Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2012-37 CONTRACTOR AGREEMENT FOR
HORIZONTAL DIRECTIONAL DRILLING 4
THIS AGREEMENT, made and entered into this Obi day of (�4-(
� 2012,
A.D., by and between the City of Clermont 685 West Montrose Street, Clermont, Florida
(hereinafter referred to as "OWNER "), and BORE HAWG, INC., 4269 NW 44` Ave.,
Ste B, Ocala, FL 34482 (hereinafter referred to as "CONTRACTOR ").
WHEREAS, CONTRACTOR in response to a public bid prepared and issued by Clay
County Utility Authority submitted a response to provide horizontal directional drilling;
WHEREAS, based on CONTRACTOR's response, Clay County Utility Authority a five
year contract dated January 5, 2010 to CONTRACTOR;
WHEREAS, OWNER desires to utilize the CONTRACTOR's contract with Clay County
Utility Authority accordance with OWNER's procurement policy; and
WHEREAS, CONTRACTOR desires to enter into a contract with OWNER based on the
terms and conditions of the Clay County Utility Authonty Contract dated January 5,
2010.
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I - SCOPE OF WORK
The CONTRACTOR shall furnish all labor, materials, equipment, machinery, tools,
apparatus and transportation and perform all of the work to be described in a separate
task authorizationto be issued hereunder and in accordance with this Agreemnt and all of
the terms and conditions contained in the Clay County Utility Authority Contract dated
January 5, 2010, which is attached hereto and incorporated herein as Exhibit "A" and
shall do everything required by this Agreement and the other Agreement Documents
contained in the specifications, which are a part of these Documents. To the extent of a
conflict between this Agreement and Exhibit "A ", the terms and conditions of this
Agreement shall prevail and govern.
ARTICLE II - THE CONTRACT SUM
OWNER shall pay CONTRACTOR, for the faithful performance of the Agreement as set
forth in the Task Authorization described below and the Agreement documents.
ARTICLE III - DESCRIPTION OF SERVICES
1. It is expressly understood and acknowledged that nothing herein shall obligate or
guarantee to CONTRACTOR any agreement or task authorization and OWNER
expressly reserves the right to exercise its option to issue any such agreements to
1
any qualified firm or entity in accordance with all applicable laws, ordinances,
policies and /or regulations.
2. The OWNER shall make request of CONTRACTOR to provide horizontal
directional drilling services on a project or task basis. The OWNER will
communicate with CONTRACTOR, verbally or in writing, a general description
of the task to be performed. The CONTRACTOR will generate a detailed Scope
of Work document, including a performance schedule and total cost to complete
the task and provided the "Task Proposal" to the OWNER. If a site visit by
CONTRACTOR is needed to generate the scope document, CONTRACTOR
shall request approval prior to visiting the site. The OWNER will review the
proposal, and if the description is mutually acceptable, the parties will enter into a
written "task authorization or work order ". The Scope of Services generally to be
provided by the CONTRACTOR shall be as provided in accordance with this
Agreement and Exhibit "A" hereto.
3. CONTRACTOR shall not be authonzed to proceed until the OWNER has issued
a Notice to Proceed to the CONTRACTOR. Upon receipt of the signed Task
Authonzation and a Notice to Proceed from the OWNER, the CONTRACTOR
shall perform the services set forth in the task authorization/work order.
ARTICLE IV - COMMENCEMENT AND COMPLETION OF WORK
1. The CONTRACTOR shall commence work within 10 calendar days after receipt
of (i) notice to proceed or purchase order, and (ii) receipt of all permits required to
perform the work, and the CONTRACTOR will substantially complete the same
within the time frame set forth in the notice to proceed, unless the period for
completion is extended otherwise by the notice to proceed or purchase order,
amendment or change order to the Agreement. Substantial Completion as
provided herein shall be the day the project or designated portion thereof is
certified and accepted by the OWNER as sufficiently complete, in accordance
with the Agreement Documents.
2. The CONTRACTOR shall prosecute the work with faithfulness and diligence.
3. The CONTRACTOR further declares he has examined the sites of the work and
that from personal knowledge and experience or that he has made sufficient
investigations to fully satisfy himself that such sites are correct and suitable for
the work and he assumes full responsibility therefore. The provisions of this
Agreement shall control any inconsistent provisions contained in the
specifications. All Drawings and Specifications have been read and carefully
considered by the CONTRACTOR, who understands the same and agrees to their
sufficiency for the work to be done. It is expressly agreed that under no
circumstances, conditions or situations shall this Agreement be more strongly
construed against the OWNER than against the CONTRACTOR and his Surety.
2
Any ambiguity or uncertainty in the Specifications shall be interpreted and
construed by the OWNER's Public Services Project Manager and his decision
shall be final and binding upon all parties.
It is distinctly understood and agreed that the passing, approval and /or acceptance
of any part of the work or material by the OWNER or by any agent or
representative as in compliance with the terms of this Agreement and /or the
Specifications covering said work shall not operate as a waiver by the OWNER of
strict compliance with the terms of this Agreement and /or Specifications covering
said work; and the OWNER may require the CONTRACTOR and/or his Surety,
if applicable, to repair, replace, restore and /or make to comply strictly and in all
things with this Agreement and Specifications any and all of said work and /or
materials which within a period of one year from and after the date of the passing,
approval, and or acceptance of any such work or material, are found to be
defective or to fail and in any way to comply with this Agreement and/or
Specifications. This provision shall not apply to materials or equipment normally
expected to deteriorate or wear out and become subject to normal repair and
replacement before their condition is discovered. The CONTRACTOR shall not
be required to do normal maintenance work under the guarantee provisions.
Failure on the part of the CONTRACTOR and/or his Surety, immediately after
Notice to either, to repair or replace any such defective materials and
workmanship shall entitle the OWNER, if it sees fit, to replace or repair the same
and recover the reasonable cost of such replacement and /or repair from the
CONTRACTOR and /or his Surety, who shall in any event be jointly and severally
liable to the OWNER for all damages, loss and expense caused to the OWNER by
reason of the CONTRACTOR'S breach of this Agreement and /or his failure to
comply strictly and in all things with this Agreement and/or his failure to comply
strictly and in all things with this Agreement and Specifications.
ARTICLE V - LIQUIDATED DAMAGES
1. It is mutually agreed that time is of the essence in regard to this Agreement.
Therefore, notwithstanding any other provision contained in the Agreement
Documents, should the CONTRACTOR fail to complete the work within the
specified time as set by the Notice to Proceed or Purchase Order the
CONTRACTOR shall pay to OWNER the agreed and liquidated damages sum as
set forth in Exhibit "A" for each calendar day elapsing beyond the specified time
date; which sum shall represent the damages sustained by the OWNER, and shall
be considered not as a penalty, but in liquidation of damages sustained.
CONTRACTOR shall pay the liquidated damages amount contained herein to
OWNER within fifteen (15) days of receipt of OWNER's written demand for
such payment.
2. For the purposes of this Article, the day of final acceptance of the work shall be
considered a day of delay, and the scheduled day of completion of the work shall
be considered a day schedule for protection.
3
ARTICLE VI - PARTIAL AND FINAL PAYMENTS
In accordance with the provisions fully set forth in the Agreement Documents, and
subject to additions and deductions as provided, the OWNER shall pay the
CONTRACTOR as follows:
1. CONTRACTOR shall submit a progress payment request by the third (3rd) day of
each calendar month for work performed during the preceding calendar month.
Upon CONTRACTOR's signature accepting the PARTIAL PAYMENT
AUTHORIZATION, the OWNER shall make a partial payment to the
CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified
and approved payment invoice by the OWNER for work performed during the
preceding calendar month under the Agreement. To insure proper performance of
the Agreement, the OWNER shall retain ten percent (10 %) of the amount of each
estimate until final completion and acceptance of all work covered by the
applicable Notice to Proceed or Purchase Order.
2. Upon submission by the CONTRACTOR of evidence satisfactory to the OWNER
that all payrolls, material bills and other costs incurred by the CONTRACTOR in
connection with the construction of the work have been paid in full, and also, after
all guarantees that may be required in the Specifications have been furnished and
are found acceptable by the OWNER, final payment, including any retamage
amount, on account of the applicable Notice to Owner or Purchase Order shall be
made within thirty (30) calendar days after completion of all work by the
CONTRACTOR covered by this Agreement and acceptance of such work by the
OWNER.
ARTICLE VII - ADDITIONAL BONDS
It is further mutually agreed between the parties hereto that if, at any time after the
execution of this Agreement and the Surety Bonds hereto attached for its faithful
performance and payment of labor and materials, the OWNER shall deem the Surety or
Sureties upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to
be adequate to cover the performance and payments of the work, the CONTRACTOR
shall, at his expense, and within seven (7) days after receipt of Notice from the OWNER
to do so, furnish additional bonds, in such form and amounts, and with such Sureties as
shall be satisfactory to the OWNER. In such event, no further payment to the
CONTRACTOR shall be deemed due under this Agreement until such new or additional
security for the faithful performance and for payment of labor and materials of the work
shall be furnished in manner and form satisfactory to the OWNER.
4
ARTICLE VIII — DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The Owner and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The
mediation shall be held in the place where the Project is located, unless another
location is mutually agreed upon. Agreements reached in mediation shall be
enforceable as settlement agreements in any court having jurisdiction thereof.
ARTICLE IX — INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his employees connected with the work of this Project and, in case any work is sublet, the
CONTRACTOR shall require the subcontractor similarly to provide Worker's
Compensation Insurance for all of the latter's employees unless such employees are
covered by the protection afforded by the CONTRACTOR. Such insurance shall comply
with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the
Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the Owner, for the protection of employees not otherwise protected.
2. Contractor's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether
such operations are by itself or by anyone directly or indirectly employed by it, and the
amount of such insurance shall be minimum limits as follows:
(a) Contractor's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury & Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
5
Insurance clause for both BODILY INJURY AND PROPERTY
DAMAGE shall be amended to provide coverage on an occurrence basis.
3. Subcontractor's Public Liability and Property Damage Insurance - The
CONTRACTOR shall require each of his subcontractors to procure and maintain during
the life of this subcontract, insurance of the type specified above or insure the activities of
his subcontractors in his policy, as specified above.
4. Owner's and Contractor's Protective Liability Insurance - The Owner shall
procure and furnish an Owner's and Contractor's Protective Liability Insurance Policy
with the following minimum limits:
(a) Bodily Injury Liability & $1,000,000 each ($2,000,000 aggregate)
Property Damage Liability Occurrence
Combined Single Limit
5. "XCU" (Explosion, Collapse, Underground Damage) - The
CONTRACTOR's Liability Policy shall provide "XCU" coverage for those
classifications in which they are excluded.
6. Broad Form Property Damage Coverage, Products & Completed
Operations Coverages - The Contractor's Liability Policy shall include Broad Form
Property Damage Coverage, Products and Completed Operations Coverages.
7. Contractual Liability Work Contracts - The Contractor's Liability Policy
shall include Contractual Liability Coverage designed to protect the CONTRACTOR for
contractual liabilities assumed by the CONTRACTOR in the performance of this
Agreement.
8. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the Owner and its agents and
employees from and against all claims, damages, losses and expenses,
including but not limited to attorney's fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury, sickness,
disease or death, or to injury to or destruction of tangible property
(other than the Work itself) , and (2) is caused in whole or in part by
any negligent act or omission of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, regardless of
whether or not it is caused in part by a party indemnified hereunder.
Such obligation shall not be construed to negate, abridge, or otherwise
reduce any other right to obligation of indemnity which would
otherwise exist as to any party or person described in this Article.
6
(b) In any and all claims against the Owner or any of its agents or
employees by any employee of the CONTRACTOR, any
subcontractor, anyone directly or indirectly employed by any of them
or anyone for whose acts any of them may be liable, the
indemnification obligations under this Paragraph shall not be limited
in any way by any limitation on the amount or type of damages,
compensation or benefits payable by or for the CONTRACTOR or any
subcontractor under workers' or workmen's compensation acts,
disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and
other good and valuable consideration from the Owner for the
indemnification provided herein.
ARTICLE X - NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid, or by nationally recognized overnight
couner service to the address of the party set forth below. Any such notice shall be
deemed given when received by the party to whom it is intended.
CONTRACTOR: Bore Hawg, Inc.
4269 NW 44 Ave
Ste B
Ocala, FL 34482
OWNER: City of Clermont
Attn: Wayne Saunders, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE XI — MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret
any provision of this agreement, the prevailing party shall be entitled to recover
such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any
appeal, in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this agreement.
7
3. Severability. If any provision of this agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,
or part thereof, shall be deleted or modified in such a manner as to make the
agreement valid and enforceable under applicable law, the remainder of this
agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this agreement may not be
modified or amended except by an agreement in writing signed by both parties.
5. Entire Agreement. This agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous agreements between the parties with respect to the
performance of services by CONTRACTOR.
6. Assignment. This agreement is personal to the parties hereto and may not be
assigned by CONTRACTOR, in whole or in part, without the prior wntten
consent of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of
action arising out of this agreement shall be Lake County, Florida.
8. Applicable Law. This agreement and any amendments hereto are executed and
delivered in the State of Flonda and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Records. CONTRACTOR expressly understands and acknowledges that any and
all documents related to the services provided herein, may be considered records
that are subject to examination and production in accordance with Florida's
Public Records Law. CONTRACTOR expressly agrees that it will comply with
all requirements related to said law and that it will hold OWNER harmless,
including attorney fees and litigation costs, for any such disclosure related to
Florida's Public Records Law.
ARTICLE XII - AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this
Agreement as if herein repeated.
Document Precedence:
1. Task Authorization.
2. This Agreement
8
3. Notice to Proceed
4. All terms, conditions and documents contained in Clay County Utility Authority
contract with Contractor dated January 5, 2010.
5. Payment and Performance Bonds
IN WITSS REOF, the parties hereto have executed this Agreement on
this ay of 2012.
City of Clermont
toiM
Harold S. Turville, Jr., Mayo
- Attest:
Tracy A • ' d, City Clerk Bore Hawg, Hawg, Inc.
By:
Jason . Riggs, a dent
Attest:
Corporate Secretary
(Name Printed or Typed)
9
EXHIBIT A
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
—
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is by and
between CLAY COUNTY UTILITY AUTHORITY
__ (Owner)
and BORE HAWG, INC.
(Contractor).
Owner and Contractor, in consideration of the mutual covenants set forth herein, agree as follows:
ARTICLE 1 - WORK
1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The
Work is generally described as follows:
CONTINUING CONTRACT FOR HORIZONTAL DIRECTIONAL DRILLING
Project NO. 08/09 -A10
ARTICLE 2 - THE PROJECT
2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is
"' generally described as follows:
This is a five (5) year continuing contract for work that consists of
furnishing all labor and equipment necessary to directionally drill,
fuse or join pipelines and install Owner furnished pipe including
HDPE, locking joint PVC, or fusible PVC of various sizes and lengths.
— Owner shall furnish construction plans to identify the work for which
purchase orders will be issued and survey services for construction
layout.
ARTICLE 3 - ENGINEER
— 3.01 The Project(s) shall be managed by David J. Bolam, P.E. (Engineer), who is to act as Owner's
representative, assume all duties and responsibilities, and have the rights and authority assigned to
Engineer in the Contract Documents in connection with the completion of the Work in accordance with
the Contract Documents.
00520-1
ARTICLE 4 - CONTRACT TIMES
4.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for
final payment as stated in the subsequent purchase orders are of the essence of the Contract. These time
limits shall be negotiated for each individual project with the Contractor and shall be binding upon
execuation of said purchase orders.
4.02 Substantial Completion and Final Payment
A. The Work will be substantially completed as provided in Paragraph 2.03 of the General
Conditions, and completed and ready for final payment in accordance with Paragraph 14.07 of the
General Conditions.
4.03 Liquidated Damages
A. Contractor and Owner recognize that time is of the essence of this Agreement and that Owner will
suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above,
plus any extensions thereof allowed m accordance with Article 12 of the General Conditions. The
parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration
proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly,
instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay
(but not as a penalty), Contractor shall pay Owner $100.00 for each day that expires after the time
specified in Paragraph 4.02 for Substantial Completion until the Work is substantially complete. After
Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work
within the Contract Time or any proper extension thereof granted by Owner, Contractor shall pay Owner
^ $50.00 for each day that expires after the time specified in Paragraph 4.02 for completion and readiness
for final payment until the Work is completed and ready for final payment.
ARTICLE 5 - CONTRACT PRICE
5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract
Documents an amount in current funds equal to the sum of the amounts determined pursuant to
Paragraphs 5.01.A, and 5.01.B below:
A. For all Unit Pnce Work, an amount equal to the sum of the established unit price for each
separately identified item of Unit Price Work times the estimated quantity of that item as indicated in
^ this paragraph 5.01.A:
As provided in Paragraph 11.03 of the General Conditions, estimated quantities are not guaranteed,
and determinations of actual quantities and classifications are to be made by Engineer as provided in
Paragraph 9.07 of the General Conditions. Unit prices have been computed as provided in Paragraph
11.03 of the General Conditions.
B. For all Work, at the pnces stated m Contractor's Bid, attached hereto as an exhibit.
00520-2
ARTICLE 6 - PAYMENT PROCEDURES
6.01 Submittal and Processing of Payments ,
A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General
Conditions. Applications for Payment will be processed by Engineer as provided in the General
-' Conditions.
6.02 Progress Payments; Retainage
A. Owner shall make one progress payment per month on account of the Contract Price on the basis
of Contractor's Applications for Payment on or about the 1 or 3 Wednesday of each month during
performance of the Work as provided in Paragraphs 6.02.A.1 and 6.02.A.2 below. All such payments
will be measured by the schedule of values established as provided in Paragraph 2.07.A of the General
Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event
there is no schedule of values, as provided in the General Requirements:
1. Prior to Substantial Completion, progress payments will be made in an amount equal to the
percentage indicated below but, in each case, less the aggregate of payments previously made and less
such amounts as Engineer may determine or Owner may withhold, including but not limited to
liquidated damages, in accordance with Paragraph 14.02 of the General Conditions:
a. Ninety percent (90 %) of the Work completed including the cost of materials and equipment
-- stored and secured on the Site, but not incorporated in the Work (with the balance being retainage).
If the Work has been fifty percent (50 %) completed as determined by Engineer, the retainage shall
be reduced to five percent (5 %) on all subsequent payment requests. After fifty percent (50 %)
completion, if the character and progress of the Work have been satisfactory to Owner and
Engineer, Contractor may request payment of up to one - half of the retainage held by the Owner on
the entire amount of the Work completed, including the cost of materials and equipment stored and
secured on the Site, but not incorporated in the Work.
2. Upon Substantial Completion, Owner shall pay an amount sufficient to increase total payments
to Contractor to ninety -five percent (95 %) of the Work completed, less such amounts as Engineer shall
determine in accordance with Paragraph 14.02.B.5 of the General Conditions and less one hundred
percent (100 %) of Engineer's estimate of the value of the Work to be completed or corrected as shown
on the tentative list of items to be completed or corrected attached to the certificate of Substantial
Completion.
6.03 Project Closeout
A. Owner shall develop a list of items required to render complete, satisfactory, and acceptable the
Work purchased by Owner. The process for the development of the list, including responsibilities of
Owner and Contractor in developing and reviewing the list and a reasonable time for developing the list,
are as follows:
00520 -3
1. For construction projects having an estimated cost of less than $10 million, within 30 calendar
clays after reaching substantial completion of the Work; or
2. For construction projects having an estimated cost of $10 million or more, within 30 calendar
days, unless otherwise extended by contract not to exceed 60 calendar days, after reaching substantial
completion of the Work.
B. If this Agreement between Owner and Contractor relates to Work covering more than one building
or structure, or involves a multi- phased Project, the list shall contain items required to render complete,
satisfactory, and acceptable all of thc Work for each building, structure, or phase of the Project within
the time limitations provided in subsection 1, above.
C. The failure to include any corrective work or pending items not yet competed on the list developed
pursuant to subsection 1 or subsection 2, above, does not alter the responsibility of the Contractor to
complete all of the Work.
D. Upon completion of all items on the list, Contractor may submit a payment request for all
remaining retainage withheld by Owner pursuant to Section 255.078, Florida Statutes (2007) or any
successor statue thereto. If a good faith dispute exists as to whether one or more items identified on the
list have been completed pursuant to this Agreement, Owner may continue to withhold an amount not to
exceed one - hundred fifty percent (150 %) of the total costs to complete such items.
E. All items of the Work that require correction under this Agreement and that are identified after the
preparation and delivery of the list remain the obligation of Contractor as defined by this Agreement.
F. Warranty items may not affect the final payment of retainage as provided in this section or as
provided in this Agreement between Contractor and its subcontractors and suppliers.
G. Retainage may not be held by Owner or Contractor to secure payment of insurance premiums
under a consolidated insurance program or series 'of insurance policies issued to Owner or Contractor for
the Project or a group of projects, and the final payment of retainage as provided in thc section may not
be delayed pending a final audit by Owner's or Contractor's insurance provider.
H. If Owner fails to comply with its responsibilities to develop the list required under subsection 1 or
subsection 2, above, as defined in this Agreement, within the time limitations provided in subsection 1,
above, Contractor may submit a payment request for all remaining retainage withheld by Owner
pursuant to Section 255.078, Florida Statutes (2007) or any successor statue thereto. Owner need not
pay or process any payment request for retainage if Contractor has, in whole or in part, failed to
cooperate with Owner in the development of the list of failed to perform its contractual responsibilities,
if any, with regard to the development of the list or if Section 255.078 (6), Florida Statutes (2007) or any
successor statue thereto applies.
6.04 Final Payment
00520-4
A Upon final completion and acceptance of the Work in accordance with Paragraph 14 07 of the
General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer
as provided in said Paragraph 14 07
ARTICLE 7 - INTEREST
7 01 All payments due for the Work as provided in Article 14 of the General Conditions and not made
— within the applicable time limits shall bear interest at the rate specified m Section 255 073 (4), Flonda
Statutes (2007) or any successor statue thereto
ARTICLE 8 — CONTRACTOR'S REPRESENTATIONS
8 01 In order to mduce Owner to enter into this Agreement, Contractor makes the following
representations
A Contractor has examined and carefully studied the Contract Documents and the other related data
—
identified in the Bidding Documents
B Contractor shall visit each prospective Site and become familiar with and is satisfied as to the
general, local, and Site conditions that may affect cost, progress, and performance of the Work pnor to
signing and purchase order issued under this Agreement
C Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance of the Work
D Contractor shall carefully study all (1) reports of explorations and tests of subsurface conditions
at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or
— subsurface structures at or contiguous to the Site (except Underground Facilities) which will be made
available and will become an amendment to this Agreement as provided in Paragraph 4 02 of the
General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the
Site which will be made available and will become an amendment to this Agreement as provided in
Paragraph 4 06 of the General Conditions
E Contractor will obtamed and carefully study (or assumes responsibility for doing so) all additional
or supplementary examinations, investigations, explorations, tests, studies, and data concerning
conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may
—
affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods,
techniques, sequences, and procedures of construction to be employed by Contractor, including any
—
specific means, methods, techniques, sequences, and procedures of construction expressly required by
the Bidding Documents, and safety precautions and programs incident thereto
_. F Upon execution of any purchase order issued under this Agreement, Contractor does not consider
that any further examinations, investigations, explorations, tests, studies, or data are necessary for the
performance of the Work at the Contract Pnce, within the Contract Times, and in accordance with the
— other terms and conditions of the Contract Documents
00520-5
G Contractor shall represent that he is aware of the general nature of work to be performed by Owner
— and others at the Site(s) that relates to the Work as indicated m the Contract Documents and subsequent
purchase orders
-- H Contractor shall correlate the information known to Contractor, information and observations
obtained from visits to the Site, reports and drawings to be provided and amended to these Contract
Documents, and all additional exammations, investigations, explorations, tests, studies, and data with the
Contract Documents
I Contractor shall give Engineer written notice of all conflicts, errors, ambiguities, or discrepancies
that Contractor may discover in the Contract Documents, and the wntten resolution thereof by Engineer
is acceptable to Contractor pnor to execution of any purchase order issued under this Agreement
—
J The Contract Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performance and furnishing of the Work
ARTICLE 9 - CONTRACT DOCUMENTS
9 01 Contents
A The Contract Documents consist of the following
1 This Agreement
2 Performance bond (for emergency work)
3 Payment bond (for emergency work)
4. General Conditions
5 Supplementary Conditions
6 Specifications as listed m the table of contents of the Project Manual
7 Addenda (numbers 1 to 2, inclusive)
—
8 Exhibits to this Agreement (enumerated as follows)
a Contractor's Bid
._ 9 The followmg which may be delivered or issued on or after the Effective Date of the
Agreement and are not attached hereto
— a Notice to Proceed
00520 -6
b Work Change Directives
c. Change Order(s)
d Purchase Order(s) with accompanying performance and payment bonds
e Drawings
B The documents listed in Paragraph 9 01.A are attached to this Agreement (except as expressly
noted otherwise above)
C There are no Contract Documents other than those listed above in this Article 9
D The Contract Documents may only be amended, modified, or supplemented as provided in
Paragraph 3 04 of the General Conditions and Supplementary Conditions
ARTICLE 10 - MISCELLANEOUS
10 Ol Terms
A Terms used in this Agreement will have the meanings stated in the General Conditions and the
Supplementary Conditions
10 02 Assignment of Contract
A No assignment by a party hereto of any nghts under or interests in this Agreement will be binding
on another party hereto without the wntten consent of the party sought to be bound, and, specifically but
without limitation, moneys that may become due and moneys that are due may not be assigned without
such consent (except to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any wntten consent to an assignment, no assignment will release or
discharge the assignor from any duty or responsibility under the Contract Documents
10.03 Successors and Assigns
A Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives
to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all
covenants, agreements, and obligations contained in the Contract Documents
1004 Severabihty
A Any provision or part of the Contract Documents held to be void or unenforceable under any Law
or Regulation shall be deemed stricken, and all remauung provisions shall continue to be valid and
binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to
replace such stricken provision or part thereof with a valid and enforceable provision that comes as close
as possible to expressing the intention of the stricken provision
00520-7
IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement in duplicate One
counterpart each has been delivered to Owner and Contractor All portions of the Contract Documents
have been signed or identified by Owner and Contractor or on their behalf.
This Agreement will be effective on January 5, 2010 (which is the Effective Date of the Agreement)
OWNER CONTRACTOR
CLAY COUNTY UTILITY AUTHORITY BORE HAWG INC
By• � C By
Avery, Exe6utive Director JASON GGS, PRESIDENT
CORPORATE SEAL]
Attu - :� r t \_, Att W . - v -
v 4
f ' W PAULEY, SEC TREAS
Addre - 4 wg-notices Address for giving notices ,
(—
3476 O1dJenning s Road 4269 NW 44TH AVE STE B
Middleburg,llorida 32068 OCALA FL , 34482
License No C UC1224149
Where applicable)
Agent for service of process.
(If CONTRACTOR is a corporation or a
partnership, attach evidence of authority to
sign.)
Designated Representative Designated Representative:
Name. David J. Bolam, P E. Name. Jason W Riggs
Title Chief Engineer Title. Presiaent
Address 3176 Old Jennings Road Address. 4269 NW 44tn Ave
Middleburg, Florida 32068 UCala rL .344132
— Phone. (904) 213 -2408 Phone. 352 840 0801
Facsimile- (904) 213 -2469 Facsimile 352 351 8401
e -mail dbolam(a,clayutility org e-mail estimating@borehawginc com
00520 -8
MINUTES OF THE ANNUAL MEETING
OF THE DIRECTORS AND SHAREHOLDERS OF
BORE HAWG, INC.
The Annual Meeting of Directors and Shareholders of Bore Hawg, Inc. was held at
the principal office of the corporation located at 4269 NW 44 Ave, Ocala, Florida, the
6th day of March, 2009, at 10:00 a.m. Present were Directors, Gary W Pauley &, Jason
W. Riggs.
Gary W Pauley, Secretary, presented a Waiver of Notice of the Annual Meeting
signed by the Directors and filed the Notice with the minutes of the meeting
Jason W. Riggs, President has the authonty to sign bids, contracts and other
— miscellaneous documents on behalf of Bore Hawg Inc..
There being no further business, upon motion duly made, seconded and
unanimously carried, the meeting was adjourned.
Gary W. Pauley, Secretary
THE ATTACHED STATUTORY COVER PAGE FORMS AND BECOMES A PART OF THIS BOND
Executed in 5 Counterparts
Bond No 2096538
_ SECTION 00600
PUBLIC CONSTRUCTION PERFORMANCE AND PAYMENT BOND
BY THIS BOND, We Bore Hawg, Inc , as
pri and North Amencan Specialty Insurance Company , a Corporation, as Surety, are
bound to Clay County Utility Authority, an independent special district existing under Chapter 94-
_ 491, Laws of Florida, Special Acts of 1994, herein called Owner, in the sum of
3100,000 00 , for performance, and the separate and additional sum of S1 00,000 00 ,
for payment, for the payment of each ofwhich we bind ourselves, our heirs, personal representatives,
— successors and assigns, jointly and severally.
THE CONDITION OF THIS BOND is that if Principal:
.— 10
1. Performs the contract dated January 5th , 2004, between Principal and
Owner for construction of Project No 08/09 -A10, Continuing Contract for Honzontal
Directional Dnlling , the contract being made a part of this Bond by
reference, at the times and in the manner prescribed in the contract; and
— 2. Promptly makes payment to all claimants, as defined in Section 255.05 (1),
Florida Statutes, supplying Principal with labor, materials or supplies, used
directly or indirectly by Principal in the prosecution of the work provided for in
the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including
appellate proceedings, that Owner 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, then this Bond is void, otherwise it remains in full
force.
This Bond is to be deemed a Statutory Bond under Section 255.05, Florida Statutes, the provisions of
which are hereby incorporated by reference and made a part hereof.
All interested parties are specifically directed to the following provisions regarding time and notice
limitations as set out in Section 255.05(2), Florida Statutes:
A claimant, except a laborer, who is not in privity with the Contractor and who has not received
payment for his labor, materials, or supplies, shall within 45 days after beginning to furnish labor,
materials, or supplies for the prosecution of work, furnish the Contractor with a notice that he intends
00600 -1
to look to the Bond for protection. A claimant who is not in privity with the Contractor and who has
not received payment for his labor, materials or supplies shall, within 90 days after performance of
the labor or after complete delivery of the materials or supplies or, with respect to rental equipment,
within 90 days after the date that the rental equipment was last on the job site available for use,
deliver to the Contactor and to the Surety written notice of the performance of the labor or delivery
of the materials or supplies and of the nonpayment. No action for labor, materials, or supplies may
be instituted against the Contractor or the Surety unless both notices have been given. No action
shall be instituted against the Contractor or the Surety on the Payment Bond or the payment
provisions of a combined Payment and Performance Bond after two (2) years from the performance
of the labor or completion of delivery of the materials or supplies.
Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety's obligation under this
Bond
Dated On: January 5th, 2010
_ Principal's Address: Surety's Address
Bore Hawg, Inc North American Insurance Company
4269 NW 44th Avenue, Suite B 1200 Arlington Heights Road, Suite 400
Ocala, FL 34482 Itasca, IL 60143
Project Description and Location: Continuing Contract for Honzontal Directional Dnlling, Clay County, Flonda
Clay County Utility Authontv
CCUA Proiect No. 08/09 -A10
Bore Hawg, Inc = ,
Principal
By
North encan Spe I Insurance Company a.
Sorely
By.
Attorney in -Fact & FL Licensed Resident Agent
Glona A. Richards (407) 786 -7770
END OF SECTION
00600 -2
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its pnnapal office in the City of Manchester, New Hampshire, and Washington Intematmnal
insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its prmapal office in the City of
Itasca, Illinois, each does hereby make, consulate acid appoint
JEFFREY W REICH. SUSAN L REICH, KIM E NIV. TERESA L. DURHAM. PATRICIA L SLAUGHTER.
LESLIE M DONAHUE, J GREGORY MacKENZIE, DON BRAMLAGE and GLORIA A RICHARDS
JOINTLY OR SEVERALLY
Its true and lawful Attoney(s)-m -Fact. to make, execute, seal and dehver, for and on its behalf and as its act and deed, bonds or other wnungs
obhgatory in the none of a bond on behalf of each of said Campania, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, ptovtded that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of. TWENTY -FIVE MILLION (S25,000,000 00) DOLLARS
— This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington intemauonal Insurance Company at meetings duly called and held
on the 24 of March. 2000
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President.
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the anomey named
in the given Power of Attorney to execute on behal f of the Company bonds, undenalangs and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is
— FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Auomey or to any
certificate relating thereto by facsunrle, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon die Company when so affixed and m the future with regard to any bond, undertaking or contract of surety to which it is attached "
—
tcolu
s t she w P Addawd, peaaital8 aM rdder. dr.. Ma d W loaerd I.s"daWddl t.mna. Compdq SEA(, & as t. VI . he"dwf of Nat* Amino. sped", Imam Coops,
By -
Ds.b M.loow Swim VlaPregdee d Imams" CCmpaDy
• YIN Milani of N.A Alms &W ally iI roans" Company
IN WITNESS WHEREOF, North American Specialty insurance Company and Washington International Insurance Company have caused their
offload seals to be hereunto affixed, and these presets to be signed by theireuthonaed oflieen this 3001 day of September , 2008
North American Specialty Insurance Company
Washington International Insurance Company
State of ininois s9
County of Du Page
On this 30th day of Se , 2018, before me. e N Public personally appeared Steven P. Anderson , President and CEO of
Washington international Insurance Company and Senior Vi President of North Amencan Specialty Insurance Company and Davin M Layman
Senior Vice President of Washington International insurance onpany and Vice President of North Amcncan Specialty Insurance Company,
personally known to me, who being by me duly sworn, acloiowledged that they signed the above Power of Attorney as officers of and
— admowkdged said instrument to be the voluntary act and deed of their resoecuve companies [Q f p
‘DONNAD. OMENS .tigarg__k.SamwfMiam lighss 14aYJ011 Donna D Sklens,NotaryPublic
Coassidoo 1, jams A. Carpenter , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
_ Amencan Specialty Insurance Company and Washington international Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF,1 have set my hand and affixed the seals of the Companies this 5th d o f January , 2010 ,
ramp A. Carew sum Raided & MOM Swnay of Wahmpee lanasessal humus" Camp8ny ! •
Nora Amerind aped", liuis uConvey
•
- ACORD CERTIFICATE OF LIABILITY INSURANCE cSR BE DAM (MWDD ^')
BOREHAW 12/28/09
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATI01•
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Brown 6 Brown Insurance HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
-- 47 SW 17th Street ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW
Ocala FL 34471 -8141
Phone 352- 732 -5010 Fax 352 - 732 -5344 I INSURERS AFFORDING COVERAGE NAIC #
INSURE INSURER A. Ohio Casualty Insurance Co 24074
INSURERS West American Insurance Co 44393
Q Inc
INSURER C Bridgofiold E ioy.rs Ins Co
INSURERD 10701
A
426 NW ve , Suite B i
Oca FL 4482
„-_ INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
— POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
MDR NSRC TYPE OF INSURANCE POLICY NUMBER ; POLICY (MMIDDMI) POLICY UMITS
GENERAL LIABILITY 1 EACH OCCURRENCE 31,000,000
MAtit1UHENIt
- A X COMMERCIAL GENERAL LIABILITY BK053473441 03/23/09 03/23/10 P U R A EMISES(Eaoccurence U $ 100,000
,
CLAIMS MADE I X OCCUR MED EXP (My one person) $ 10,000
PERSONAL 8 ADV INJURY 31,000,000
GENERAL AGGREGATE $2,000,000
GENI. AGGREGATE UMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2,000,000
n JE
— 1 POLICY CT I I LOC
AUTOMOBILE LIABILITY COMBINED SINGLE UMIT $ 1,000,000
- B X ANY AUTO BAW53473441 03/23/09 03/23/10 (Ea BOCdBnt) _
ALL OWNED AUTOS BODILY INJURY
(Per pew) $
SCHEDULED AUTOS
HIRED AUTOS BODILY INJURY
(Per acadent) S
NON-OWNED AUTOS
X $10,000. PIP PROPERTY DAMAGE $
(Per acadent)
GARAGEUIBILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 1,000,000
A X 1 OCCUR CLAIMS MADE US053473441 03/23/09 03/23/10 AGGREGATE $ 1,000,000 $
il DEDUCTIBLE $
RETENTION $ 0 1 $
WORKERS COMPENSATION AND X ITORY LIMITS I I ER
C EMPLOYERS'LIABILm 83036066 03/23/09 03/23/10 EL EACH ACCIDENT $ 500000
ANY PROPRIETO/PARTNER/E
OFFICERMEMBEREEXCLUD D ?ECU EL DISEASE- EA EMPLOYEE $ 500000
Ural d scribe Under
SPECIAL e PROVISIONS b&ow E L DISEASE - POLICY LIMIT $ 500000
OTHER
DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS
Certificate holder Is listed as additional insured with respects to the
general liability policy
— CERTIFICATE HOLDER CANCELLATION
CLAYCO8 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL
— Clay County Utility Authority IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
3176 Old Jennings Road
MIddleburg FL 32068 _ REPRESENTATIVES
_ I—. al l /AJO I l t°61-....
ACORD 25 (2001!08) 1 © ACORD CORPORATION 198
1
EXHIBIT B
SECTION 00300
BID FORM
BID NO. 08/09-A10
CONTINUING CONTRACT FOR HORIZONTAL DIRECTIONAL DRILLING.
CLAY COUNTY UTILITY AUTHORITY
SUBMITTED BY Bore Hawg Inc DATE October 13, 2009
4269 NW 44th Ave Suite B
Ocala F1 34482
The undersigned, as Bidder, hereby declares that the only pei son or persons Interested ui the proposal
as Pnncipals is, or are named herein and that no other person that is herein mentioned has any
interest m this proposal or in the contract to be entered into, that this proposal is made without
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
The Bidder further declares that he has examined the specifications for the work and contract
documents relative thereto, that he has lead all special provisions furnished pnor to the opening of
bids, and that he has satisfied himself relative to the work to be performed
The Bidder proposes and agrees, if this proposal is accepted, to contract with the Owner in the form
of contract specified, to furnish all necessary equipment, machinery, tools, apparatus, means of
transportation and 1 abor necessary to complete the contract in full and complete it in accordance with
the shown, noted, described and reasonable intended requirements of the plans and specifications and
contract documents to the full satisfaction of the contract with the Owner with a definite
understanding that no money will be allowed for extra work except as set forth in the attached
General Conditions and contract documents, as follows
BID SCHEDULE
Bids are to be on a unit pnce basis and are to include all labor, equipment and incidentals necessary
to perform the work as indicated in the contract documents
Estunated Total
No Item Umt Quantity Unit Pnce Estimated
1 Contract Performance
and Payment Bonds not
to exceed 2 percent of
project amount % $500,000 00 17 " �o 8585.00
2 Initial mobilization costs
and demobilization costs LS 1 LS $ 3000.00
3 Re- mobilization and
demobilization costs on
same project LS 1 LS $ - Anon on
00300 -1
No Item Nut Quantity Umt Pnce
4 2 inch flushing hydrant
175 00
_ with box and cover Ea 1 Ea $
5 Add for Work
Stoppage/Standby Rate
a dnll rig on -site Hr 1 Hr $ 185.00
b dnll rig not on -site Hr 1 Hr $ 125.00
6 Tracer Wire LF 1 LF $ 1 00
7 Add for Drilling through
limerock
a 4 -inch LF 1 LF $ 10 00
b 6 -inch LF 1 LF $ 10 00
c 8 -inch LF 1 LF $ 10 00
d 10 -inch LF 1 LF $ 10 00
e 12 -mch LF 1 LF $ 10 00
f 14 -inch LF 1 LF $ 10.0 0
g 16 -inch LF l LF $ 15 00
h 18 -mch LF 1 LF $ 15.00
1 20-inch LF 1 LF $ 20 a0
j 24 -inch LF l LF $ 20.00
8 Install Owner funushed HDPE water main, pressure sewer forcemam, and reclaimed water
main pipe by the directional dnlhng method including fusion of pipe points, adaptor fittings,
ductile iron fittings and end caps, service taps and tees, valves and fittings for pressure testing,
record drawings, and all tools, equipment, labor and incidentals necessary to complete the work
ready for operation by the Owner at the unit pnces listed below -
A 4-inch diameter pipeline
a 0 to 60 LF 1 LF $ 25 00 s3 23
b 60 to 100 LF 1 LF $ 25.00
c 100 to 200 LF 1 LF $ 15 00
d 200 to 300 LF 1 LF $ 15.00
e 300 to 500 LF 1 LF $ 15.00
f 500 to 800 LF 1 LF $ 15 00
g. 800 to 1200 LF 1 LF $ 25 00
h 1200 to 1600 LF 1 LF $ 25 00
1 1600 to 2000 LF l LF $ 25.00
B 6 -inch diameter pipeline
a. 0 to 60 LF 1 LF $ 25 00
b 60 to 100 LF 1 LF $ 25 00
c 100 to 200 LF 1 LF $ 15 00
d 200 to 300 LF 1 LF $ 15 00
e 300 to 500 LF 1 LF $ 16.00
f 500 to 800 LF 1 LF $ 16 00
g 800 to 1200 LF 1 LF $ 25.00
00300 -2
No Item Umt Quantity Unit Pnce
h 1200 to 1600 LF 1 LF $ 25.00
1 1600 to 2000 LF 1 LF $ 25.00
C 8 -inch diameter pipeline
a 0 to 60 LF 1 LF $ 25.00
b 60 to 100 LF 1 LF $ 25.00 _
C. 100 to 200 LF 1 LF $ 15.00
d 200 to 300 LF 1 LF $ 15 00
e 300 to 500 LF 1 LF $ 16.00
f 500 to 800 LF 1 LF $ 16 00
g 800 to 1200 LF 1 LF $ 25.00
h 1200 to 1600 LF 1 LF $ 25 00
1 1600 to 2000 , LF 1 LF $ 25.00
D 10 -inch diameter pipeline
a Oto60 LF 1 LF $ 30.00
b 60 to 100 LF 1 LF $ 7s_nn
c 100 to 200 LF 1 LF $ 19.0 0 _
d 200 to 300 LF 1 LF $ 9n _ 00
e 300 to 500 LF 1 LF $ 20.00
f 500 to 800 LF 1 LF $ 22.00
g 800 to 1200 LF 1 LF $ 25.00
h 1200 to 1600 LF 1 LF $ 25.00
1 1600 to 2000 LF 1 LF $ 25.00
E 12 - inch diameter pipeline
a 0 to 60 LF 1 LF $ 40 00
b. 60 to 100 LF 1 LF $ 27 00
c 100 to 200 LF 1 LF $ 27 00
d 200 to 300 LF 1 LF $ 27.00
e 300 to 500 LF 1 LF $ 27 00
f 500 to 800 LF 1 LF $ 27 00
g 800 to 1200 LF 1 LF $ 35 00
h 1200 to 1600 LF 1 LF $ 35 00
1 1600 to 2000 LF 1 LF $ 35.00
F 14-inch diameter pipeline
a 0 to 60 LF 1 LF $ 50.00
b 60 to 100 LF 1 LF $ 40.00
c 100 to 200 LF 1 LF $ 32.00
d 200 to 300 LF 1 LF $ 32 _an
e 300 to 500 LF 1 LF $ 12 nn
f 500 to 800 LF 1 LF $ lc nn
g 800 to 1200 LF 1 LF $ 1R nn
h 1200 to 1600 LF 1 LF $ 18 nn
1 1600 to 2000 LF 1 LF $ 38 on
-,
00300 -3
No Item U Quantity Unit Pnce
G 16 -inch diameter pipeline
a 0 to 60 LF 1 LF $ 85.00
b 60 to 100 LF 1 LF $ 80.00
c 100 to 200 LF 1 LF $ 40.00
d 200 to 300 LF 1 LF $ 40.00
e 300 to 500 LF 1 LF $ 40.00
f 500 to 800 LF 1 LF $ 40.00
g 800 to 1200 LF 1 LF $ 50 00
h 1200 to 1600 LF I LF $ 50.00
1 1600 to 2000 LF 1 LF $ 50.00
H. 18 -inch diameter pipeline
a. 0 to 60 LF _ 1 LF $ 80 00
b. 60 to 100 LF 1 LF $ 80 00
c 100 to 200 LF 1 LF $ 55 00
d 200 to 300 LF 1 LF $ 60 00
e 300 to 500 LF 1 LF $ 65 00
f 500 to 800 LF 1 LF $ 65 00
g 800 to 1200 LF 1 LF $ 70 00
h 1200 to 1600 LF 1 LF $ 70 00
1 1600 to 2000 LF 1 LF $ 80 00
I 20 -inch diameter pipeline
a 0 to 60 LF I LF $ 85.00
b 60 to 100 LF 1 LF $ 70.00
c 100 to 200 LF 1 LF $ 60.00
d 200 to 300 LF 1 LF $ 60.00
e 300 to 500 LF 1 LF $ 70.00
f 500 to 800 LF 1 LF $ 7n nn
g 800 to 1200 LF 1 LF $ 90 ao
h 1200 to 1600 LF 1 LF $ 9 0_ o n
1 1600 to 2000 LF 1 LF $ 9.0.0.0
J 24 -inch diameter pipeline
a. 0 to 60 LF 1 LF $ 85.00
b 60 to 100 LF 1 LF $ 80.00
c 100 to 200 LF 1 LF $ 70 00
d 200 to 300 LF 1 LF $ 70 00
e 300 to 500 LF 1 LF $ 70 00
f 500 to 800 LF 1 LF $ 75 00
g 800 to 1200 LF 1 LF $ 95.00
h 1200 to 1600 LF 1 LF $ no 00
1 1600 to 2000 LF 1 LF $ 100.00
00300 -4
No Item Unit Quantity Unit Price
9. HDPE to PVC transition per Detail A
a 4-mch Ea 1 Ea $ 100 00
b 6 -inch Ea 1 Ea $ 125.00
c 8 -mch Ea 1 Ea $ 125.00
d 10-inch Ea 1 Ea $ 150.00
e 12 -inch Ea 1 Ea $ 150.00
f 14 -mch Ea 1 Ea $ 350.00
g 16 -mch Ea 1 Ea $ 450 0 0
h 18 -mch Ea 1 Ea $ 2500.00
1 20 -inch Ea 1 Ea $ 2500.00
24 -inch Ea 1 Ea $ 3500.00
10 1 -1/2 inch electrofused saddle branch per Detail B
a 4 -inch Ea 1 Ea $ 250 00
b 6 -mch Ea 1 Ea $ 250 00
c 8 -inch Ea 1 Ea $ 250 00
d 10 -mch Ea 1 Ea $ 250 00
e 12 -mch Ea 1 Ea $ 250 00
f 14 -mch Ea 1 Ea $ 250 00
g 16 -inch Ea 1 Ea $ 350 00
h 18 -mch Ea 1 Ea $ 450.00
1 20 -mch Ea 1 Ea $ 450 00 _
J 24 -mch Ea 1 Ea $ 500 00
11 2 -inch electrofused saddle branch oer Detail B
a 4 -mch Ea 1 Ea $ 250.00
b 6-inch Ea 1 Ea $ 250 00
c 8 -mch Ea 1 Ea $ 250 00
d 10-inch Ea 1 Ea $ 250.00
e 12 -inch Ea 1 Ea $ 250.00
f 14 -mch Ea 1 Ea $ 250.00
g 16 -inch Ea 1 Ea $ 350 00
h 18-inch Ea 1 Ea $ 450 00
1 20 -inch Ea 1 Ea $ 450 00 _
j 24 -mch Ea 1 Ea $ 500 00
12 Molded polyethylene tee per Detail C
a 6 -mch x 6 -inch Ea 1 Ea $ 150 00
b 8 -inch x 6 -mch Ea 1 Ea $ 150.00
c 10-inch x 6 -mch Ea 1 Ea $ 150.00
d 12 -inch x 6-inch Ea 1 Ea $ 250 0 0
f 14-inch x 6 -mch Ea 1 Ea $ 350.00
g 16 -inch x 6-inch Ea 1 Ea $ 450.00
h 18-inch x 6 -mch Ea 1 Ea $ 2500.00
i 20 -inch x 6 -inch Ea 1 Ea $ 2500 0 0
00300 -5
No Item Unit Quantity Unit Pnce
J 24 -inch x 6 -inch Ea 1 Ea $ 3500 00
13 Install Owner furnished fusible PVC C900/905 water main, pressure sewer forcemain, and
reclaimed water main pipe by the directional dnllmg method including fusion ofjomts, ductile
iron fittings and end caps, service taps, valves and fittings for pressure testing, record drawings,
and all tools, equipment, labor and incidentals necessary to complete the work ready for
operation by the Owner at the unit prices listed below
A 4 -mch diameter pipeline
a O to 60 LF 1 LF $ 25.00
b 60 to 100 LF 1 LF $ 25 00
c 100 to 200 LF 1 LF $ 15 00
d 200 to 300 LF 1 LF $ 15 00
e 300 to 500 LF 1 LF $ 16.00
f 500 to 800 LF 1 LF $ 16.00
g 800 to 1200 LF 1 LF $ 25.00
h 1200 to 1600 LF 1 LF $ 25 00
1 1600 to 2000 LF 1 LF $ 25 00
B 6 -inch diameter pipeline
a 0 to 60 LF 1 LF $ 25 00
b 60 to 100 LF 1 LF $ 25 00
c 100 to 200 LF 1 LF $ 15.00
d — 200 to 300 LF 1 LF $.0.9_
e 300 to 500 LF 1 LF $ 16 . nn
f 500 to 800 LF 1 LF $ 16 nn
g 800 to 1200 LF 1 LF $ ,c no
h 1200 to 1600 LF 1 LF $ 25 00
1 1600 to 2000 LF 1 LF $ 00
C 8 -inch diameter pipeline
a 0 to 60 LF 1 LF $ 25 00
b 60 to 100 LF 1 LF $ 25.00
c 100 to 200 LF 1 LF $ 15 00
d 200 to 300 LF 1 LF $ 15 00
e 300 to 500 LF 1 LF $ 16 00
f 500 to 800 LF 1 LF $ 16 00
g 800 to 1200 LF 1 LF $ 25 00
h 1200 to 1600 LF 1 LF $ 25 00
n 1600 to 2000 LF 1 LF $ 25 00
D 10-inch diameter pipeline
a O to 60 LF 1 LF $ 30 00
b 60 to 100 LF 1 LF $ 25.00
c 100 to 200 LF 1 LF $ 19.00
d 200 to 300 LF 1 LF $ 20 00
e 300 to 500 LF 1 LF $ 20.00
f 500 to 800 LF 1 LF $ 22 00
00300 -6
No. Item Umt Quantity Unit Pnce
g 800 to 1200 LF 1 LF $ 22 00
h 1200 to 1600 LF 1 LF $ 25 00
1 1600 to 2000 LF 1 LF $ 25 00
E 12 -loch diameter pipeline
a. 0 to 60 LF 1 LF $ 40 00
b 60 to 100 LF I LF $ 27 00
c 100 to 200 LF 1 LF $ 27 00
d 200 to 300 LF 1 LF $ 27.00 .
_ e 300 to 500 LF 1 LF $ 27.00
f 500 to 800 LF 1 LF $ 27.00
g 800 to 1200 LF 1 LF $ i s nn
h 1200 to 1600 LF 1 LF $ 35.00
1 1600 to 2000 LF 1 LF $ 35.00
F 16 -inch diameter pipeline
a O to 60 LF 1 LF $ 130 00
b 60 to 100 LF 1 LF $ 110 00
c 100 to 200 LF 1 LF $ 60 00
d 200 to 300 LF 1 LF $ 55.00
e 300 to 500 LF 1 LF $ 61.00
f 500 to 800 LF 1 LF $ 62.50
g 800 to 1200 LF 1 LF $ 60.00
h 1200 to 1600 LF 1 LF $ RS 65
1 1600 to 2000 LF 1 LF $ 86.00
G 18 -inch diameter pipeline
a. _ 0 to 60 LF 1 LF $ 168 35
b 60 to 100 LF I LF $
c 100 to 200 LF 1 LF $ 80 00
d 200 to 300 LF 1 LF $ 76 70
e 300 to 500 LF 1 LF $ 75 00
f 500 to 800 LF 1 LF $ 79 50
g. 800 to 1200 LF 1 LF $ 78 35
h 1200 to 1600 LF 1 LF $ 79
1 1600 to 2000 LF 1 LF $ 90 00
H 20 -inch diameter pipeline
a. 0 to 60 LF 1 LF $ 168 35
b 60 to 100 LF 1 LF $ 135 00
c 100 to 200 LF 1 LF $ 85 00
d 200 to 300 LF 1 LF $ 76 70
e 300 to 500 LF 1 LF $ 90 00
f 500 to 800 LF 1 LF $ 82.50
g 800 to 1200 LF 1 LF $ 102.50
h 1200 to 1600 LF 1 LF $ 102 50
1 1600 to 2000 LF 1 LF $ 102 50
00300 -7
No Item Umt Quantity Unit Pnce
I 24 -inch diameter pipeline
a O to 60 LF 1 LF $ 168.35
b 60 to 100 LF 1 LF $ 130.00
c 100 to 200 LF 1 LF $ 95 00
d 200 to 300 LF 1 LF $ 86.70
e 300 to 500 LF 1 LF $ 90 00
f 500 to 800 LF 1 LF $ 87.50
g 800 to 1200 LF 1 LF $ 107.50
h 1200 to 1600 LF 1 LF $ 112 50
1 1600 to 2000 LF 1 LF $ 112.50
14 Install Owner furnished locking joint PVC C900 water main, pressure sewer forcemam, and
reclaimed water main pipe by the directional dnllmg method including fastening jomts, ductile
iron fittings and end caps, service taps, valves and fittings for pressure testing, record drawings,
and all tools, equipment, labor and incidentals necessary to complete the work ready for
operation by the Owner at the unit pnces listed below
A I 4 -inch diameter pipeline
a O to 60 LF 1 LF $ 25 00
b 60 to 100 LF 1 LF $ 2
c 100 to 200 LF 1 LF $ 15.00
d _ 200 to 300 LF 1 LF $ 15 00
e 300 to 500 LF 1 LF $ 16.00
f 500 to 800 LF 1 LF $ 16.00
g 800 to 1200 LF 1 LF $ 25.00
h 1200 to 1600 LF 1 LF $ 25 00
1 1600 to 2000 LF 1 LF $ 25 00
B 6 -mch diameter pipeline
a Oto60 LF 1LF $ 25.00
b 60 to 100 LF 1 LF $ 25.00
c 100 to 200 LF 1 LF $ 15.00
d 200 to 300 LF 1 LF $ 15 00
e 300 to 500 LF 1 LF $ 16.00
f 500 to 800 LF 1 LF $ 16 00
g 800 to 1200 LF 1 LF $ 25 00
h 1200 to 1600 LF 1 LF $ 25.00
1 1 1600 to 2000 LF 1 LF $ 25.00
C 8 -inch diameter pipeline
a 0 to 60 LF 1 LF $ 25 00
b 60 to 100 LF 1 LF $ 25.00
c 100 to 200 LF 1 LF $ 15.00
d 200 to 300 LF 1 LF $ 15.00
e 300 to 500 LF 1 LF $ 16 00
f 500 to 800 LF 1 LF $ 16 00
I g 800 to 1200 LF 1 LF $ 25 00
00300 -8
h 1200 to 1600 LF 1 LF $ 25 00
1 1600 to 2000 LF 1 LF $ 25 00
No Item Unit Quantity Unit Pnce
D 10 -inch diameter pipelme
a 0 to 60 LF 1 LF $ 30 00
b 60 to 100 LF 1 LF $ 25 00
c 100 to 200 LF 1 LF $ 19 00
d 200 to 300 LF 1 LF $ 20 00
e 300 to 500 LF 1 LF $ 20.00
f 500 to 800 LF 1 LF $ 22 00
g 800 to 1200 LF 1 LF $ 25 00
h 1200 to 1600 LF 1 LF $ 25.00
1 1600 to 2000 LF 1 LF $ 2S. o n
E 12 -inch diameter pipeline
a 0 to 60 LF 1 LF $ 40 00
b 60 to 100 LF 1 LF $ 27.00
c 100 to 200 LF 1 LF $ 27.00
d 200 to 300 LF 1 LF $ 27.00
e 300 to 500 LF 1 LF $ 27.00
f 500 to 800 LF 1 LF $ 27 00
g 800 to 1200 LF 1 LF $ 35 00
_ h 1200 to 1600 LF 1 LF $ 35.00
1 1600 to 2000 LF _ 1 LF , $ 35.00
TOTAL Base Bid I $ 51,169 55
Perfonnance and Payment Bonds shall not exceed 2 percent of an mdtvidual project amount See
Section 01025 Measurement and Payment for further information on unit price bid items
The Bidder shall provide uiut prices for all items The Owner will evaluate the bids and other
required submittals and supplemental mformation items A through K shown on page 00300 -11 The
recommendation of Award will be based on a ranking of the factors listed in the Instruction to
Bidders in Section 00200 Paragraph 19 08 See Instructions for Bidders for discussion of Award of
Contract.
The Owner shall be responsible for making connections to the completed, in -place work and for any
bactenological testing required for potable watennams The Owner shall coordinate design and
survey utility locations and provide the Contractor with this information, however, Contractor shall
call m his own locates for the actual performance of the work The Owner shall excavate and well
point (where required) the service tap and tee locations The Contractor shall be responsible for
securing the site, safety markers, maintenance oftraffic and any pavement and dnveway replacement
and any seeding, sodding, or landscape replacement associated with these excavations It shall be the
Contractor's responsibility to promptly mobilize to each excavation The dnllmg contractor will be
responsible for cleaning up and disposing of all dnlling mud and drilling matenal that is left on the
surface of the ground whether it exits through the borehole or through a fracture All disposal of
drilling mud and dnllmg matenal will be at a properly permitted disposal site
00300 -9
AN INDIVIDUAL
By (Seal)
(Signature)
(Print Name)
doing business as
Business Address
Phone No Fax No
A PARTNERSHIP
(Seal)
(Firm Name)
(General PartneilStgnatuie)
(Pnnt Name)
Business Address
Phone No Fax No
A CORPORATION
Bore Hawg Inc (S
(Corporation Name)
Florida
tate of I or ,poratnon)
By
(Signatur o erson Authorized to Sign)
Jason W Riggs
(Print Name)
President
(Title)
(Corporate 1)
Attest C �,
(Secretary
Business Address 4269 NW 44th Ave
Phone No Ocala FL 34482 352 840 0801 Fax No 352 351 8401
00300 -11