for violation of any stiles or fedsrd bsw invoWmg haul bribery, Collusion, COnsPlrGCY Or mstarial r,dmWesentabon With reaped to a pubic contrail This Includes dNdoeura of the names of eWterlt emPbyaea of the firm or alWabas who was borhvicted of Contrail edmes whga In the empboy of another Company. g. Tf�a Bkklar cstti8s tial. except as noted below, neither t e frm nor arty person aasociated thefawMh In the CapralY d owner. pa(bar, director. Ofteir, prsKipa4 lowaftelor. project director, manager auditor, arvoW position kv m" the adrdnistration of Fedarat funds: (a) is Weeetgy deberretL suspended, proposed for debamerR declared ineigibla, of volunto* excluded from covered transsCOons, as deirlad in 49 cFR 129.11o(a), by any Federal department or agwm (b) hen w 0m a threa-ysM Period preceding this certification been comeided of or had a civil judgment rendered agealat tivefn for: Commission of fraud of a cMhtal OfWm in connection with obWk*lg, attempting to obtsin, er parfortrvirlg a Federal. State, or local government transection or public contract violeson of Federe! or Ststo antiVust alatuben: of conmlistpW of ambemiernerl4 that4 longery, bribery, falsifiCaGM or deetrudion of recordek melding utas sbtaments, of recebvuv delam, properly, (C) is presently Indicted for of olhelwka Cdt*lgy dr clviey charged by a Faderal, Stats, or local gevammentiel entity with commission of arty of the aft nae'a emumarawd in paragraph 0(b) of tilt's certificaaon: and (d) has wnfm a Chtseifeaf period preCadng Itis certificagon had one or more Federal, Stats, or local governmert pubic tansedions terminated forosuee or delaua_ 10. The Bidder cartif+es that it shag not knowingly enter Into any transaction With a c ntraiedby r. atF serial al suppli", Of vendor who is debarred. suspended,d deafed Ineligible, aexa vO'Wft"Y udad from participation In the, o Agency unless authOrL and by the Departinern it. Thu firm eartiiea that the bidder Is not a nonresident alien, or a fofelgn Corporation/entity, formed under the laws Of a country 011ier ttvan the UAded Stales. Where the B7dder ie unable to declare of Certify as to any of the, statemsnta contained in 4 c/ bo'e h�r�saaparpahte ner umbed (11 through (11), the Hilder hes Drodded rte eUpanation M the" F1cop5W ' Dorton on page try BT -d CBi:9 Lbt LBb -0NT `0 SSC b H71T=a Wil 6L= T C 3x11 r36—BL—div 6To-d 66C6•oN xa/xi CETT e6/ez/eo im The Town of Gulf Stream, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat 252) and the regulations of the Department of Commerce (15 C.F.R., Part 8) issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises will be afforded full opportunity to submit bids in response to this invitation. Further, the Town of Gulf Stream will not discriminate against bidders on the basis of race, color, gender, religion, national origin, age, disability or marital status in consideration for an award. 6C'd rsLo zvL Lob -FJ IJY SS b H d- nb Wtl O��TC 3f11 66-SZ-Ldtl